Loading...
HomeMy WebLinkAbout1993 Special Provisions Project 81011n COPY N0. CITY OF BAKERSFIELD . CALIFORNIA . NOTICE TO CONTRACTORS SPECIAL PROVISIONS 8ID PROPOSAL .AND CONTRACT FOR r TRAFFIC SIGNAL INSTALLATION ON PANAMA LN AND SO. H ST. BID OPENING: DATE JULY 16, 1993 TIME 11:00 A.M. . PROJECT N0: 81__0 1_l 9~~, DEPARTMENT OF PUBLIC -WORKS ~ ~ ~ ~ CITY OF BAKERSFIELD ~ o. 323G0 1501 TRUXTUN AVENUE BAKERS FLELD , CA 9 3 3 0 1 EXP. 2' k Telephone: (805) 3.26.-3724 { • 011 ~ ~~1 CfV~ T . 81 ~ . a~ ~g~- . ADDENDUM N0. 1 July 12, 1993 PROJECT: Traffic Signal.. On So. H Street and Panama Lane BID OPENING DATE: July 16, 1993 11:00 AM NOTICE TO ALL CONTRACTORS BIDDING THIS WORK You are hereby notified of the following changes and/or additions to the plans and specifications. Such changes and/or additions are hereby made apart of the plans and specifications and shall take precedence over anything to the contrary therein. REVISION: PLANS ~1. Sheet 2. Note 9 should read "Luminaires shall be cutoff type, 200 W. HPSV." SPECIFICATIONS No Change. NOTE: All Contractors bidding this work shall denote in their proposal that they have received Addendum No. land bids shall.. reflect these revisions. APPROVED BY Stephen Walker, Darlene W~sham 1 r Traffic Engineer Purchasing Officer ~r PAGE 1 o f 1 RLT:rlt CITY 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, Unti111:00 o'clock A.M. on JULY 16,1993 to be publicly opened and read immediately thereafter in the City Council Chamber, for the following work; TRAFFIC SIGNAL ON PANAMA LN AT S0. H ST: _ Plans and s ecifications, and forms of proposal, bonds, and contract, maybe obtained at the office of p the Purchasing Officer by posting a refundable deposit of Zero Dollars ($0.00) 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 da s from date of bid opening and the documents are in reasonable good condition. The City assumes Y 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 re uest for substitution of securities to be deposited shall be submitted on the form entitled q "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 the Contractor (or contractors in a joint venture) must ossess a combination of Class C-8, C-10, C-12 and C-32 Contractor's Licenses at the time this contract is P awarded. The work completed shall be done in accordance with the Standard Specifications of :the Department of Transportation, Business and Transportation Agency, dated July, 1992, 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.. J GENERAL DESCRIPTIQN OF WORK The work to be performed consists, in general, of installing a Traffic Signal and Lighting System with Signal Interconnect conduit, and street improvements on the southwest corner. The Contractor shall submit bids for the base bid plus options A, B and C. Award will be based upon one of four options. Either the base bid alone, base bid plus option A, base bid plus option B or base bid plus option B plus option C alone (as shown in table on sht. 4 of the plans) will be considered for award. CITY OF BAKERSFIELD EDGAR W. SCHULZ Public Works Director 3 CITY OF BAKERSFIELD, CALIFORNIA DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS SECTION 1-DEFINITIONS AND TERMS 1-1-.O1 GENERAL. This work embraced herein shall be done in accordance with the Standard S eciftcations .entitled "State of California, Department of Transportation, Standard Specifications, July, 1992;' as P referenced herein, insofar as the same may apply, which specifications are hereinafter referred to as the Standard Specifications, and in accordance with the following special provisions. In case of conflict between the Standard Specifications and these special provisions, the special provisions shall take precedence over and be used in lieu of such conflicting portions. 1-1.02 DEFINITIONS AND TERMS. All definitions and terms in Sections 1, "Definitions and Terms," of the Standard Specifications shall apply, except whenever the f ollowing terms or pronouns are used, the intent and meaning shall be as follows: City . - City of Bakersfield, California. Department of Transportation, CALTRANS -The Engineering Department of the City of Bakersfield. Director -City Engineer. Engineer -The City Engineer, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laborato -The desi ~ ated laboratory authorized by the City to test materials and work involved in rY ~ the contract. . Standard Specifications -Standard Specifications of the Department of Transportation, Business, Transportation ~ and Housing Agency, dated July, 1992. State -The City of Bakersfield. State Contract Act -Chapter 1, Division 2 of the Public Contract Code. The provisions of this act do not apply to this contract. Other terms appearing in the Standard Specifications, the general provisions, and the special rovisions, shall have the intent and meaning specified in Section 1, Definition of Terms of the Standard P Specifications. 4 SECTION 2. PROPOSAL REQUIREMENTS 2-1.01 GENERAL INFORMATION. The Purchasing Officer of the City of Bakersfield, California, will receive at her office, City Hall, 1501 Truxtun Avenue, in said City, until 11:00 o'clock A.M. on JULY 16,1993 sealed proposals for TRAFFIC SIGNAL ON PANAMA LN AT S0. H ST. 2-1.02 APPROXIMATE ESTIMATE. The Engineer's estimate of the quantities of work to be done and materials to be furnished. are approximate only, being given as a basis for the comparison of bids, and the . City of Bakersfield does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the .Engineer. 2-1.03 EXAMINATI01~ OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS, AND SITE OF WORK. The bidder is required to examine carefully the site of work, the proposal, plans and specifications, and contract forms. It will be assumed that the bidder has investigated, and is satisfied as to the conditions to be encountered, the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions, and the contract. It is mutually agreed that the submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. 2-1.04 REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURES OR IRREGULARITIES. Proposals maybe rejected if they show any alterations of form, additions not called for, conditional or alternative bids, incomplete bids, erasures or irregularities of any kind. Proposals in which the prices obviously are unbalanced maybe rejected. The right is reserved to reject any and all proposals and waive any irregularity. 2-1.05 PROPOSAL FORM. All proposals must be made upon blank forms to be obtained from the Purchasing Officer, the form of which appears herein immediately following these special provisions. All proposals must give the prices proposed and must be signed by the bidder, with his address. If the proposal is made by an individual, his name, telephone number and post office address must be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the names of the state under the laws of which the corporation was chartered and the names, titles, and business addresses of the president, secretary and treasurer. 2-1.Ob BIDDER'S GUARANTEE. All bids shall be presented under sealed cover and shall be accompanied by a Proposal Guaranty made payable to the City of Bakersfield, for an amount equal to at least ten percent (10%) of the amount of said bid, and no bid shall be considered unless such Proposal Guaranty is enclosed therewith. 2-1.07 REQUIRED LISTING OF PROPOSED SUBCONTRACTORS. Each proposal shall have listed therein the name and address of each Subcontractor to whom the bidder proposes to subcontract portions of the work in the amount of 1/2 of one percent of his total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of said Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. A sheet for listing the Subcontractors, as required herein, is included in the Proposal. Bidders are cautioned that this listing requirement is in addition to the requirement to provide a list of DBE Subcontractors .after the opening of the proposals for projects utilizing Federal funds. 5 2-1.08 OMISSIONS IN SPECIFICATIONS AND DRAWINGS. Any materials or work mentioned in the specifications and not shown on the drawings or shown on the drawings and not mentioned in the specifications shall be of the same effect as if shown or mentioned in both. Omissions from the drawings or the specifications of the materials or details of work which are manifestly or obviously necessary to carry out the intent of the drawings and specifications or which are customarily furnished or performed, shall not relieve the Contractor of his responsibility for furnishing such omitted materials or performing such omitted work; but shall be furnished or performed as if fully shown or described in the drawings or specifications. 2-1.09 WITHDRAWAL OF PROPOSALS. Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids by request for the withdrawal of the bid filed with the Purchasing Department. The request shall be executed by the bidder or his duly authorized representative. The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. whether or not bids are opened exactly at the time fixed in the public notice for opening bids, a bid will not be received after that time, nor may any bid be withdrawn after the time fixed in the public notice for the opening of bids. 2-1.10 PUBLIC OPENING OF PROPOSALS. Proposals will be opened and read publicly at the time and place indicated in the "Notice to Contractors." Bidders or their authorized agents are invited to be present. 2-1.11 RELIEF OF BIDDERS. Attention is directed to the provisions of Public Contract Code Sections 5100 to 5107, inclusive, concerning relief of bidders and in particular to the requirement therein, that if the bidder claims a mistake was made in his bid, the bidder shall give the Department written notice within 5 days after the opening of the bids of the alleged mistake, spec' 'gin the notice in detail how the mistake occurred. Public Contract Code Section 10285.1 (Chapter 376, Stats,1985} provides as follows: Any state agency may suspend, for a period of up to three years from the date of conviction, any person from bidding upon, or being awarded, a public works or services contract with the agency under this part or from being a subcontractor at any tier upon the contract, if that person, or any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, has been convicted by a court of competent jurisdiction of any charge of fraud, bribery, .collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, .award of, or performance of, any public works contract, as defined ~in Section 1101, with any public entity, as defined in Section 1100, including for the purposes of this article, the Regents of the University of California or the Trustees of the California State University. A state agency may determine the eligibility of any person to enter into a contract under this article by requiring the person to submit a statement under penalty of perjury declaring that neither the person nor any subcontractor to be engaged by the person has been convicted of any of the offenses referred to in this section within the preceding three years. A form for the statement required by Section 10285.1 is included in the proposal. 2.1.12 DISQUALIFICATION OF BIDDERS. More than one proposal from an individual, firm, partnership, corporation, or combination thereof under the same or different names will not be considered. Reasonable grounds for believing that any individual, firm, partnership, corporation or combination thereof is 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. Proposals in which the prices obviously are unbalanced maybe rejected. b SECTION 3.AWARD AND EXECUTION OF CONTRACT 3.1.01 GENERAL. The award of the contract, if it be awarded, will be to the lowest responsible bidder. The language "responsible" refers to not only the attribute of trustworthiness, but also to the quality, fitness and capacity of low bidder to satisfactorily perform the proposed work. 3-1.02 AWARD OF CONTRACT. The award of the contract, if it be awarded, will be made within forty-five (45) days after the opening of the proposals unless extension is approved by the lowest responsible bidder. 3-1.03 CONTRACT BONDS. The Contractor shall furnish two good and sufficient bonds insured by an admitted surety insurer as set forth in Title XIV, Chapter 2, Article 6 of the California Code of Civil 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 specifted in Section 3248 of the California Civil Code. Whenever an surety or sureties on any such bonds, or on any bonds required by law for the y protection of the claims of laborers and material men, become insufficient, or the City has cause to believe that such surety or sureties have become insufficient, a demand in writing maybe made of the Contractor for such further bond or bonds or additional surety, not exceeding that originally required, as is considered necessary, considering the extent of the work remaining to be done. Thereafter no payment shall be made upon such contract to the Contractor or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished. 3-1.04 EXECUTION OF CONTRACT. The contract shall be signed by the successful bidder and returned, together with the contract bonds within ,ten (10) days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract. All contracts shall be considered as being made .and entered into in the -City of Bakersfield, California: Failure to execute a contract and file acceptable bonds as provided herein within ten (10) days, not includin Sunda s, after the bidder has received notice that the contract has been awarded, shall be just cause for g Y 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 Ci of Bakersfield will return any monies or form for deposit of money that are not to be tY 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 receiving written notice to proceed. The Contractor shall diligently prosecute the same to completion before the expiration of SO working days. 7 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 $2_ 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 f or this contract has been received and accepted by said vendor, and said statement shall be furnished within fifteen (15) calendar days from the date of the contract. Said 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. . SECTION 5 • GENERAL 5-1.01 STATE CONTRACT ACT NOT APPLICABLE. Sections 1-1.40, "State Contract Act," and 9-1.10, "Arbitration," of the Standard Specifications are deleted. This contract is not governed by the provisions of the State Contract Act. The 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). 5-1.02 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 5, "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 drawings or 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 f ollowing 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 a discrepancy is not reported to the Engineer, the Contractor shall be 8 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 requirements in writing a reasonable length of time in advance of starting operations that require such stakes or marks. In no event, shall a notice of less than 24 hours be considered a reasonable length of time. Section 5-1.08 "Ins ection" of the Standard Specifications is amended by adding the following P 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. 5-1.04 PREVAILING WAGES. Pursuant to Chapter 1 of Part 7 of Division 2 of the Labor Code commencing with Section 1720}, Contractor agrees that in perf orming ~ 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 preyailing 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 Ci 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. FIFTY DOLLARS ($50) ursuant to Section 1775 of the Labor Code, per worker paid less than P the amount to which he is entitled under said general prevailing rate of wages; and b. TWENTY FIVE DOLLARS ($25) pursuant to Section 1813 of the Labor Code, per worker required to work more than eight (8) hours per day or more than f orty (40} hours per week, except as .provided in Section 1815 of the Labor Code. 5.1.05 PAYROLL RECORDS. The fourth paragraph in Section 7-1.01A(3}, "Payroll Records," of the Standard Specifications is deleted and shall not apply to this contract. 5-1.06 LABOR NONDISCRIMINATION. 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 unplement said Act, and to the nondiscrunmation, 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. 9 If the 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 FOR 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. 3. Proof of a Collective Bargaining Agreement with the Joint Apprenticeship Committee providing for apprentices. One of the above shall be submitted by the low bidder to the City of Bakersfield Purchasing Division, within two (2) working days following the bid opening. 5-1.08 TRENCH SAFETY. The Contractor shall comply with Section 6705 of the Labor Code which provides that the Contractor's responsibility shall be as follows: If the contract price for the project includes an expenditure in excess of TWENTY-FIVE THOUSAND DOLLARS ($25,000) for excavation of any trench or trenches five feet or more in depth, the Contractor or his Subcontractor shall not begin any trench excavation unless a detailed plan, showing the design. of shoring, bracing, sloping or other provisions to be made for worker protection during the excavation of the trench, has been submitted by the Contractor to the City Engineer and the detailed plans has been approved by the City Engineer. If such plan varies from the shoring system standards established by the Construction Safety Orders of the Division of Industrial Safety, the plan shall be prepared by a Registered Civil or Structural Engineer. Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. The terms "Public Works" and "Awarding Body," as used in this section, shall have the same meaning as in Labor Code Sections 1720 and 1722 respectively. 5-1.09 SOUND CONTROL REQUIREMENTS. Sound control shall conform to the provisions in Section 7-1.01I, "Sound Control Requirements," of the Standard Specifications and these special provisions. The noise level from the Contractor's operations, between the hours of 9:00 P.M. and 6:00 A.M., shall not exceed 86 dbA at a distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be 10 allowed therefor. 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. Monday throw Friday. Any deviations must be requested and in writing and directed to the Construction Engineer at the Pre-Job Conference. Written approval from the Construction Engineer is required for work beyond these limits. Any time work proceeds, which requires inspection services for more than an eight (8} hour work, day, or on holidays or weekends, the Contractor will be charged f or all associated overtime charges and said charges may be withheld from, contract retention. 5-1.12 LAWS TO BE OBSERVED. The Contractor shall keep himself 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 approved by the City Risk Manager and the Public Works Department. Contractor shall be responsible for 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 or 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. 5-1.13B INSURANCE. In addition to any other form of insurance or bond. required under the terms of this agreement and specifications, the Contractor shall procure and maintain for the duration of this agreement the following types and limits of insurance: 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 ($1,000,0) per occurrence; and The automobile liability policies shall provide coverage for owned, non-owned and hired autos. General 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. ' The liability policies shall provide contractual liability coverage for the terms of this agreement. The liability policies shall contain an additional insured endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers; Workers' compensation with statutory limits and employer's liability insurance with limits of not less than one million ($1,OOO,Ot~) per accident. 11 The workers' compensation policy shall contain a waiver of subrogation endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers. All policies required of the Contractor hereunder shall be primary insurance as respects the City, its mayor, council, officers, agents, employees and volunteers and any insurance or self insurance maintained by the City, its mayor, council, officers, agents, employees and volunteers shall be excess of .the Contractor's insurance and shall not contribute with it. All policies shall contain the following endorsements: An endorsement providing the City with ten (10) days written notice of cancellation or material change in policy language or terms. If any part of the work under this agreement is sublet, similar insurance shall be provided by or on behalf of the subcontractors to cover their operations. The insurance required under this agreement shall be maintained until all work required to be performed under the terms of this agreement is satisfactorily completed as evidenced by formal acceptance by the City. All costs of insurance required under this agreement shall be included in the Contractor's bid, and no additional allowance will. be made for additional costs which maybe required by extension of the insurance policies. 5-1.14 CONTRACTOR'S AUTHORITY. At the preconstruction meeting, the Contractor shall provide the City with the foreman's or superintendent's name who will be in charge of this project. 5.1.15 DAMAGE BY STORM, FLOOD, TIDAL WAVE OR EARTHQUAKE. Section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications is deleted and shall not apply to this contract. 5-1.16 WORK IN CITY STREETS. All of the work shown on the plans and included in these specifications that is located in the public streets in the City of Bakersfield shall be done in accordance with City Ordinance regulating the use of public streets within the City, except as otherwise provided, herein. The Contractor shall inform himself as to all regulations and requirements of the City Engineer and Superintendent of Streets of the City of Bakersfield and shall conduct his operations in compliance therewith. 5-1.17 RIGHT OF WAY. The right of way for the work to be constructed will be provided by the City. The Contractor shall make his own arrangements, and pay all expenses for additional area required by him outside of the limits of right of way unless otherwise provided in the special provisions. 5-1.18 SUSPENSION OF CONTRACT. If at any time in the opinion of, the City Council, the Contractor has violated any terms of this contract, failed to supply an adequate working force, or material of proper quality, or has failed in any other respect to prosecute the work with the .diligence and force specified and intended in and by the terms of the contract, notice thereof in writing will be served upon him, and should he neglect or refuse to provide means for a satisfactory compliance with the contract, as directed by the Engineer, within the time specified in such notice, the City Council in any such case shall have the power to suspend the operation of the contract. Upon receiving notice of such suspension, the Contractor shall discontinue said work, or such parts of it as the City Council may designate. Upon such suspension, the Contractor's control shall terminate, and thereupon the City Council, or its duly authorized representative; may employ other parties to carry the contract to completion, employ the necessary workmen, substitute other machinery or materials, and purchase the materials contracted for, in such manner as the Engineer may deem proper; or the City Council may annul and cancel the contract and re-let the work or any part thereof. Any excess of cost arising therefrom over 12 and above the contract price will be charged against the Contractor and his sureties, who will be liable therefor. In the event of such suspension, all money due the Contractor or retained under the terms of this contract shall be forfeited to the City; but such forfeiture will not release the contractor or his sureties from liability or failure . to fulfill the contract. The Contractor and his sureties will be credited with the amount of money so forfeited toward any excess of cost over and above the contract price, arising from the suspension of the operations of the contract and the completion of the work by the City as above provided, and the Contractor will be so credited with any surplus remaining after all just claims for such completion as determined by the Engineer have been paid. In the determination of the question whether there has been any such non-compliance with the contract as to warrant the suspension or annulment thereof, the decision of the City Council shall be binding on all parties to the contract. 5-1.19 TEMPORARY SUSPENSION OF WORK. The Engineer shall have the authority to suspend the work wholly or in part, for such period as he may deem necessary, due to unsuitable weather, or to such other 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. 5.1.20 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 partial payment will be made for any materials on hand which are furnished but not incorporated in the work. . 5-1.21 FINAL PAYMENT. In addition to the conditions, provisions, and requirements of Article 9-1.078, "Final Payment and Claims," of the Standard Specifications, the following shall apply: The City may withhold funds, or because of subsequently discovered facts, nullify the whole or any part of any certificate for payment, to such extent as maybe necessary to protect the City from loss . due to 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 paragraph in Section 9-1.078, "Final Payment and Claims," of the Standard Specifications is amended to read: 13 The Director will make the final determination of any claims which remain in dispute after completion of claim review. A' board or person designated by said Director will review such claims and make written recommendation thereon. The City Engineer shall, after the completion of the contract, make a final estimate of the amount of work 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 provisions of the contract. All prior partial estimates and payments shall be subject to 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 mutually agreed between the parties to the contract that no certificate given or payments made under 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, 5-1.22 INCREASED 0R 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 24-1.11, "PAYMENT". Tenth paragraph of Section 39-8.02, "PAYMENT". 5-1.23 HAZARDOUS 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 6, "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 in accordance with commonly recognized standards of national organizations, and such special methods and tests as are prescribed in the speciftcations. 6-1.02 BORROW, DISPOSAL AND MATERIAL SITES. The operation of any borrow or disposal sites used by the Contractor to produce or dispose of material for this project shall comply with the requirements in the Standard Specifications and these special provisions. All provisions for water pollution, and sound control that apply within the limits of the contract shall apply to 14 all borrow or disposal sites utilized by the Contractor. Upon completion of the work, all such sites and haul roads shall be graded and treated so that, at . the time of final inspection of the contract, 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 requirements which conflict with the requirements in the first and second paragraphs of this section, the requirements of the permits shall overn over the conflicting requirements of this section provided the permit requirements have been g 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. 6-1.03 CERTIFICATES OF COMPLIANCE. In accordance with Section b-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. 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 muumum 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 traffic. 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 initiall installed, all vehicle and pedestrian signal faces shall be aimed and covered with Y 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. Prior to commencement of the traffic signal functional tests, all items of work related to the signal control shall be completed and all .signs shall be in place. 7-1.02 OBSTRUCTIONS. Attention is directed to Section $-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, "Res onsibili for Damage," of the Standard Specifications, the Contractor will be liable to owners of such P tY 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 15 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 irrigation systems shall be protected by the Contractor. Any damage to irrigation systems shall be repaired by the Contractor at his own expense. 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 maybe present at all times along the project. It will be the responsibility of the Contractor to provide for handling of said water and any expense involved shall be considered as included in the prices paid for the various items of work and no additional allowance will be made therefor. Except in the case of extra work, full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for the various items of work and no additional compensation will be made therefor. 7-1.03 MAINTAINING TRAFFIC. The Contractor shall furnish, install and maintain signs, lights, flags and other warning and saf ety devices when pert orming work which interferes with or endangers the safe movement of traffic on any street or highway. Signs, lights, flags and other warning and safety devices and their use shall conform to the requirements set forth in the current "Manual of Traffic Controls -warning Signs, Lights, and Devices for Use in Performance of work Upon Highways," published by the State of California, Department of Transportation. Application and use of devices shall be as specified and as directed by the Engineer. The Contractor shall keep the Bakersfield Fire Department informed at all times as to the exact location and progress of the work and shall notify .them immediately of any streets impassable for fire fighting equipment. The sixteenth and nineteenth paragraphs of Section 7-1.08, "Public Convenience," of the Standard Specifications, shall be amended to read as f ollows: Construction operations requiring lane closures shall be actively in progress only between the hours indicated below, Monday through Friday, .except legal holidays. Street Direction of Travel H PANAMA LANE H 8:30 - 4:30 SOUTH H STREET BOTH 8:30 - 4:30 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 operations are not actively in progress not less than two such lanes shall be open for use by public traffic. Public traffic maybe permitted to use the shoulders and, if half width construction methods are used, may also be permitted to use the side of the roadbed opposite to the one under construction. No additional compensation will be allowed for any shaping of shoulders necessary for the accommodation of public traffic thereon during paving operations. In order to expedite the passage of public traffic 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, 16 flares, temporary railing (Type K), barricades, and other facilities for the sole convenience and direction of public traffic. 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 com ensation for conforming to the requirements of the two preceding paragraphs shall be P considered as included in the prices paid for the various items of work and no additional allowance will be made therefor. All pertinent activities, materials, supplies, and equipments used to effect the removal of roadside signs shall be paid for at the contract .per unit for the removal of roadside signs. 7-1.05 REMOVE TRAFFIC STRIPES, PAVEMENT MARKINGS AND PAVEMENT MARKERS. Traffic stripes, pavement markings and pavement markers to be removed will be as shown on plans and as designated by the Engineer. Traffic stripes, pavement markings and pavement markers 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 traffic 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. 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 traffic 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. 17 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. MEASUREMENT AND PAYMENT. Quantities of traffic stripe removed will be determined by the width of the stripe plus 0.67-foot multiplied by the length of the stripe. The space between double traffic stripes will be measured as painted traffic stripe. Quantities of pavement markings removed will be determined by the actual size of the rectangle measured in square feet. Removing of traffic stripes will be paid for at the contract unit price per square foot for the actual area of authorized stripe removal. Removing of pavement markers shall be considered as included in the price paid for stripe removal and no additional compensation will be allowed therefor. The contract unit price per square foot as remove traffic striping and marking shall include full compensation for 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 ROADSIDE SIGNS. Roadside signs shall conform to the provisions in Section 56-2, "Roadside Signs," of the Standard Specifications and these special provisions. . Miscellaneous roadside sib shall conform to City Standard T-19. Where sign posts are placed within concrete sidewalk the sidewalk shall be core drilled. Roto hammering or other similar methods will be permitted provided that the perimeter of the damaged area is sawcut to the limits required to form a neat fuush as directed by the Engineer. Signs shall be .installed as shown on the plans. Sign panels shall be mounted on posts with Hawkins M2G series bolt and vandal proof nut assembly or equal. Roadside signs installed per Std. T-19 shall be located within sidewalk 6"from back. Signs mounted on signal or other poles shall be attached with stainless steel strap and vandal proof bolt and nut assembly. MEASUREMENT AND PAYMENT. Miscellaneous roadside signs shall be paid for at the contract perunit for install roadside signs (GPS Post). Installation of one or more sign panels mounted on a single post shall be counted as one roadside sign (GPS Post). one or more signs mounted on pole shall be considered one roadside sign for measurement and payment purposes. 7.1.07 OVERHEAD SIGNS. Overhead signs shall conform to the applicable provisions in Section 56, "Signs;' of the Standard Specifications and Internally illuminated street name signs shall conform to the applicable provisions in Section 86-6.065, "Internally Illuminated Street Name Signs" and these special provisions: Internally illuminated street name signs shall be furnished .and installed by Contractor and shall be Type A signs per Caltrans Standard Plan ES-33 with photocell as per Caltrans Standard Plan ES-6T. Overhead signs (including internally-illuminated street name signs) installed on signal poles, mast-arms or on flashing beacon mast-arm shall be f urnished 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 and no additional compensation will be allowed therefor. 7.1.08 REMOVE CONCRETE. Removing concrete shall conform to the provisions in Section 15, "Existing .Highway Facilities," 16, "Clearing and Grubbing," and 19-1.04, "Removal and Disposal of Buried Man- Made objects," of the Standard Specifications and these special provisions. 18 Concrete removed shall be disposed of in accordance withthe provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. MEASUREMENT AND PAYMENT. Full compensation for conforming to the requirements of this article shall be considered as included in the various items of work and no additional compensation will be made therefor. 7.1.09 MISCELLANEOUS CONCRETE CONSTRUCTION. Portland cement concrete curbs and gutters, median curbs, sidewalks, wheelchair ramps, cross drains, drive approaches, driveways, alleys approaches and miscellaneous construction shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalk," of the Standard Specibcations and these special provisions. MEASUREMENT AND PAYMENT. Quantities of minor concrete (curb and gutter) shall be paid for at the contract price per lineal foot of measurement of which shall be the actual lengths in the field, including breakdowns for wheelchair ramps and driveways. Quantities of minor concrete (sidewalk) shall be paid for at the contract price per square foot of sidewalk. Pavement tie-ins shall be constructed per City of Bakersfield Standard S-b. Payment for pavement tie-ins will be considered as included in the prices paid for the various items of work and no additional compensation will be made therefor. 7.1.10 TRAFFIC STRIPES AND PAVEMENT MARKINGS. Traffic Stripes and Pavement markings shall shall be thermoplastic and shall conform to Dection 84-2, "Thermoplastic Traffic Stripes and Pavement Markings," of the Standard Specifications. MEASUREMENT. Traffic Stripes will be measured by the lineal foot of Striping Detail specified. Striping Details are referenced in the bid items, the plans and the Standard Plans. 7.1.11 PAVEMENT MARKERS. Pavement Markers shall conform to Section 85, "Pavement Markers", of the Standard Specifications and these special provisions. Existin avement markers shall be removed and new markers shall be placed in accordance with the gp State Traffic Manual "Markings" Section per the following details enclosed within these specifications, as they apply to existing striping. Detail 9 Detai122 Detail 29 ' Detail 32 Detail 38 Pavement markers shall be Stimsonite Mode1948 Glass Faced Pavement Marker or equal and they shall be in accordance with the State Specifications. Pavement markers shall be cemented to the pavement surface by hot melt bituminous adhesive. PAYMENT. Pavement markers shall be included in contract price per lineal foot of various Striping Details specibed as bid items, and on the plans, and no additional compensation will be made there for. 7-1.12 SAWCUT ASPHALT CONCRETE PAVEMENT. 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 19 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. 7-1.13 DUST CONTROL. It shall be the Contractor's responsibility to prevent a dust nuisance from originating from the site of the work as a result of his operations, or the traveling public, during the effective period of this contract. Preventative measures to be taken by the Contractor shall include but shall not be limited to the following: 1. Water shall be applied to all unpaved areas as required to prevent the surface from . becoming dry enough to permit dust formation. 2. Paved surfaces over which vehicular traffic is permitted to travel shall be kept free of dirt. Temporary suspension of the work, either as a result of order by the Engineer, or as a result of conditions beyond the control of the Contractor shall not relieve the Contractor from his responsibility for dust control as set forth herein. ~ . PAYMENT. Full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor. 7-1.14 EARTHWORK. Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these special provisions. Section 4-1.05. "Use of Materials Found on the Work," of the Standard Specifications shall be amended to read as follows: Unless designated as selected material as provided in Section 19-2.07, "Selected Material,' the Contractor, with the approval of the Engineer, may use in the proposed construction such stone, gravel, sand or other material suitable in the opinion of the Engineer as may be .found in excavation. The Contractor will be paid for the 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 f or 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. 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 crosssections and shall be determined by: California Test Methods 216 or 231, or ASTM (current edition) D1557 and one of the following D2922 or D1556. The subgrade must be smooth, uniform and true to the 20 required grade. Rounding of cut slopes will not be required. Imported borrow must be clean and free from vegetable matter and other deleterious substances and must conform to the following requirements: Tests Test Method Test Results Sand Equiv. 217 18 min. Resistance 301 40 min. (R-Value} The R-Value requirements will be waived provided the imported borrow has a sand equivalent value of 25 or more. In addition to the above requirements, material located in the upper 0.5 foot below the shoulder surface shall have a suitable gradation to produce a firm and stable surface. PAYMENT. The estimated quantity of roadway excavation and imported borrow shall be a final pay quantity in conformance with Section 9-1.015 "FINAL PAY QUNATITIES" of the Standard specifications. 7-1.15 HAZARDOUS WASTE IN EXCAVATION. If the Contractor encounters material in excavation which he has reason to believe maybe hazardous waste, as defined by Section 25117 of the Health and Safety Code, he shall immediately so notify the Engineer in writing. Excavation in the immediate area of the suspected hazardous material shall be suspended until the Engineer authorizes it to be resumed. If such suspension delays the current controlling operation, the Contractor will be granted an extension of time as provided in Section 8-1.07, "Liquidated Damages," of the Standard Specibcations. If such suspension delays the current controlling operation more than 2 working days, the delay will be considered a right of way delay and the Contractor will be compensated for such delay as provided in Section 8-1.09, "Right of V~ay Delays," of the Standard Specifications. The Department reserves the right to use other forces for exploratory work to identify and determine the extent of such material and for removing hazardous material from such area. 7.1.16 FINISHING ROADWAY. Finis ,ping roadway shall conform to the provisions in Section 22, "Finishing 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, a self contained, pick-up type, power broom with water ,distribution system shall be used. PAYMENT. The first paragraph in Section 22-1.03, "Payment," of the Standard Specifications, is amended to read: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for 21 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 traffic or by the Contractor's operations, all as shown on the plans, and as specified in the Standard Specifications and these special provisions, and as directed by the Engineer, shall be considered as included in various items of work and no additional compensation will be made therefor. 7.1.17 AGGREGATE BASE. Aggregate base shall be Class 2 and shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications and these special provisions. Aggregate base shall be compacted to 95% relative compaction. Compaction will be determined by the following test methods: California No. 216, California No. 231, or ASTM (current edition) D1557 and one of the following D2922 or D1556. For verification purposes, the tonnage of compacted aggregate base will be calculated from the dimensions shown on the plans, adjusted by the amount of any change ordered by the Engineer. 7-1.18 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, 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 39-3.03, "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. 7.1.19 RELATIONS WITH KERN COUNTY. Prior to beginning work, the Contractor shall obtain a FCC LICENSE in the Contractor"s name. The Contractor shall comply with all the provisions of said permit. 22 Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various items of work and no additional compensation will be allowed therefor. 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. 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 maybe 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 installation 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 b 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 backfilled with a one (1} sack slurry cement backfill. Slurry cement backfill shall be placed to within 0.20 feet of the pavement surface. The top 0.20 feet shall be backfilled 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 and 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 bacl►filled 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. 7.2.03 PULL BOXES. Pull boxes shall conform to the provisions in Section 86-2.06, "Pull Boxes," of the Standard Specifications and these special provisions. Recesses for suspension of ballasts will not be required. 7-2:04 CONDUCTORS AND WIRING. Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors," and Section 86-2.09, "Wiring," of the Standard Specifications and these special provisions. CONDUCTORS -The Contractor shall use multi-conductor electrical cables for all circuits except between the service switch and controller cabinet. Conductors shall be spliced by the use of "C" shaped compression connectors as shown on Standard Plan ES 13. 23 Splices shall be insulated by "Method B." 7-2.05 SERVICE, Service shall conform to the provisions in Section 86-2.11, "SERVICE", of the Standard Specifications and these special provisions. Unless otherwise noted, service shall be as shown on the plans and shall be furnished with 1~ amp, 240 volt, 3 pole main breaker and the following branch circuit breakers: No. Am~us Phase Volts B, r= Metered. 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. FUNCTIONAL 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 SECTION 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. The fourth sentence of the first paragraph of Section $6-4.06,. "Signal Mounting Assemblies," of the Standard Specifications, shall be amended to read as follows: Post top slip-fitters and terminal compartments shall be cast bronze or hot-dip galvanized ductile iron. 7-2.08 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. Type G. Each Type G pedestrian signal shall consist of a housing with front screen, a message plate and two light sources, each consisting of luminous tubing and power supplies for the luminous tubing. 24 The message plate shall be 1/8 inch nominal thickness ultraviolet-stabilized, prismatic-patterned polycarbonate plastic; 3/16 inch nominal thickness hammered wire-glass; or 3/16 inch nominal thickness ultraviolet- stabilized, prismatic-patterned acrylic plastic. The message plates shall have aflat-black surface over the entire projected area except where the symbols are located. The material used to .mask the message plate shall be hard and durable and shall bond such that it will not flake or peel when the message plate is in use or is washed. The symbols shall be the only illuminated portion of the message plate. The message plate shall be sealed to a polycarbonate case to f orm a dust tight and weatherproof module. The module shall contain and properly support the luminous tubing and power supplies. Each light source shall have a separate power supply. Each power supply shall require less then 36 watts with a power factor of not less than 90 percent over a range of input voltages from 105 to 130, at a frequency of 60 ± 1 Hz. Each symbol shall be not less than 11 inches .high and not less than 7 inches wide. Pedestrian signals shall have front screens conforming to the provisions in Section 86-4.OSB, "Front Screen", of the Standard Specifications. 7-2.09 ~ LUMINAIRES. Luminaires shall conform to the provisions in Section 86-6.01, "High Intensity-Discharge Luminaires," of the Standard Specifications and these special provisions. Luminaires shall be furnished with high pressure sodium lamps and integral ballasts with lamp wattage as shown on the plans. An in-line fuse shall be located in the pull box. 7-2.10 PHOTOELECTRIC CONTROLS. Photoelectric controls shall conform to the provisions in Section 86-6.07, "Photoelectric Controls", of the Standard Specifications .and these special provisions. Each luminaire shall be provided with a Type IV photoelectrical control. 7-2.11 CONTROLLERS, CABINETS AND AUXILIARY EQUIPMENT. The City will 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 detector loops shall be as directed by the Engineer. CONSTRUCTION MATERIALS: Loop detector lead-in cables shall conform to the provisions in Section 8b-5.01A {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 muiimum rate of 5 turns per foot, and the splice must 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. 25 INSTALLATION DETAILS: Installation details shall conform to the provisions in Section 86-S.OlA (5), "Installation Details," of the Standard Specibcations and these special provisions. 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. In lieu of the epoxy sealant specified above, slots may be filled with either of the following materials: 1. An elastomeric sealant conforming to Section 86-5.01A (S) of the Standard Specifications. 2. Asphaltic Emulsion Inductive Loop Sealant conforming to Section 86-S.OlA (5) of the Standard Specifications. 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). Detector loops in concrete pads shall be sealed with epoxy sealant. 7-2.13 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. 7-2.14 PAYMENT. Payment for signals and lighting shall conform to the provisions in Section 86-8, "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 CONDUIT Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions. PAYMENT. Full compensation for installing traffic signal interconnect conductor, conduit and pull boxes will be considered as included in, the prices paid per lineal foot of traffic signal interconnect conduit, and no separate payment will be made therefor. 7.2.16 TRAFFIC SIGNAL MICROWAVE LINK. The Contractor shall furnish and install Microvwave Link System by General Devices & Instruments. System shall be as per attached specifications. Contact Frank Ribelin at (800) 426-0523. INSTALLATION DETAIL: The .3120 AUDIO RF HEAD shall be installed on top and within 10' of the main pole when mounted on the signal mast arm, or within 5' when mounted on the luminaire mast-arm. In each case a clear line of sight between channel paired antenna dish units shall be maintained along with the vertical ground clearance. PAYMENT. Full compensation for installing the Microwave Link System inclusing conduit, wiring, and pull boxes shall be paid for at the contract lump sum price and no separate payment will be made therefor. 26 NTH DETECI'U R SPECIFICA ~~NS] -41A_~ STAB ~F CAL IF~~~ Specification _ _ Emulsion Induc five hoop Sealant Component, our leads ~ p able sand filled . bedded ~ as h ~ asphaltic emu • ~e•thaw ens, p alt and portlan ls~on for use onn1ents• d Cement m concrete. This ~S r r. ~e~ods and stand us speC;fcat. ands m effect on t ` 10n where refer he °pe~g dat enCed. e o f the TeSt,~ng and Mate~als D293g D2523 -ation Stand~.d S peC~cations 1988 XXx.gg Ins ecti . P on, TeS~g and Other Requh.em eats for Materials an d Regulations B oard, Ref. X11 be a sand ~ to prod ed, po~'ab1e~ wat uce a one•COmponen er emuls'~ed bitum t product to en• It meet the 70 Mi,~ um SO to 65 Asphaltic Emulsion Inductive Loop Sealant 8040-41A-15 3.2.3 Firm set time; hours, 4 maximum test at one hour intervals, use ASTM D2939 3.2.4 Brookfield viscosity, Poise 50 to 125 RVT Spindle #3,10 RPM at 75 + Z"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 50 + 10% relative humidity. Condition mandrel and specimens 2 hours at 75 + 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 75 + Sdeg.F, 50 + /-10% relative humidity for muiimum of 16 hours. Load rate 0.05 .inches/minute, use ASTM D2523. . 3.3.3 Elongation, % 2.0 minimum Same conditions as 3.3.2 use ASTM D2523 3.3.4 Slant-shear strength to concrete, psi, 150 muiimum, Use California Test Method No. 434, Part VIII. Space with no loss damp blocks with 0.25, inches between slant faces, seal of adhesion to sides 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 5~0 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. .2_ 28 aop Sealant 8040-41A-15 etai~ all speC1~ed properties and _ , ~d delivery. The vendor er n0~~ storage conditions for 12 m shall be responsible for all co onths replacing material that is unfit for sts and transportation ;d vn Paragraph 3.0 sh use. The properties of any re lace ' ~ remain satisfacto for 12 P meat very, rY months from date of mply with all air pollution contr ~t the time the of rules and regulations within sealant is manufactured, the State of NCE PROVISIONS ~ ~ _ _ _ _ _ _ ~e inspected and tested in actor ~thervvise deem dance with State of Californi ed necessary, a Specification pitted by the Engineer them • nation will not b atenal shall be sampled at the lac e permitted until the material has P e of • been approved by the DELNERY spare in a one package system read :ize as specified in th Y for application, The material _ . e purchase order or contract. I shall be be new, round. standard full o f ordered in 5 gallon hall have tom a i pen head with bails, shall be nonr p t ble gaskets. The containers sh eactive rtation or the Interstate Com ~ comply with the U.S. merCe Commission re ' gulat~ons, as applicable. ~l shall be labeled showin Stat re and manufac g e speC1hcation number manufactur tuners batch number, ens e responsible f or proper s~PP• labels ~Iateriais and Re ~ as outlined in Code of Federal ations Board, Reference 49 CFR. _3_ 29 Asphaltic Emulsion Inductive Loop Sealant 8040-41A-15 b.0 N4TES 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, and 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. b.3 Certificate of Compliance The manufacturer shall furnish a Certificate of Compliance with each batch of sealant, in accordance with the provision of Section b-1.07 of California Department of Transportation Standard Specifications, January 1988. -4- 30 GDI MODEL 3120 37.0-31.3 GHz MICROWAVE MODEM PRODUCT BRIEF SERIAL N[JMBER PLUS 31.0-31.3 GHz , MICROWAVE MODEM FOR SHORT HAUL APPLICATIONS . . N i : 0 T P R SC E D ~ ~ ~~`~~~:an a lterna- Model 3120 Microwave modem is a qu:~:~~~r . The GDI ~ ' to a land-line circuit in the 170/NEMA environment. The 3120 tlve . ' rowave affords you a ~~~c~~~ solution. Because of r~e5por~se mic ~ ~ ~ have with land- ~~e or ,r~::~. ~~......~:....Wa~~~~~ constraints , that you may .......g d 3120 to lementation ou will very likely fin the ~ modem line imp ~ y 400 than a model modem ~:~e~:~~ and :de:~:~~a~f~f~?d be ~::u~~c~~t..~~~~............~,..: d the land lines it requires. an Two modules make up the Model 3120 system: weather roof transmitter/receiver/antenna unit. . ~ A p n Audio Interface unit, 2/4 wire-compatible. 1 A N APPLICA 'nt to oint short haul, light density digital data trans- ~ Poi p , , ssion fora lications in the 31.0 to 31.3 GHz band. mi pP din communications services on local area network ~ Exten g line connections. ' e connections for wide area networks. ~ Last mil FEATU - installation-Bolt in place, plug in, aim. . ~ One hour licensin -The 31 -GHz band is uncrowded with, other 1 Fast g local fre uency coordination is not required by the users, so q FCC. ' nds over the entire bandwidth of a standard 1 Flexible--Respo , telephone 2/4 wire leased line. arts count---solid-state--extremely high . ~ 2-year warranty Low p MTBF. PAGE 1 GDI Gp0618923120A SPEC IFICA ~~N S •••.,.,..31,0 to 31,3 G~z FGG NFL • • • .150 RMAT ~Z ION ,.50 • • RgZ FCC rules • • • • , .300 EZ to 11 ~Z part n~ber - ~•••~.....,,0 to •55 eQuency,r~ge ,,•••,••••94 Dbm FCC Identifier • ................31,0 .•.•,.....,...,,600 Ohm ~ to 3I.3 GHZ . Emission designator • • • ~....I08SDC.310 - Fre enc 150A CTERI 9~ y tolerance 15 sTiG J~OF1D . S Fcc maximum power output , , • . f0.03 $ Gunn diode oscill median power out • . . . . . ..........I2 ator ninimum put . , , dBm • • • ...10 dBm (minimum) power output , • • . .....11 dBm • . 0,03$ dBm _ •••••.•.••.•...e.• SI • • • • e • 4g dBm ~ - - - ~.Rl ZE A . STIG ND UV S EJGH T •sion su BEIGdT perheterodyne R. F• a DEPTH ~ . ssembl ~ • •.13 dB (typical) " Y (outdoor. Tx/Rx ant 15 " / enna unit) Modem in 12 15" • • • • _ d (door unit) 101 75 Bm 3.50" b • • • • • -78 dBm 7.00" 10.75" 3.71 • • • •........-lo aBm INTE b RCN NEGT CABL ~ISTI ES CS 18 qa, stranded, 3 thre individuall e,twisted Pairs, 1 e • .....Parabolic ~ Y shielded with indiv' Po Y thylene insulated inches PVC overall jacket. Ac ideal 20 ga, drain co ' (31.8 ~1 Standar CePtable m~ufact nductors, line d Wire ,405-3G, and urers are Belden ~g77 ' • • . ~ , , • ar Guardian ~E5803, The 3 a mdxlmum distance Of 1 cables ' • • • • • • • • .38.2 d8 000 f t, between RF ~ ball have face Unit. unit and Aud' ~•••••••.,..38 dg ioInter- • • • • , ..2.4 ° Outdoor _ _ . . onnector Indoor co • . ..A~ 7 PIN CNC ~ - - - - - - - . - - - - - Au ~ nnector . . . . dio cable .......,4 wire • ..............DB•9P Phoenix header to s FRE pale lug t c~uE 5....... NGIE .85 ~ S • • ....88 ~ FREQUENGy P 161 ~ AIRS AVAILABLE G8Z A B y • . 0,14 NS NAx 1 - _ _ _ . _ 31.0125 3 , . _ _ 2 31.0375 1.1625 3 31.0625 31,1$75 'ER 4 31.0875 31'ZI~ FACE UNIT 31.2375 5 31.1125 . -34 6 31.1375 31.26 to f74 C 31.2875 PQVI/ ~ ERG _ 40 to +80 ~NSU ~ MPTIQ N Outdoor Tx/Rx , _ up to 45~ Indoor Au ~ . . . 'ondensin dio Interface 12 W (maximum 9~ ) •3 W (maximum) . ►Npur 4 ~aLT (4500 m AGE R ~ EQUI REN► ENTS Power input ,,,,,,117 . /230 V ac nomina150 /60 $Z PAGE 2 I. D ES i ~R PTI N 0 1.0 GENERAL The GDI 3120 Series Digital Microwave Radio consists of a full duplex radio system, operating over the frequency band of 31.0 to 31.3 GHz. This system is capable of processing audio tones within the normal telephone company bandwidth for a 2/4 wire leased line, and can handle a standard two- wire or four-wire telephone. Typical applications can be found in many industries where the need exists to move data over considerable distance, Applications where it is not feasible, for economic or right-of-way restrictions, to install fiber or copper cable are ideal for this product. This product is essentially the same as any other modem, except that the copper twisted pair telephone cables are replaced with a microwave antenna pair that eliminates the .need for buried cable. Any application in which modems can provide the service required can also be served by this microwave system. Two separate enclosures are employed at each end of the link. One enclosure which resides at the ground level, is used to interface with other system equipment, and will be referred as the interface unit. The second enclosure which has an integrated antenna is placed on a mast to achieve line-of-sight to the distant end. The mast-mounted unit contains the microwave transmitter and receiver assemblies, as well as control and signal processing units. Information can be transmitted and received simultaneously, just as with a four wire telephone modem. The GDI 3120 microwave modem accepts audio information and powers the microwave subsystem . for modulation. . I . IN TA S LA L T IN a 2.0 GENERAL The GDI 3120 Series Digital Microwave Radio employs, depending on configuration, at least .two enclosures at each terminal to be linked: a mast-mounted TX/RX/antenna unit ("RF HEAD"), and aground level interface unit. The . maximum operating range between terminals is a function of two factors: the maximum allowable minutes of outage per year, and the geographic location of the installation. In all cases, the. system should be mounted in accordance with applicable local building codes. The 3 twisted pair shielded cable (not supplied), used to interconnect the RF HEAD and INTERFACE UNIT, should be rated for the operat- ing environment. Cables exposed to the elements should be appropriate for temperature and UV exposure. Special requirements must be met for cables used in buildings, near heating ducts or internal to walls and attics. When installing the cables, secure them at intervals to prevent them from flapping in the breeze. cpo6ia9~3izoA PAGE 3 GDI IMPORTANT~INSTALLATION INFORMATION In order to select the correct mounting bracket you must first determine the diameter of the pole you are going to mount to. Then select the correct part number for the mounting Brack- , et. The GDI part number is as follows: 280-UWMTDD.D-A91 REPLACE THE "DD . D" PORT ION OF THE PART NUMBER WITH THE S I Z E OF POLE IN INCHES. The ranges for each size group are: 05.0" - 08.5" 08.5" - 10.5" 10.5" - 12.5" 12.5" - 14.5" 14.5" - 17.0" The RF HEADS are supplied by channel pairs and must be mounted in the order of the pairs to prevent any conflict of channel frequencies. Each pair is assigned a frequency set in order to communicate. Frequencies are in GHz Channel A B ----------------r-~-~--'~-----~---~-~-~'-~--------~ 1 ~ 31.0125 31.1625 2 31.0375 31.1875 3 31:0625 31.2125 4 31.08T5 31.2375 5 31.1125 31.2625 6 31.1375 31.2875 Channel lA must be aligned with .Channel 1B THE CHANNEL ASSIGNMENTS ARE LOCATED ON THE SERIAL NUMBER STICKER. 2.1 INTERFACE tTNIT This unit is not weather-proof, and must be mounted in a dry location. Temperature should not exceed -34C to +74C. Vibration should be limited, as long-term exposure may result in damage < Refer to the appropriate Installa- tion Configuration diagram, for your system application, to determine the proper cable hookup, and ensure that the interface board switches are correctly set. Plug .the AC line cord into a standard 110V receptacle. CP06189231Z011 PAGE 4 GDI `'e a clear lin utely no e'°f`slght bet and °bstruction wean each RF is not c ~ s in the high eno ritlCal~ but path, ugh to the install the llne_o _ prevent an a - - - - _ ~r th f slght• T Y traffic an 1ppp, f he RF HEAD _ _ ~rry the r0m the INTER should lnf °rmatlon FACE UNIT. zs 3 twisted from the RF this c parr, sh1eld HEAD to able t0 con ed Cable• T 1000 feet• nett the RF he HEAD and r1eS Audio • In, the oth g parr is poWe er carr1es • r and Ground• Audio _ BEAD is - - _ - lnsta11ed .lned in orde at an inter_ r to Connect t section o the INTER- ~e installed .S • The at the RF H C°nnectors ~ are AMP DB gp tonne to be insta 7 ctors• lied at 'qulred to i 3ctcrs nstall these C and the cable °nneCtors, Can be purchas ~ture and ed ~m GDI part number of . • these items ~T-Tp_POINT ~p HE AND MUST HAV ADS, 08STRU ,E CLEAR LI CT1QNS WILL NE CREATE _ . _ ING MOUNT . _ _ _ - - - - - . - - - - _ ING IS IMPOR red °n .the fro TANT • ~on is ~ , nt of the RF :l erY slmple• HEAD as a led with the , p and the wing nuts both • inst °ther Slde d in the ailed with t own, he wing nut ail s t0 the ed using eit - . _ . - _ _ _ ~s sh°ul her method d never be but the _ used on any a, p it should b e used to inst ' all the RF Bracket, us' brat ing the saddle ket must be clamps, , opposit hor1Z0ntal e end of the 1. , and ink. Snu - g '•en the bracket with o o arms, wing nu pp site end of is the link. ~5 nnr 3. Install the Audio cable as shown in the appropriate configuration drawing. Ensure that the cables are tight in the proper jacks before power is applied. 2.2.1 ALIGNMENT Alignment is a simple, but critical, procedure. Required are a standard VOM for measuring AGC voltage at the RF HEAD, and wrenches for the mounting hardware. 1. Turn on the INTERFACE UNITS at each end of the link. 2. Loosen the saddle clamps and RF HEAD mounting bolts just enough so that the unit will move in either direction when pressure is applied,~but tension holds the unit in position when pressure is released. ~3. Set the VOM to measure DC voltage, 10V scale. Insert the common ground lead into the black tip jack on the RF HEAD, and the positive lead into the red tip 'ack. Swivel the head vertically until maximum positive voltage is measured. Repeat the process in the horizontal plane. There may be more than one peak, so make the arcs large enough to ensure that maximum voltage is achieved for expected voltage vs, distance. Snug the fasteners. 4. Re eat the procedure at the opposite end of the link. P For optimum performance, each RF HEAD should be aligned in this manner at least twice. 5. Tighten all fasteners after final adjustments. TMENTS Ili. ADJUS After the GDI 3120 is installed there should be no reason for future adjustments! However, if for some reason the RF HEAD is~ moved or disturbed, an alignment will be required. Indicative of the necessity for realignment will be a lower- than-normal AGC voltage. If it is desired to~reconfigure the s stem, it may become necessary to place the cabling in a Y different manner. Refer to the configuration instructions for information to effect these changes . GP061s923120J1 PAGE 6 GDI _ -w... INIT CABLE PARTS . TION GDI NUMBER AMp N UMBER DIGIKEY ~'OR METAL 7CMC- MPLUG 208714-1 A1605 7CMC-SHELL 2089 45-5 A1626 6 ea. CPC-CG FSKT 66105-4 A1343 LTION TOOL CPC- EXTOOL 305183 TOOL A1329 CPC-CRTOOL 90277- 1 A9999-ND OR 90066 - - - - 'CTOR 9DSC- D89PC 205204-1 A1000 SY. 9DSC- CCASSY 207908-1 . 909Gp-ND AUDIO 9773 . BELDEN PART NUMBER 500 - 1000 fee PVC JACKET t 18 AWG AUDIO 9873 B ELDEN PART NUMBER 250 - 500 feet PVC JACKET 20 AWG AUDIO 977 ~ BELDEN PART NUMB 1 - 2.5.0 fe ER PVC JACKET et 22 AWG SAYS BE SUPPLIED U . _ _ . NLESS SPECIFIED DI _ . _ . FFERENTLY PAGE 7 rnT s d a l-- ` r • ~ 0 1D ~ ~ z a n ~ V ~ LY• 0 tW O ~.1. J a J ~ W W N A Z ~ Z O ~ p p ~ C Q W ~ X ~ ~ ~ ~ LY V ~ A ,l7 p E t,. A Z J Z J .E O U ~ U ~ ~ ~ ~ t,- E \ • d L a ~ 0 r L f 11 ~ f W h h- L Z Q Q i ~ ~ N ~ ~ ~o u ~ 0 J 0 ~ ~ ~ I o Q M 1 ~ Ra ~f ~ ~ ~ .U A ~ W d Z ~ ~ Z p FT- O p E N ~ W Q W b p ? ~ ~ ~ . l,. A ~ A L J LO J ti U p U ~ ~ U ~ e o J g ~ ¢ Q :r ~ Q r ` ~ W i T. _ i ~ Q r 0 ~ o J J 0 l-' ~ 0 a ~ `J \ _ • ~ 0 L Q W ~,y I a _ s`1 z ~ Z ~ Q 1 W AI W N a W \ A O W E A q ~ O ~ p E Q W Q W ¢ W ~ d. ~ \ A ~ p Z J A V J z J Z J ~ U ? U W a L 0 ~ ~ i` / a ~ a a 4r Q S Z Q F ~ ~ o ~ o PAGE 8 GP06189231208 W ~ V O ~ V ~ ~ n N ~ 0 0 0 F ti ~ t1 r 3 c ~ D ~ D ~ ~ ~ m ~ ~ ~ z ~ e n 1 ) ~ _ . - - - - a ~o o~ o~ b O~ ~ C O~ ~ ~ ~W Z D vy _ _ c7 ON 7C _ 0+ E ~ } V g ~ a ~ a n ~ L r. o u • ~V) 1Y~ OwL 3 ~.J 4 JWR7 ~ ~ z LL o> ~ ~ n ~ , U Z ~ ~ A t „ z ~ iri rn z r_ z a Tom, ~ ~ ~O r ~ a a~ ''J o:J J ~ 3 s • O N ' r io n n~ 1 Yatl'1ti OiQf1tl O 0 N 7 Z N2Mlb OlQfkf O O 0 E Mb1l~y OlQfxl O 0 6 NMtl'b OlOftd O o~, uz~ny ~ Q Y ~ • 3Q 0~ ~ F..V ~ a Z J ~ N . ~ • N ~ . A .fir ~ ~ G ~ ~M (D . W ~ o ~D =a` o s ~cQi6a N ■ • ~ ~ 7 . • f G ~0 ~ 0~ W 0 • a . . ~ W • a r--~- o- r ~ , Q Z ~ z R ' fr J a ,A U a ti O ~ W ~ r+l ~ 3 3 /1-' V J W 7 W V„ j j JWaW 3 111 wruK O ~ J ~ D. ~ a o a V la. A ~L A O -1 U j ' ~.a. ~ r W U~ a~ ~ a ~ ~ ~ ~ N 0 rf 3 ; o ro i r ~ °O ~ O~ n ~ ' Y L ~ d 6 W , w ~ ~dCN 7 ~ ~ Q: 0 ~ U OIQf1H O • ~ ~ ~ N~lltl OIQ11t! Q ~ ~ i a F Y21d1N O1Qf1H O " ~a fi NaN~!! OiQf1H O utnr~ ~~y O • 0,~ Y • OC Q • • ' ~ 3~ ~Q ,~o F-(A ~~a W¢ 3 ~iTO~ r~ ~QZQ o ~~m CD ~ ~ ~~o ~ .o ~ W N 0 Q o ~r • la., • T R .4 W • F- 0" Z GPllrilE?9c3f20R • PAGE 10 Bunn ale GENER;.AL DEVICES & INSTRUMENTS Inc (Design, Research, Development and Manufacturer of Electronic Traffic Control Modulees) 5 0 6 5 WEST LAKE BOULEV1i,12D - P_ O. BOX 18 7 HOMEWOOD, CAI.IFORNI?a 96141 • (916) 525-7272/1 800 426-0523 • FAXs (916) 525-4441 GPOb18923120B PROPOSAL FQR TRAFFIC SIGNAL ON PANAMA LANE AT SOUTH H STREET To the City Clerk of the City of Bakersfield: The undersigned, as bidder, declares that the only persons or parties interested in this ro osal as prinapals are those named herein; that this ro sal is made with P P P Po out collusion with any other person, firm or corporation; that he has carefully examined the location of the proposed work, the annexed ro osed f contract and the laps therein referred to• and h P P orm of . P • e proposes and agrees if this proposal ~ accepted, that he will contract vv~th the City of Bakersfield, in the prescribed form of contract hereto annexed, to rovide all ne machinery, tools, apparatus anal other means of construction P and to do all the work and furnish all the materials in accordance with the plans and speafications for the above, .filed in the office of the Finance Direct r 0 of the City of Bakersfield and as speafied in the contract, in the manner and time therein rescribe and a r ' the re uirements of the E P ~ ~ ~g to q ngineer 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•undersignedfumher agrees that in case of default in executing the required contract with necess bonds, vv~thin ten (10) days, not including Sunday, after ha ' received notice th ~ ~ ~g at the contract is ready for signature, the proceeds of the check or bid bond accompanying his bid shall become the ro er of the ' Bakersfield. P P tY City of Bidder acknowledges receipt of the following addendum: Item ESTIMATED UNIT OF ITEM UIVTT p~~ ExTENSION No. QUA►~~iTf Y MEASURE (in figuns) PRICE (in figures) BASE BID 1. 1 Lump Sum Traffic signal and lighting system 2. 277 LF Traffic signal interconnect conduit and cable SIGNED Bidder Com an P Y Address . 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 3 ITEM ESTIMATED UNIT 4F ITEM UNIT PRICE . EXTENSION QUA~f'TITY M[EASURE (in Figures) PRICE N0. (in figures) BASE BID CONTINUED 3. 1 Lump Sum Finish Roadway 4. 25 CY Roadway Excavation 5~ 32 CY Import Borrow 6. 133. Tons Asphalt Concrete (1/2" . ~ . nlaXlmum, . medium) 7. 235 Tons Aggregate Base (C1ass 2) 8. 1350 Sq..Ft. Minor Conaete (Sidewalk) 9. 215 LF Minor Conaete (Curb & Gutter 10. 5675 Sq. Ft. Remove Traffic Striping and Pavement Mar .kings 11. 1433 LF Striping (Detail 9) 12. 604 LF Striping (Detail 22) Page 2 of 3 ITEM ESTIlViATED UNIT OF I'T'EM ~ UNTT EXTENSI QUANTITY MEASURE PRICE ON N~• (in Figures} PRICE (in figures) BASE BID CONTINUED 13. 300 LF Striping (Detail 29) 14. 791 LF Striping (Detail 32) 15. 400 LF Striping {Detail 38) lb. 820 SQ. FT. Pavement Markings (~VVhite} 17. 12 EA Remove Roadside sign 18. 4 EA Roadside sign (GSP Post) OPTION A 1. .2590 LF Traffic Signal Interconnect Conduit & Cable OPTION B 1. 1 ~ .Lump Microwave Link System Sum From Panama to Fairview oPTION c 1. 1. Lump Microwave Lank From Sum Fairview Rd. and So. H St. to Pacheco Rd. and So. H St. TOTAL (BASE BID ONLY) SIGNED Bidder Page 3 of 3 The Extension Price has been calculated by multiplying the Estimated Quanti ~ b the Unit Price. In the case of lum sum ite th ~ y . • p • ms, a Estimated Quantity shall be unity, The Bid Total ~ the sum of all Extension Pnces. Bidder agrees that m case of any d~saepancy between the Unit Price(s) and the res dive Extension Pnce(s) and/or the Bid Total, the Unit Prices shall rev ' ~ p ail,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 followin lr (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 estimated quantity for the item and the price thus obtained shall be the Unit Price. LIST OF SUBCONTRACTORS All persons or parties submitting a bid proposal on the project shall com fete the followin forms ' p g ~ the name and the location of the m' a orth • ill, shop or office of each subcontractor who will perform work or labor or render service to the Contractor m 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 $10000 which v eater ( ~ a er ~ gr ,and the portion of the work which will be -done by each subcontractor. This list is to be com feted and submitted with said bid proposal. ~ p ,Subcontractor's Name Desai lion of ~ rtion and Street Address Ci State Zi p ~ of work subcontracted (attach additional sheets if needed) NONCOLLUSION AFFIDA~, TO BE AND SUB E~CUTED By BID MHTED BID DER TRAFFIC SIGNA,I, 0 N P~AMA LANE State of California AT SOUTH H STRE ET Coup )SS: ty of ) Nam ,being first dul sw says that he or e Y orn, deposes and she is the ai• of ~ p mfg the fore oin Title . person, partnershi g g bid that the bid is no COi~pany . p, com t made in the interest of or shams that the bi pay' association, organizatio , or on be sham bi dder has not du'ectI n, or corporat~on• th half of, any uindiscios d' and has not directl Y or indh•ectly induced ~ at the bid is genuine ed else to put in a sh Y or mdii'ectl ~ or solicited an and not collusive • am bid, or that Y colluded conspire co Y other bidder to ut ~ directly or endue anyone shall refs ' .d . nnived, or a ee p a false or ctly, sought by a ee ain from .bidden • th d with any bidder or bidder or an ment, commune g~ at the bidder has anyone oche Y other bidder or to ~ cation, or conferee not in any m r bidder, or to secure ~Y overhead profit or Ce with anyone to fix t anner, the prop4Sed c ~Y advantage a ainst cost element of the bi he bld Pr1Ce of the ontract; that all statem g the public bod d price, or of that of directly or indh•ectl eats contained in Y awarding the contract of any • Y~ submitted his or her bi the bid are true; and ~y°ne interested in divulged unformation d price or ,further tha or data relative thereto ~Y breakdown thereof t the bidder has not company association, or ~ or paid, and ~ ~ or the contents ' or sham bid.' g~zation, bid de osito not pay, any fee to thereof, or p ry, or to any member ~Y corporation, artn • or agent thereof to effe p ership, ctuate a collusive Signature of Bidd er Business Address Place of Residence Subscribed and sworn ~ . to before me t~s-_._....day of ,19 Accompanying this proposal is eeeseeee.eeeeeeeeeeeeeee.recce......•..e.ee.eeeee.eeeee.oeeeeeeee..e (NOTICE: Insert the words "cash ( " "cashier's ch " " eck, certified check," or "bidder's b " amount equal to at least ten percent of the total of the bid. end, as the case may be}, in all persons interested in the foregoing proposal as rinci als are The names of P P as follows: IMPQRTANT NOTICE If bidder or their interested person is a cor oration • treasurer and man P ,state legal name of corporation, also names of the resident se r ager thereof, if a copartnership, state true name of firm also nam P ~ c etary, composing firm; if bidder or other interested er ~ es of all individual copartners p son is an individual, state first and last names in full. . . . . . . . . . . . . . . . . . . . . . . . . e . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . h ....ee......••••eee.•.eee.♦...eeeee.e.eeeee.eie.•....e..e. e.eeeeeeeeee.eee..eeeeee.eeeeee.eeeee•e.ee•eeeeeeeee.eeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee.eeee.eeeeeeeeeeeeeeeeeeeeeeeeee.eeeeee •eeeeeeeeeee eleeeeee.e eeeeeeeeeo Licensed in accordance with an act providing for the re ' tration gis of Contractor's License No,......e.•,,,,,,,,,,,,,,,, ...•eee.eeeeeeeeeeeeeeeeeeeeeeeeee.eeeeeeeeeeee.eeeeeeeeeeeeeeesseeeeeeeeeoeoeeeeeee.eeeeeeeo.eeee.eeeee.►eeee•.eeeee.eeeeeeeeeeeeeeeeeeeeeeeeeeee SIGN eeeeeeeeeee.ee.ee.eeeeeee•eeeeeeeeeeeeeeeeeeeeeeeeeeeseeeeeeeeee.eeeeeeeeeeeeeeeeeeeeee..eeeeee HERE ..........................e.......................e eeeeeeeee.eeeeeeeee.eeeeeeee•ee.eeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee..eeee...eeeeeeeeeeeeeeeeeeeeeeeee.eoeeeeeeeeeeeeee►ee.e Signature of Bidder OTE--If bidder is a corporation, the le al nam • officer r , g e of the corporation shall be set forth above to ether with the si 0 officers authorized to sign contracts on behalf of the co oration• ' g e gnature of the the firm shall be set forth above to eth ~ ~ ~ bidder ~s a copartnership, the true name of g er vv~th the signature of the partner or partners authorized to si of the copartnership; and if bidder is an individual his si afar gn contracts m behalf than an officer of a cor or ~ ~ e shall be placed above. If signature is by an a ent other p anon or a member of a partnership, a power of Attorne must b g • the City of Bakersfield prior to opening bids or submitte y eon file vv~th the City Clerk of d vv~th the bid; otherwise, the bid will ~ be disre arded as irr and unauthorized. g , egular Business Address •••~•••••...ee.e..eeee.ee.e.e..eeeeeeee.e•e.eeeeeeee....ee.•ee.eeeeeee.eeeee.•eeeeeeeeeee.eeseeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee.eeeeeeeeeeeeeeeeeoeeeeeeeeeeeeeeeeeeeeeeeeeeeee.eeeeeeeeeeeeee Telephone No. .......................................................................................................................................................eeeeo.eeeeeeeeeeeeeeeseeeeeeee seeeeeeeeeeeeeeeeee Place of Residence ......................................................e............................................................................................eeeee.eeeeeeeeeeeeeeee............................... Dated 19..... 36 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 City of Bakersfield a bod ' ' . ~ y politic and corporate of the State of California, in the sum of dollars to be paid to said City, for which payments, well and trul . y to be made, we bind ourselves, our hens, executors and administrators, successors or assi 'ointl gns,) y and severally by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH: That if the certain proposal, hereunto annexed, to construct in the City of Bakersfield as referred to in the NOTICE TO CONTRACTORS attached hereto is accepted by the Council of said City and if the above bounden principal,. heirs, executors, administrators, successors and assi ~ • gns, shall .duly enter into and execute a contract, to construct said improvements aforementioned, and shall execute and deli ver the two bonds required by law, within ten da s not Y( including Sunday) from the date of a notice to the above boon ' den principal, that said contract is ready for execution then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of lg (Seal) (Seal) (Seal) Page 1 of 2 37 STATE OF CALIFORNIA ) SS. COUNTY OF ) On th~s_ day of ,19~,_, before me, a notary public in and for the County of ,State of California, personally appeared personally known to me proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as the Attorney in Fact of and acknowledged to me that he/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. • e.. • • • s.,.„... • • e.,. • e e.......„,,,,,,,,,,,,,,,,,,,,, s Notary Public in and for said County and State 38 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: TRAFFIC SIGNAL ON PANAMA LANE AT SOUTH H STREET , awarded on ,between the City of Bakersfield (hereinafter referred to as the City), and the undersigned, which contract provides for the installation of lighting andf or traffic signal 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 by the City, 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 or 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 Twenty-Four (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 City'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 in said contract. Date Contractor's Signature Firm Address GUARANTEE MATERIAL AND WURI~ViANSHIP CITY 4F BAKERSFIELD Department of Public Works 1501 Truxtun Avenue, Annex Building Bakersfield, CA 93301 In accordance with the terms of the Contract for; TRAFFIC SIGNAL ON PANAMA LANE AT SDUTH H STREET , 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 City's representative, or the agent of either of them, of any defects in said work or materials, we agree to commence and prosecute with due diligence, all work necessary to fulfill the terms of this guarantee and to complete the work within a reasonable period of time, and in the event of our failure to so 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. 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. DATE Contractor's Name Authorized Signature 40 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 imposed 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 (Agreement name) IT IS FURTHER UNDERSTOOD AND AGREED that the Contractor shall fat 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 41 SAMPLE SAMPLE INSTALLATION OF TRAFFIC SIGNAL AND LIGHTING SYSTEM AT PANAMA LANE AND S0. H STREET CONTRACT N0. THIS AGREEMENT, made and entered into on , by and between the CITY OF BAKERSFIELD, a municipal corporation, hereinafter called "City," and ,hereinafter called "Contractor"; WITNESSETH: WHEREAS, City has duly advertised for sealed proposals 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 b. Material and Labor Bond 7. Letters of transmittal, if any S. 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) -1- 42 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed, the day and year first-above written. CITY OF BAKERSFIELD By (NAME OF CONTRACTOR} By Contractor . APPROVED AS TO FORM: By City Attorney COUNTERSIGNED: By Finance Director .2. 43 f To be completed by the Contractor, if he elects to substitute securities in lieu of retentionJ. . 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 ofthe -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 fhe amount of dated (hereinafter referred to as the "Contract"). When Contractor deposits the securities as a substitute for .Contract earnings, the Escrow Agent shall notify the Owner within ten (10y 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. -1- 44 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. fi. 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 a right to draw upon the .securities in the event of default by the Contractor. Upon seven ~7} days' written notice to the Escrow Agent from the Owner of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the Owner. 8. Upon receipt of written notification from the Owner certifying that the Contract is final and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the Owner and the Contractor pursuant to Sections ~4} to ~6}, inclusive, of this agreement and the Owner and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notice or 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_ 45 On behalf of Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the Owner and Contractor sha11 deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the. parties have executed this Agreement by their proper officers on the date first set forth above. Owner Contractor Title ~ ~ Title Name ~ Name Signature Signature .g. 46 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 jDATE OF AWARD~,19 , awarded to jNAME OF CONTRACTOR) , 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 PROJECT DESCRIPTION.); 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 (LEAVE BLANK ,FOR BONDING COMPANY), as Surety, are held and firmly bound unto the Owner in the sum of X100°~ OF AMOUNT AWARDED AT COUNCIL MEETING) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above mentioned Principal, his or its heirs, executors, ::administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and any alterations made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein. specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless, the Owner, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and.virtue and Principal and Surety, in the event suit is brought on this bond, will pay to the Owner such reasonable attorney's fees as shall be fixed by the court. As a condition precedent to the satisfactory completion of the said contract, the above obligation in the said amount shall hold good fora period of one (1 }year after the completion and acceptance of the said work, during which time if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns shall fail to make full, complete, and satisfactory repair and replacements or totally protect the said Owner from loss of damage made evident during said period of one year from the date of acceptance of said work, and resulting from or caused by defective materials and/or faulty workmanship in the prosecution of the work. done, the above obligation. in the said amount shall remain in full force and effect. However, anything in this paragraph to the contrary notwithstanding, the obligation of the Surety hereunder shall continue so long as any obligation of the Principal remains. Page 1 of 2 47 And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed thereunder .or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said 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. IN WITNESS 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 presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal (Seal} Signature for Principal Title Surety (Seal} Signature for Surety Title (Attach notarization form for each required signature.} Page 2 of 2 PERFBOND.2 . 48 MATERIAL -LABOR BOND KNOW ALL MEN BY THESE PRESENTS, THAT, WHEREAS, the CITY OF BAKERSFIELD, County of Kern, State of California, hereinafter designated the "Owner," has, on .(DATE OF COUNCIL MEETING, ,awarded to NAME OF CONTRACTOR) hereinafter designated as the "Principal," a contract for tha construction of DESCRIPTION OF PROJECT -USE DESCRIPTION FROM FRONT COVER OF SPECIFICATIONS). WHEREAS, said Principal is required to furnish a bond in connection and with said contract, providing that if said Principal, or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, WE, the Principal, and (LEAVE BLANK FOR BONDING COMPANY) , as Surety, are held and firmly bound unto the Owner the penal sum of 5096 OF AMOUNT AWARDED AT COUNCIL MEETING) dollars lawful money of the United States; for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION tS 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 com~etion of the said contract, the above obligation in the said amount sha11 hold .good for a period of one ~1}year after the completion and acceptance of the said work, during which time if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns shall fail to make full, complete, and satisfactory repair .and replacements or totally protect the said Owner from loss of damage made evident during said period of one year from the date of acceptance of said work, and resulting from or caused by defective materials and/or faulty workmanship in the prosecution of the work done, the above obligation in the said amount shall remain in full force and effect. However, anything in this paragraph to the contrary notwithstanding, the obligation of the Surety hereunder shall continue so long as any obligation of the Principal remains. 49 ' And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said 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 reasona~e attorney's fees, incurred by the Owner in successfully enforcing such obligation, all to be taxed as costs and included in ~ any judgment rendered. IN WITNESS WHEREOF, the above mentioned parties have executed this instrument under their seals this day of ,19~ -the name and corporate seal of each.corporate parry being hereto affixed and these presents duly signed by its undersigned representative, pursuant to author'~y of its governing body. . Principal Seal) Signature for Principal Title . Surety Seal} Signature for Surety Title Attach notarization form for each required signature) 50 This form should be sent to the Joint Apprenticeship Committee "of the craft or `trade in the area of the site of the public work. If you have any questions as to the address of the appropriate P U B L! C WORKS Jant Apprenticeship Committee, contact the nearest office of he Division of Apprenticeship Standards (DAS). Consult your CONTRACT AWARD INFORMATION alephone directory under California, State of, Industrial Relations, for the DAS office in your area. NAME OF CONTRACTOR CONTRACTORS STATE LICENSE N0. CONTRACTORS MAIUNGADDRESS - NUMBER ~ STREET, CrTY, ZIP CODE AREA CODE & TELEPHONE N0. NAME 8 LOCATION OF PUBLIC WiORKS PROJECT DATE OF CONTRACT AWARD DATE OF EXPECTED OR ACTUAL START OF PROJECT NAME & ADDRESS OF PUBLIC AGENCY AWARDING CONTRACT ESTIMATED NUMBER OF JOURNEYMEN HOURS APPRENTICES ' OCCUPATION OF APPRENTICE NUMBER TO 8E EMPLOYED APPROXUNATE DATES TO BE EMPLOYED Check one ~f The Boxes Below: Box 1 We request dispatch of apprentice(s) for this job. We voluntarily choose to comply with the applicable Joint a . Apprenticeship Committee Standards for the duration of this job only, in training the apprentice(s). We assume no other obligations to the committee or unions under State or Federal laws. box 2 Q We request dispatch of apprentice(s) for this job. We do not .wish to follow the applicable Joint Apprenticeship Committee Standards in training the apprentices; instead, we agree to employ and train apprentices) in accordance with the California Apprenticeship Council regulations governing employment of apprentices on public work projects. We assume no other obligations to the committee or unions under State or Federal laws. Sax 3 ~ We are already approved to train apprentices by the applicable Joint Apprenticeship Committee and we will employ and train under the Standards. Box 4 ~ We do not request the dispatch of apprentices) since apprentices are not required on this job under the provisions of California Labor Code Section 1777.5, because: Signature ~ . Typed Name Title Date State of California - Department of Industrial Relations OAS 140 (New ,~90, DIVISION of APPRENTICESHIP STANDARDS