Loading...
HomeMy WebLinkAbout1986 Special Provisions Project Knoll WayCOPY N0. CITY OF BAKERSFIELD CALIFORNIA SPECIFICATIOfdS INFORMATIOiJ TO BIDDERS SPECIAL. PROVISIONS BID PROPOSAL FOR PLANS FOR TRAFFIC SIGNAL SYSTEDIS ON GOSFORD ROAD AT KROLL WAY GOSFORD ROAD AT CAMINO MEDIA MAY, 1986 DEPARTMENT OF PUELIC WORKS CITY OF BAKERSFIELD. CALIFORNIA 1501 TRUXTUN AVENUE BAKERSFIELD. CALIFORNIA 43301 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, until 2:00 o'clock. P.M. on June 6, 198=to be publicly opened and read immediately thereafter, for the following work: PLANS FOR TRAFFIC SIGNAL~SYSTEMS ON GOSFORD ROAD AT KROLL WAY GOSFORD ROAD AT CAMINO MEDIA Plans and specifications, and forms of proposal, bonds, and contract, may be obtained at the office of the Purchasing Officer by posting a refundable deposit of ZERO -0- }for each complete set. Refund of deposit will be made provided the plans and specifications are returned to the Purchasing Officer within ten (10) days from date of contract award and the doc- uments are in reasonable goad condition. No-bid will be considered unless it is made on a proposal form furnished by the Purchasing Officer, which appears herein immediately following the speci- fications of the project, and is made in accordance .with the provisions set forth under Sect-ion 2, ":Proposal Requirements and Conditions" of the Standard S ecifications of the Department of Transportation, Business & Transportation P Agency, State of California, under date of July, 1984. Each bid must be accom- panied by a proposal guarantee in accordance with the requirements of article 2-1.01 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 Government Code 4590. The Contractor must possess a valid Class A or a Class C-10 Contractor's License at the time this contract is awarded. SPECIFICATIONS: The work embraced herein shall be done in accordance with the Standard Specifications of the Department of Transportation, Business and Transportation Agency, dated July, 1984, insofar as the same may apply and in accordance with the following provisions. 1 0 PROGRESS OF THE WORK AND TIME FOR COMPLETION. Attention is directed to the provisions of Section 8, Article 8-1.06, "Time of Completion" and Article 8-1.01, "Liquidated Damages," of the Standard Specifications, and is specifi- cally hereby made a part of these special provisions. The Contractor shall furnish the Engineer with a statement from the vendor that the order for the electrical materials required for this contract has been received and accepted by said vendor, and said statement shall be furnished within fifteen (15) calendar days from the date of the contract. Said statement shall show the date or dates the electrical materials will be shipped. The Contractor shall begin work within fifteen (15) calendar days from the date of the contract and shall diligently prosecute the same to completion, except for signal and lighting standards and other above ground electrical equipment if said electrical equipment has not yet been received, before the expiration of TWENTY (20) WORKING DAYS beginning with the fifteenth (15th) day following the date of the contract. Signal and lighting standards and other above ground electrical equipment shall not be erected until all electrical materials are received. Upon receipt of said electrical materials, the Contractor shall complete all electrical work, including functional tests, before the expiration of FIFTEEN (15) WORKING DAYS from the date all electrical materials are received., but in no case shall the work be completed later than the expiration of SEVENTY-FIVE (75) DAYS beginning with the fifteenth {15th) day following the date of the contract for said work. lA CITY OFaBAKERSFIELD, CALIFORNIA DEPARTMENT OF PUBLIC WORKS _ SECTION 1. PROPOSAL REQUIREMENTS (a} GENERAL INFORr~~ATION. The Purchasing Officer of the City of Bakers-~ . field, California, will receive at~her office, City Hall, in said City, until ~ . 2 o'clock P.M. on June b, 198b sealed proposals for ~ - - PLANS FOR TRAFFIC SIGNAL. ~YSTE~15 ON ; GOSFORD ~ ROAD AT KRQLL WA:Y. ~ . ~ ~ ~ , , ~ . ~ ° GOSFORD ROAD AT CANING MEDIA : ~ ~ ~ . r _ : . (b} PROPOSAL FORM. All proposals, must be made upon blank forlas to be ; - . - . . obtained from the Purchasing Officer, .the form of~ which appears herein immediately ~ _ following these specifications. All proposals must give the prices-proposed,~bofih . in writing and figures, and must be signed. by ~ the bidder, with his address. If the proposal is made by an individual, his name and post office address must b~ 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 o~ the president,. secretary and treasurer. (e} RTDDER°S GUARANTEE. All bids shall ~e presented under sealed cover and shall: be accompanied by a certified check or bid bond made payable ~o the City of Eakersfield, for an amount equal~to at least tee percent (10% of the . amount of said bid, and no bid shall be considered unless such certified check - or bid bond is enclosed therewith. (d} RETURN OF EIDDER}S GUARANTIES. j~ithin ten (~0} days after the award ~f the c?'"~'~rul t, -the City o~ ~ ~kezy~.f? elf wI ~ return *he pY•uposal ~i~aranw~. es ~ ~ ~ . accompanying such of the proposals~as are not to be cansi~ered in mak~.ng the .award. All other proposal guaranties will be held until the contract has been _ . finally executed., after which they will, be returned to the. respective bidders .whose proposals .they accompany. ~ (e} CONTRACT~BONGS. The Contractor shall furnish two gaod and sufficient bonds. One of the said bonds shall guarantee the faithful performance of the said contract by the Contr~ctar and shall be in an a~aount equal, to one hundred. percent (IQO%} of the contract prices The other of the said bonds shall be in an~amount of fifty percent (50 0} of the contract price and shall be~ furnished as required by the. terms., of an act entitled "An act to secure the payment of the claims of persons employed by contractors upon public works,. and the claims of persons who furnish . materials, supplies, teams, implements, or machir~exy used ar canswned by such contractors in the performance of such, works, and prescribing the duties of certain public officers with respect tihereta," approved . ~iay~ 10,1919, ~ as amended. Forms of bonds required may be obtained at the off~.ce of the City Attorney. 2 0 Whenever any surety or sureties on any such bonds, or on any bonds re- quired by law far the protection of the claims of laborers. and material men, become insufficient, or the Mayor has cause to believe that such surety or sureties have become insufficient,a demand in writing may be made of the Contractor for such .further band 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. (f} REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURES OR IRREGULARITIES. Proposals may be rejected if they show any alterations of form, additions not called for, conditional or alternative bids, incomplete bids, erasm ores or irregularities of any kind. Proposals in which the ,prices obviously are unbalanced may be rejected. The right i~s reserved to reject any and all proposals. (g) AWARD OF CONTRACT. The award of the contract, if it be awarded, will be made: within thirty (30) days after the opening of the proposals. (h) EXECUTION OF CONTRACT. The contract shall be signed by the success- ful 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'Clty until the-execution of the contract. All contracts shall be considered as being made and entered into in the City of Eakersfield, Californian Failure to execute a contract and file acceptable bonds as provided herein within ten (10) days, not including. Sundays, after the bidder has received Notice that the contract has been awarded, shall be just cause for the cancella® tion of the award and the forfeiture of the proposal guaranty. (i) EXAMINATIONS OF PLANS, SPECIFICATLONS, SPECIAL PROVISIONS, AND SITE OF WOt~K. The bidder is required ~to ~~exai~ine carefully the site of, the prom posal, plans and specifications, and contract forms for the work contemplated, and it wild be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, as to 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. SECTION 2. SCOPE OF WORK (a} WORK TO EE DONE. The work to be done consists of furnishing all labor, materials, methods and processes, implements,. tools and machinery, except as otherwise specified,-which are necessary and required to construct the . proposed improvementso as designated in the contract. (b) ALTERATIONS. By mutual consent in writing of the parties signatory to the contract, alterations or deviation, increases or decreases, additions or omissions, in the plans and specifications, may be made and the same shall in no way affect or make void the contract. 3 I 1 for accuracy of dimensions and details, and that the Contractor shall be respon® sible for agreement and conformity of his working plans with the approved plans and specifications. ,J ~ (c} CONFORI~fiITY WITH PLANS AND ALLOi~~ABLE DEVIATION. Finished surfaces in all cases shall conform with the lines, grades, cross sections, and dimensi®ns shown on the approved plans. Deviations from the approved plans, as may be re® quired by the- exigencies of construction will be determined in all cases by the Engineer and authorized in writing. (d} COORDL~ATION OF PLANS., SPECIFICATIONS,. AIND SPECIAL PROVISIONS. These specifications, the plans, special. provisions, and all supplementary documents are essential parts of the contract, and a requirement occurring in _ one is as binding as though occurring in aII. They are intended t® be cooper® ative, to describe, and to provide fora complete work. Plans shall govern over specifications; special provisions shall govern over both specifications and plans. City specifications shall govern over State Standard Specifications. (e} INTERPRETATION OF PLANS AND SPECIFICATIONS. ,Should it appear that the work to be done, or any matter relative thereto, is not sufficiently detailed or explained in these specifications, plans, and the special provisions, the co~~ tractor shall apply to the Engineer for such further explanations- as may be necessary,. and shall conform to such explanation or interpretation as part of the contract, so far as may be consistent with the intent of the original speci~ fications. In the event of doubt or question relative to the true meaning of the specifications, reference shall be made to the City Council, whose decision thereon shall be final. In the event of any discrepancy between any drawings and the figures written thereon, the figures shall be ,taken as correct. (f} SUPERINTENDENCE. Whenever the contractor is not present do any part of the work where it may be desired to give direction, orders will be given by the Engineer in writing, and shall be received and obeyed by the superintendent or foreman in charge of the particular work in reference to which orders are given. (g} LINES AND GRADES. All distances and measurements are given and will be made in a horizontal plane. Grades are given from the tap of stakes or nails, unless otherwisenoted on theplans. 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 discrep~ ancy is not reported to the Engineer, the contractor shall be responsible for any error in the finished work. The contractor shall give at Least 24 hourst notice in writing when he~ will require the services of the Engineer for laying-out any portion of the work. The contractor shall furnish the Engineer such facilities and labor, necessary for making and maintaining points and lines, as he may require . Labor furnished by the contractor for such purposes will be paid far as Extra ~~ork. The contractor shall preserve all stakes and points set for lines, grades, or measurements of the work in their proper places until authorized to remove them by the Engineer. All expenses incurred in replacing stakes that have been removed without proper authority shall be paid by the contractor. 5 (b) DEFECTIVE ~~~ATERIALS. All materials not conforming to the require- . meats of these specifications shall be considered as defective, and all such materials, whether in place or not, shall be rejected and shall be removed immed~ iat sly from the site of the work unless otherwise permitted by the Engineer. ~Io rejected material, the defects of which have been subsequently corrected, shall be used until approved in writing by the Engineer. Upon failure on the part of.the contractor to comply with any order of the Engineer made under the provisions of this article, the Engineer shall have authority t~ remove and replace defective material and to deduct the cost of removal and replacement from any monies due or to become due the contractor® SECTION S. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC (a) LAWS TO BE OBSERVED. The contractor shall-keep himself fully in- formed of all exis'~ing and future State and National la«s 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. (b} HOURS OF LABOR. The contractor shall forfeit., as penalty to the City of Bakersfield, Ten Dollars (10.00) for each laborer, workman, or mechanic employed in the execution of the contract by him, or by any subcontractor under him, upon. any of the work hereinbefore mentioned, far each calendar day during which said laborer, workman, or mechanic is required or permitted to labor ih - violation of the provisions of Section 1510 to Section x1815, inclusive, of the Labor Code. (c} 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 protect 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 shat 1 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 plan:has been approved by the City Engineers 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 t~o allow the use of a shoring, sloping, or protect~.ve system less effective than that required by the Construc® Lion 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 1.722 respectively. 7 Addendum No. 1 Sheet I of 1 PROJECT: TRAFFIC SIGNAL SYSTEMS ON HUGHES LANE AT WHITE LANE BID OPENING DATE: July 25, 1986 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 a part of the Plans and Specifications and shall take precedence over anything to the contrary therein. CHANGES AND CLARIFICATIONS: SPECIFICATIONS: . SECTION I4(o) Detector loops in concrete pads shall be sealed with epoxy sealant conforming to :State of California, Department of Transportation Standard Specifications, July, 1984,~Section 95-2.09, Epoxy Sealant for inductive loops. NOTE: All contractors bidding this work shall denote in their proposal that theyreceived Addendum No. 1 . , Pub Works Dept.-Traffic Engineer Purchasing Officer `~~w~~n ~ rIU~~~~~~ • w ~ - C ~+,w.,~ ~ ' T4: Bob Mahaffe~a, Construction Ib,spacto~ ~ - FRQI~: Steph~o Walker, Traffic- Bn~%n~~rin~ , ~ - . , . .1 x . . _ ~ i ~ . ~ ~ r .SU~JECT:~ ` ~ C~HDt~ IT OI~~. ~ G4SF~ORD~KRQ►LI~. ~1GN'.. ~ ~ ~ ~ , . ~ ~ .~`.~~ww~rrr~rwrRr►sw~w+ww~ora+moe@~'~raiav~ewrs.x~saaa.naa~wwaeyraa+rain,azarawane~oza~eawcrseww~amaneo~a~%eamiesua~.us~na.m'oa~++o~a~4csz~eaaaeaavnafrraca.~mYr.~~atiaaibaxa~+aq.~aoa~~rr~maws.s.mtng6'rewr~n...~; ''.s~ . , 1 y l,~.Y ~ ~ T } . f U u .i S .,r Y> r'+~aMy-~ S . . , . - . . \ { . i 4`' ~ . , . ~ .c , r G%r r^ a Y~, ,,;~D, p .r t . 4~~! 1.. ~`lrn .r .v r. x u A` ~ .-J r ' y oY, p ~ .7r, ,any#. . . We~ ~ hav a:. r~~~ier~ed tha prop~s~1 by ~ the C.aat~r~ctor to aka c~~s~-ink of rG~ss~~d . . R~o1I and find i~ accpta~la i the fo~4~oW%n c~,~~s , . instead of- the east le of ~ ~ , ~ . . =are made .y. ~ ~ tt ~a r r - J~ ~ ~t R V.. Y1y 1 / i,• +g ~ k ' i ~ M L~~ El~in~b~ conduit rug 6 ® . ,T f , } _ . lP1T,n ♦ 1 ~ t~ ~ 2} Add. conduit run 18p us~~ 3~e -~dndui~~` bafiWe~a iocati+an ~ . . y . ; ~i~ ~ 3) Increase candui~ gun ~ 1 i~:- ~~.~e: ~~a~ hl~~ itch. ~ inc~ ~ 1 -:r ° • ~ , ~ ' } k, • e , . `1 4) , Increase conduit runs ~ ahd frog a single t~ t~o~'' c~~uits c~ _e~ach ran. - r y ~ q, ~ . • , . y f ' , ' 5 } Increase conduit iron 1Q fro~a a single 2~i/2~~ to , tW~~~'~ cc~t~d~aits T,, ~ x - , . I would su~~est using this.:~l~eraate only if: _ a~ • • . - p~,~.~. 1~ Thy ~on~racto~ cannrot ~ case - sh®rta~ (.5 foot) sect~.ons of ~c►u~t tc~ b~~~ across Kroll Way; or, _ ~ - . ° ah~ . , r f' L't .5~ ,1~. F~ ' ~ ~ ~•'si th': r- a Y ~ - E t'y '~1 k"A 't ' 3 _ _ w. ~ 9 ~ 4: ~ 0~ XM k 2~ The ~a~tractor car~hot :10s1~~ gut'' the st~e~t~ ~ ~ ~ ~ trr ~s~ ~ ' ~ 5 hyq~' f..~' h pS~ ?4 q: e'~'M fA i f 3 ~ t >r _ I would expect this to be ~a ''no cosh°1 change: e~ren :if a~ .is pr~~ess~d, . • ~ M F .:.,o.'~ lt' i tar?.~+ Y7 is ~'~wf r • ' ~ 7 s - ~''~°,~ty r~ ~~+",lA p4 ~r~7. :,?X' ~~Mn 4.P t.,F"< . a '-7N} RW ~ %~rp 'd '~a;. ~ d,~g '~~#'+r !YrY 1^"vT . - r~:i ,yx 4 `.'!hc'~~ ' ,g .._~t yL ~ m~..~ ~~'r~ yr.~z t.Ma it 1, .y. cc : Dale HaWlep~ ~ ~ hl ~ `yS., ~t Y:~ ra John Grlndstaff r~ r ~,~~~~p~' })t ry/ 5~ 1 i t ~ ~ f a A r i~. lr Cdr ~ ~ '^l T `+r ~ v~ . : f x .(+'q4,y. h! :3a .x~r ~Y~i " ~ q. .'4 A r y .fir r d4,~y3.'+s~, tit r dw , Irv . y r 1 4 I !y i lV ! t ~}kl r.i _ ~ . . r ..,.z t r G Y ' ly ~ e M 7 i' i - r . ,ly r `j r •x f: r r ~ ~ j a ' r, a, , ' ~ 4 j v ~t ' - S.,' y'7 1 3..,, M S r...tfi ~ ` `k w ~ . + I 5 f y~. ~ Y . - _ 5i~ ~ r `J♦ ~ 4 Sr µ t r ~ ; a , k , r:. r .s , - 4 ~ ~ ,-c~ 7 r~y`#~kt .;r, ~n ' ~ht ~ z ~ x ' {s~'~ x ' '--.-w~w~Yw~roruwrwrlwteuMe~ev~lYYrtlYtlWVLtleetlOY _ IM9Q~R1 p Nil (g) REGISTRATION OF CONTRACTORS. Before submitting bids, Contractors shall be licensed in accordance with the provisions of Section 7055 of Business ~ Professions Code. w (h} PERMITS AND LICENSES. The Contractor shall procure all permits and licenses., pay all. charges anal fees, and give all notices necessary and incidental to the due and lawful prosecution of the wank. (.i) PATENTS. The Contractor shall assume- a13 responsibilities arising from the use of patented materials, eQuipment, devices, or processes used on or incorporated in the work. (j) PUBLIC CONVENIENCE ANU SAFETY. The Contractor shall so conduct his operations as to cause the least possible obstruction and inconvenience to public traffic. Unless other existing streets are stipulated in the special provisions to be used~as detours, all traffic shall be perr~itted to pass through the work. Residents along the road or street shall be provided passage as far as practicable. Convenient access to driveways, houses and buildings along the road or street shall be maintained and temporary crossings shall be provided and mainm twined in good condition. Not mare than one cross or intersecting street or road shall be closed at any time without the approval of the Engineer. The Contractor shall furnish,. erect, and maintain such fences, barriers, lights, and signs as are necessary to give adeQuate warning to the public at all _ times that the improvement is under construction and of any dangerous conditions to be encountered as a result thereof., and he shall also erect and maintain such waxr~ings and directional signs as may be .furnished by the City. Full compensation for conforming to the provisions of this Section 5 shall be considered as included~in the prices paid for the various contract items ~of work and no additional compensation will be allo`~ed therefor. (k) RESPONSIBILITY FOR DAMAGE. The City of Bakersfield, the City CouncilA o~ the Engineer shall not be answerable or accountable in any manner for any loss or damage that may happen to the work _or any, par~~~ thereof; or for any material or equipment used in performing the work, or for injury or damage to any persona or persons, either workmen or thepublic;-or for damage. toadjoining property caused by the negligence of Contractor or one of his subcontractors during the . progress of the work at any time before. final acceptance. -The Contractor shall indemnify anal save harmless the City of Bakersfield, the City Council, and the Engineer from any suits, claims, or actions brought. by any person or persons for or on account of any injuries or damages sustained or arising in the construction of the work or in consequence thereof. (l} CONTRACTORS RESPONSIBILITY FOR ~1~ORK. Except as prayided above, until the formal acceptance of the work by the City Engineer, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor 9 Two Hundred Dollars ($200.00) per day for each and every calendar da 's de y Iay beyond the time prescribed to complete the work; and the Contractor a r g ees to pay such liquidated damages as herein, provided,. and in case the same are ° agrees that the Cit of Bak s not paid, Y er field may deduct the amount thereof from any money due or that may become due the Contractor under the contract. It is further agreed that in case the work called for under the contract is not finished and: completed in all parts and requirements within the time specified the City Council shall have the. right to extend the time for co le® Lion or not, as may seem best to serve the interest of the City; and if it decides to extend the time limit for the completion of the contract, it shall further have the righ:~ to charge to the Contractor, his heirs, assigns or sureties, and to deduct from the final payment for the work, all or any part, as it may deem proper, of the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the contract, and which accrue during the period of such extension, except that the c®st of final surveys and preparation of final estimate shall not be included in such charges. The Contractor shall not be assessed with liquidated damages nor the cost of engineering and inspection during any delay in the com letian of the work p caused by acts of God or of the public enemy, acts of the City, fire,. floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of subcontractors due to such causes; provided that the Contractor shall within ten (10) days from the beginning of any such delay, notify the Engineer in writing of the causes of delay, who shall ascertain the facts and the extent. of the delay, and his findings of the facts thereon shall. be final and conclusive. (f) SUSPENSION OF CONTRACT. If at any time in the opinion of the City Council, the Contractor has failed to .supply an adequate wording force, or material o.f proper quality, or has failed in any other respect to rosecute the work with . p the diligence and force specified and intended In and b}~ the terms of the contract,. notice thereof in writing will be served upon him, and should he ne Iect or refuse . ~ g , 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, o~r such parts. of it as the City Council may designate. Upon such suspension, the Contract'or's. control shall terminate, and thereupon the City Council, or its duly authorized representative, may take possession of all or any part of the Contractor's materials, tools, equipment, and appliances upon the premises, and use the same for the purpose of completing said contract, and hire such force and buy or rent such additional machinery, tools, appliances .and equi meet, p and buy such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the work and for the completion thereof; or 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 City Council 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 aver and above the contract price will be charged against the Contractor and his sureties, who will be liable I1 payment shall be required to be made, when in the judgment of the Cit En ineer Y g the work is not proceeding in accordance with the provisions of the contract, or when in his judgment the total value of the work done since the. last estimate amounts to less than Three Hundred Dollars ($300.00}. (c) FINAL PAYMENT. The City Engineer shall, after the com lesion Qf P the contract, make a final estimate of the amount of work done thereunder and the value of such work, and the City of Bakersfield shall pay the entire sum so - found to be due after deducting therefrom alI 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 of acceptance of the work V by the City Council. It is mutually agreed between the parties to the contract that no cer- tificate 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 worn 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 of Bakersfield, the City Council, and the Engineer from any-and. all claims or lia- bility~on account of work performed under the contract or any alteration thereof . :a (d} SUBSTITUTION OF SECURITIES. .Whenever herein rovision is made ,,a p „~;~for withholding or retention of moneys to ensure performance, substitution of an J 7~_ equivalent amount (va.lue} of securities shall be permitted in accordance with h. tie provisions and requirements of Government Code Section 4590. SECTION 8. PROVISIONS OF STANDARD~SPECIFICATIONS This work embraced herein shall. be done in accordance with the a ro-- ~riate rovisions of constru ti d « • PP P P c on etails, Section 14 to Section 95, inclusive:, of the Specifications entitled "State of California, Department of Transportation, Standard Specifications, July, 1984," insofar as the same ma y apply, which specifications. are hereinafter referred to as the~Standard Specifications, and in accordance with the following special provisions Whenever in the Standard Specifications the following terms are. used, - they shall be understood to mean and refer to the following: Department of Transportation, CALTRANS - The Engineering Department of the City of Bakersfield. Public Works Manager -City Engineer, City of Bakersfield. Engineer - The City Engineer, acting either directly or through prop erly authorized agents, such agents acting within the scope of the .articular P duties entrusted to them. Laboratory - The designated laboratory authorized by the City of Bakersfield to test materials and work involved ~in the contract. State The City of Bakersfield. 13 Other terms appearing in the Standard S ecifications the enera - . P g 1 pro visions, and the special provisions, shall have the intent and meaning s ecified In Section 1, Definition of T ~ P erms of the Standard Specifications. In the event that any portion of the Standard Specifications inco orated p herein shall conflict with a ny of the provisions delineated In the special pro- visions section herein set forth, the provisions so delineated shall take rece- dence over and. shall be used i i ~ P n 1 eu of such conflicting portions of the Standard Specifications. . SECTION 9. INSURANCE In addition to any other farm of insurance or bonds re .aired under the terms q of the contract and. specifications, the Contractor will be required to carry insur- ance of the following kinds and amounts : .contractor's public liability insurance policy for property damage, personal injury and automobile liabili.t with an . yC insurance company licensed to do business In the State of California} in an amount not less than FIVE, HUNDRED THOUSAND DOLLARS ($500,000.00), combined sin le-Limit g coverage with a TWO MILLION DOLL.~R ($2, 000,000.00) umbrella policy (containing a drop down.provision~) or, in lieu. thereof, a 2.5 MILLION DOLLAR combined single- Ilmlt pol~.cy. The City of Bakersfield, its mayor, council, officers, agents and employees shall be named as additional insureds under the policy which shall operate as primary insurance. . If any part of the work is sublet, similar insurance shall be rovided b P y or in behalf of the subcontractors to cover their operationsR The insurance hereinbefore specified shall be carried until all work required to be performed under the terms of-the contract is satisfactoril y completed as~ evidenced by the formal acceptance by the Cify. The Contractor shall furnish the Finance Department with one (1} certificate copy of each of the executed policies a~r a .certified Certificate of Insurance. The certification on such policies shall guarantee that the policy will not be~ amended, altered, :~odifie~~, or canceled .~asofah as tr.e ~:oti~ez•age contem- plated hereunder is cancerned, without at least five. (S} days' notice mailed by registered mail to-the Finance Department, City of Bakersfield Bakersfield California. The insurance herein required shall be obtained by the successful bidder and the certified copy of the policies or Certificate of Insurance furnished as herein provided, within the time fixed herein for his execution of the contract. Full compensation for.all premiums which the Contractor and the sub- contractors are required to pay on all the insurance described above shall be considered as included in the prices paid for the various items of work. to be performed under the contract, and. no additional allowance will be made therefor or for additional premiums which may be required by extension of the policies o Insurance. 14 SECTION 10. QUANTITIES The following preliminary 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 expedi- ent by the Engineer. The provisions of Section 4-1.03B of the Standard Specifications relative to alterations not involving changes in the character of the work shall not apply to any contract item of work in this proposal. ENGINEER'S ESTIMATE ITEM UANTITY UNIT DESCRIPTION 1. Lump Sum Signals and Lighting, Location A. 2. Lump Sum Signals and Lighting, Location B. 3. 8 Each Install Signs (Mast Arm Hanger, Street Name Sign} 4. 16 Each Install Miscellaneous Signs SECTION 11. MATERIALS The City of Bakersfield shall furnish the controllers and cabinet .assemblies, street name sign panels,"NO PARKING" sign panels. The Contractor shall furnish, for use under, these special provisions, all other materials required to complete the attached contract. City furnished materials shall be made available to the .contractor at .the City Corporation Yard, 4101 Truxtun Avenue.. 1$ SECTION 12. DESCRIPTION OF WORK The work to be done consists, in general, of installing signs, traffic signals and lighting and median modification. Such other items or details, not mentioned above, that are required by the plans, Standard Specifications, or these special provisions shall be per- formed, placed, constructed or installed. Said work to be done is specifically shown, marked and. detailed upon a Plan entitled: TRAFFIC SIGNAL SYSTEMS ON GOSFORD ROAD AT KROLL WAY GOSFORD ROAD AT CAMINO MEDIA lb SECTION 13. GENERAL PROVISIONS (a) PUBLIC SAFETY AND PRESERVATION OF PROPERTY.. Attention is directed to Section.? of the Standard Specifications. The Contractor shall com Iy with P w the provisions of this section, except as otherwise directed by the En ineer. g Such provisions for public safety shall meet the minimum re uirements and q shall be subject to the approval of the City Engineer. Full compensation for complying with the requirements of this section shall be considered as included in the contract prices paid for the various items, of work and no additional compensation. tivill be allowed therefor. (b) DESTRUCTIONS. Attention is directed to Section 8-1.10,. "Unlit Y and Non-Highway Facilities," of the Standard Specifications, the .plans,. and the special provisions. where extra work is required by said section it shall be paid for as provided in Section 7. (a~ of these specifications. The Contractor will be required to cvork 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 Section 7-1.II, "Preservation of Property,'r and 7-1.12, "Responsibility far Damage," of the Standard Specifications, the Contractor will be liable to owners of such facilities and improvements far . any damage. or interference with service resulting from~conductin g his operations. The exact location of underground facilities and improvements ~~~ithin the con- struction area shall be ascertained by the Contractor before using equipment that may damage such facilities or interfere with the services. Other forces may be engaged in moving or removing utility facilities or other im rovements • P , or maintaining services or utllitles. 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 utl.lity is shown or correctly located rn the plans w~.ll no#- ~e compensated for as idle time. However, additional contract time commensurate with such delays. may be allowed. At locations. where irrigation systems exist,. the Engineer will direct the Contractor. as to what steps dill be required to protect the irrigation system and the area it serves. The Contractor shall replace the irrigation system as directed by the Engineer. , Existing land subdivision monuments and stakes shall be fully protected from damage or displacement and they shall not be disturbed unless directed by the Engineer. 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. (c~ 01~1ISSIONS 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. 17 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. _ (d} MATERIALS. Whenever any material is specified by name and number thereof, such specifications. shall be deemed to be used for the purpose of _ facilitating description of the materials and establishing quality, and shall be deemed and construed to be followed by the words "or approved equal".. No substitution will be permitted other than as described. herein unless authorized by the Engineer before the bids are opened. A1I materials shall be new and the best of their class .and kind. (e} AD3USTI~~iENT OF 4vrRHEAD COSTS. The provisions of Section 9-1.08 of the Standard Specifications shall not apply to final cost of this contract and no final adjustment for overhead costs will be made.- (f) 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 during the effective. period of this contract. Preventative r~easures to be taken by the Contractor shall include but shall not be limited to the follow°ing: I. Water shall be applied to all unpa~-ed areas as required to prevent the surface from becoming dry enough to permit dust formatioh. 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 ~°ot re1 i e~~e the Contractor from his .responsibility fir dust control as set forth herein. 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. (g) WATERING. Furnishing and applying water shall conform to the protiPisions of Section 17 of the Standard Specifications, except that full compensation therefor shall be considered as included in the prices paid for the various contract items of work and no separate payment will be made therefor. 18 (h} ALTERATIONS IN QUANTITY OF WORK. The provisions of Section 4-1,03B, 4-1.03B(l), and ~+-1.03B(2), of ,the Standard Specifications relative to increases or decreases in the quantity of contract item of work when no change e in the character of the work is involved shall not apply to any contract item of work in this proposal and the City reserves the right to increase or decrease the quantity of any item or portion of work as may be deemed necessary or in the best interest of the City. (i) WORK IN CITY STREETS. A11 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 Ordinances regulating the use of public streets within the City, except as otherwise provided herein. The Contractor shall inform himself as to all regulations and require- ments of the City Engineer and Superintendent of Streets of the City of Bakersfield and shall conduct his operations in compliance therewith. (j) PERMITS AND LICENSES. The Contractor shall procure all permits and licenses, pay all charges and fees and give all notices necessary and inci- dental to the due and lawful prosecution of the work. (k) MAINTAINING TRAFFIC. Attention is directed to Sections 1-1.08, "Public Convenience," 1-1.09, "Public Safety," 7-1.092, "Lane Closure," and 7-1.093, "Portable Delineators," of the Standard Specifications. The Contractor _ shall comply with the provisions of these sections and these special provisions.. The Contractor shall furnish, install and maintain signs, lights, flags and other warning and safety devices when performing work which interferes with or endangers the safe movement of traffic on any street or highway. Signs, lights, flags and other warning and safety devices and their use shall ,conform to the requirements set forth in the current "Manual of Traffic Controls - Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," published by the State of California, Department of Transportation. Application and use of devices shall be as specified and as directed by the Engineer. The Contractor shall keep the Bakersfield Fire Department informed at all times as to the exact location and progress of the work and shall notify them immediately of any streets impassable for fire fighting equipment. The full width of the traveled way shall. be open. for use by public traffic on Saturdays, Sundays and designated legal holidays, before 8:30 A.M. and after 4:00 P.M. on weekdays, and when construction operations are not acti- vely in progress. Designated legal holidays are: January 1st, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November Ilth, Thanksgiving Day, and December 25th. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When November 11th falls on a Saturday, the preceding Friday shall be a designated legal holiday. 19 Personal vehicles of the Contractor's employees shall not be parked on the roadway at any time, including any section closed to public traffic. F~ When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traf f is . The provisions in this section may be modified or altered if, in_the opinion of the Engineer, public traffic will be better served and work expe- dited. Said modifications or alterations shall not be adopted until approved in writing by the Engineer. The prices paid for the various contract items of work shall be con- . sidered as full compensation for complying with the provisions of this Section 13(k) Maintaining Traffic, and no additional payment will be made therefor. {1) 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 spe- cial provisions. 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. {m) COOPERATIONS. The Contractors shall cooperate fully with the other Contractors performing. work on the site. It is not anticipated that the work to be done by others will seri- ously delay the Contractor's completion of the work. However, if such work does result in extraordinary delay, the Contractor may seek relief from liquidated damages as set forth in the fourth paragraph of Article 6(e.) of these Special Provisions. Fu11 compensation fox complying with the requirements of this Article 13(m) shall be considered as included in the prices paid for the various con- tract items of work and no additional allowance will be made therefor. 20 SECTION 14, SPECIAL PROVISIONS - TRAFFIC SIGNALS AND STREET LIGHTING (a} DESCRIPTION. Furnishing, installing and modifying traffic sig- . pals and highway lighting and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting", of the Standard Specifications and these special provisions. Traffic signal work is to be performed at the following locations.o GOSFORD ROAD AT KROLL WAY GOSFORD ROAD AT CAMINO MEDIA (b) REMOVING AND REPLACING IMPROVEMENTS. Removing and replacing improvements shall conform to the provisions in Section $b-2.02, "Removing and Replacing Improvements," of the. Standard Specifications and these special provisions. (c) FOUNDATIONS. Foundations shall conform to the provisions in Section 8b-2,03, "Foundations," of .the Standard Specifications and these special provisions, The Contractor shall furnish the anchor bolts, nuts and washers to be used for new foundations and shall furnish the appropriate nuts and washers for existing foundations to be reused. Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the Standard Specifications and shall contain not less than 470 pounds of cement .per cubic yard, except for pile foundations shall contain not Tess than 564 pounds of cement per cubic yard. (d) CONDUIT. Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions, Insulated bonding bushings will be required on metal conduit. (e} PULL BOXES. Pull boxes shall conform to the provisions in Section Sb-2.Ob, "Pull Eoxes," of the Standard Specificat-ions and these special provisions. Recesses for suspension of ballasts will not be required, 21 (f} CONDUCTORS AND WIRING. Conductors and wiring shall conform ~ to the provisions in Sect ion 86-2.08 , "Conductors, " and Section. 86.2.09, "~rliring," of the Standard Specifications and these special provisions. Conductors shall be spliced by the use of "C" shaped compression connectors as shown on standard plan ES 13, Splices shall be insulated by "Method R. " Numbered sentence 2 in the first paragraph of Section 86-2.09D, "Splicing-," is ar~ended to read: . 2. Pedestrian push buttoA commons in pull boxes. (g} BONDING AND GROUNDING. Bonding and grounding shall conform to the provisions in Section 86-2.10, "Bonding and Grounding," of the Standard Specifications and these special provisions. (h} SERVICE. Servi~:e shall conform ~to the provisions. in Section 86-2.11, "Service," of the Standard Specifications and these special provisions . . 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. (i.} TESTING. Testing shall conform to the provisions in Section 86-2.1~, "Testing,", of the Standard Specifications and these special provisions. } 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-x.01, "Vehicle Signal Faces," 86-x'.02, "Directional Louvers,'' 86-x+.03, "Dackplates" and 86-x.069 ''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 mast arm mounted signal faces and all arrow indications shall be provided with 12-inch sections. (k} PEDESTRIAN SIGNALS. Pedestrian signals shall conform to the rovisions in Section 86-4.05, "Pedestrian Signal Faces,'P of p the Standard Specifications and these special provisions. Pedestrian signals shall be Type C 22' tl) LUMINAIRES.. Luminaires shall conform to the provisions in .Section 8b-6.01, "High Intensity-Discharge Luminaires," of. the Standard Specificatiot~~: and these ~ special provisions . Luminaires shall be furnished with 200-watt high pressure sodium Iamps and integral ballasts. (m) 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. fin) CONTROLLERS,~CABINETS AND .AUXILIARY EQUIPMENT. The City will ~ a furnish. the controller and cabinet assembly for each location. (o) DETECTORS.. Detectors shall. conform t'o the provisions in Section 86-5, "Detectors," of the Standard Specifications and these special provisions. In lieu of sealing methods specified in Section°86-S.OlA~S), "Installation Details,," of the Standard Specifications, the Contractor may .seal loops in A.C. in accordance with the following. After conductors are installed in the slots cut~in the pavement, the slots shall be filled with asphaltic emulsion Type CSS-l, Section 94, "Asphaltic Emulsion," to within 1/8 inch.af the pavement surface. The emulsion shall be at least 1/a inch thick above the tap conductor in the sawcut. Plant mixed RMAS, composed of°4 to 8o MC-80O conforming . to 5ectian 93, "Liquid Asphalts," and aggregate of Type ~C', No. 4 ~ . max, grading, conforming to Section 39,~ ~'~'Asphalt Concrete," shall be mixed with asphaltic emulsion placed in the slots and tamped, all as directed by the Engineer. Surplus .materials shall be removed from the adjacent surfaces without the use of solvents. Asphaltic emulsion shall be applied to the filled slot and sand app Lied to the surface} all ds directed by~the Engineer. ~ i Lead;-in cables shall consist of 2 No.'I2.copper conduc ors with each conductor insulated with 35 mils minimum, at any point, high molecular weight, heat-stablized, colored polyethylene. The conductors steall be twisted and the. twisted pair shall be protected with a shield of tinned copper-brass, or aluminium-polyester. A No, 1b minimum, stranded tinned capper ground drain wire shall be provided and connected to~the eduipment ground within the cabinet. The cable shall be provided with a chrome vinyl outer j~~acket with a minimum thickness, at any point of 37~mils. (p) PAYMENT. Payment fax signals and lighting shall conform to the provisions in Section, 86-~, "Payment", of the Standard Specifications and these special provisions. FuII 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. 23 SECTION 15. SPECIAL PROVISIONS - ROADSIDE SIGNS _ (a) ROADSIDE SIGNS. Roadside signs shall conform to the provisions in Section 56-2, "Roadside Signs," of the Standard Specifications and these spe- cial provisions. Sign panels shall be furnished by the City. Mast-arm hangers shall be furnished by the Contractor. Roadside signs shall be installed by mast-arm hanger methods as shown on Standard Plan Sheet TS-3, 3A (Street Name Sign), or acceptable equal such as Hawkins M1OJ Series swinging sign bracket, with return spring removed. (b) PAYMENT. Payment per unit for installing sign (Mast arm Hanger, Street Name Sign) shall conform to the provisions in Section 56-2.Ob, "Payment," of the Standard Specifications. SECTION 16. SPECIAL PROVISIONS - GUARANTEE FOR TRAFFIC SIGNAL-AND STREET LIGHTING SYSTEMS. (a) 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 (i) 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. (b) PAYMENT. The lump sum prices paid for installation of traffic signal .and street lighting systems shall include full .compensation for furnish- ing the guarantee as required in this section. 24 SECTION 17, SPECIAL PROVISIONS -MEDIAN MODIFICATIONS (a) DESCRIPTION. This work consists~of the removal and. reconstruction of median curb, concrete removal and other miscellaneous items- in~conformance to the plans and these ~ special provisions . (b) EXISTING HIGHWAY FACILITIES. The work performed in connection with median modifications and the various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications,., the plans and these special provisions. Existing facilities removed shall be disposed of in conformance to the provisions in Section 7~-1.I3, "Disposal of Material Outside the Highway Right of _ Way," of the Standard. Specifications. 1. REMQVE CONCRETE ~ CONCRETE CURBING. Removing concrete, concrete footings, and concrete curbing shall conform to the provisions in Section 15, "Existing Highway. Facilities," the plans and these special provisions. 2. IMPORTED~8O~ROw. Imported borrow shall be placed as directed by the Engineer and shall conform to the provisions of Section I9-7, "Borrow Excav~_ tion," of the Standard Specifications, the plans and these special.provisions~ Imported borrow shall have a Resistance (R-Value).of not less than 60. (c) MEDIAN CURBS.. Portland cement concrete median° curbs shall be . constructed of Class '~P Portland cement concrete and shall conform to the provisions. of Section 73 of °~the Standard Specifications, the plans, ~ and. these special provisions. ~ . Median curbs,~Type ~~-2" sh-all be constructed a~ the locations shown on the plans and conform to the.g.rades~ shown or established in the field by the Engineer® MEASUREMENT AND PAYMENT. Quantities. for median curb, Type~'M-2',~for payr~eret -^,i 11 be the zct•~~a'~ length. ~in ~ feat constructer' as determined field measurement along the.. face of curb, ~~edian curb Type. '~M~2~! eill~ be paid for at the contract unit .price. per linear foot which price shall `include removal of existing median curbing, constructing P.C.C. pad monolithic to .median nose, paving the median° island with P . C . C . as directed by the Engineer, and fi~l 1 compe~isation ~ fora furnishing all labor, materials, tools and eQuipment°and~for doing all the work necessary, and no additional compensation will be allowed therefor. 25 ?c~cunshl , Sec fior~ h'ai lroac~ or Property Line ~ - Levee _ ~;qh~ o~ way Line Wall f'rOJecf C'enfer°lir~e CU I Vert ~'x~°sf~nq Eo~ge o f Pa vcrr~enl` ~ecl9e f°er~ce Ga~`e Decia'uous 7"rce x®X x--®x G tiara' /~d i! evergreen Tre e A ~Ol? urnenf ~FUture) W - Wafer Line ~ Service ~°a/e ~ - - ~~s Line Power Po% 0 Oi / Line Ll W.M. ~n/d ter defer g Y - - _ Bury e~. Tele hone Cable ~ ~ W, V. la/~fer 1/dwe P _ _ .,Buried rower Cable ~ F H. dire ~ Nyc~ran~ BP . c~ Secuer L ire ~ G. M. G"a s 1~l e to r 0 o Aerial Wire ~ 0 G. V. ors valve 0 Aeri a / Cable M.H. ~lanha/e ~~xis tine) - - - - - - ~Po/ Anchor 0 M. H. ~Idhhole (F~~ure ) ~ e , Ufi l~ t f'o% Telephone ~'o% ® /!'Ioncrrnen~` ~~x~~s f~~ ~ ~ S tree f L fight a DATE J~/ "8® RECORDED CI`TY' OF' BAK~RSF1 ELD IN 800K AT PAGE- CA,LI FORN IA DRAWN G. OFF1CtAL RECORD6 OF KERN COUNTY, cA~iFORN~A ENGINEERING DEPARTMENT CHECx~D m N~= M O N ~ 306 ~ I W . - a ~ J O 0 a W ~ ~ ° J ~ ama J ~ o,f^f Q < J Q W N -1r Z W ~ Y/ J W O V► W (rZW ~ ~a o oo~ Z ~ YOD W O O y OC = Q J J O W Z W O Z m O a h I F- J ~z ~ ZU' ~ Q ~~O ~ Z ~Q~. d N N I ~ a J N = O~W O W O ~ Z x U ~ ~Z W Q Q~Q x Z l7 I U Z U W . W =w J ~ N F. aWZ t111 O ~ W W Z NZ~ J ~ (7 W w ~ J Z_ J N Z Jjaf''n~ ~ d ~ QQ, O W m J w~ V ~0 y t0 J (n ~aJ NOi W_ W cV Q 20a VJV1 LC - O ~ 1-aQ-~J C 6 j Z _ ~pZHj W -M► _ > >au10Wa W J - cv W O Z J O N ~ a Z Z .J O N ~ > W O W z J O~~ d J W W p~ 2 J O~ =I ma►= xW~ a a °'~Z zvli0 C7 N XWU Z3W Za? ~~O ~ W ~ V1 ~ ~Q~ ~ N ~ ~ K ~ _ ~ 1 1 -1r f ~ l 1 1 . I _ _ ~ _ ~r a e ~ T 7 _ I 1 11' 1 II 4~ ~ ~ . ~ - ~ lt. i o i Z 1 J ~ ~ ~ ~>W J ~~~~~r ~ ~ _ JO ~ ~ Q W p m d ~ ~ ~aZ =~z O Ul 3 i- ~ W V W y W ~ = N ~ Q. Z m H ~ 3 = ~ a ~ J ~ 4 ~ ~ O W N ~ N C O o a MO U e W O U x rMr ~ L > Q O ~ ~ F' .J " ~ Z ' Z f ~ ' ~ ~ ~ ~ W i ~ N W O N J W Z a a z a Z r E 4J ~pp 4' -i a ~~t~~ ~ 0 ~ ~ W oaaddada Nit ~ W W W W W W W z ~NNN? N N w o N Z W J Who Q~ a Z m W V~ Q YD m ~ ~ a ~ U NQW m~Z ~ Z W 2 ~ Y m' N O ~QW u_ _ 'Warao~X p ou w ~ ~ Na mm"xW~ ~ W F- (7 a W ~ a~ a zwm # K,» O Z o aUSU~ z u W N 0 ~ H: ~ ' Z_ OJ Z Z J ~ ~ ~ X U ~ W a = ~ ~ ~ W ~ O W W rn a N ~ O ~tt O O p N~ Z 0 ~ W = Z ~ ~ O ~ W Z Z ~ U 2 m WW N,~ 0 W J > W Q, F N ~ ~ m W Z W ~ lO W a Z F=, y~j a Ul Z ao= ~a ao J ~ ~I~ U W } m I J C fn 2 a Q 7 > a I ; N W ~ 0 o N ~ a o z ~ ~ ~ I I { l , TIIW "1 L ' . ~ i ~ i ' ' Q W ~ ~ Y a a ~ U o o ~ ~ Q - ~ ~l~ O T I . ♦ , • ~ JY + ,Q. T~ M •r110 e C • ~ e ~K `♦L-F► 0 r ~Z 1 O I ~ ~ 1- ~ ~ a CO "~°O N ~ ~ ' ~ W LL ~ ~ a • ~ o ~ I ~~.b ( ,~tZ Y ~ a ~ I N ~ ~ O ~ ~ 1 1 ~N~ ~ • > f,' ' J , , U a 1 a S J I ~ V • ~ • s I ~ ~ ~ • ~ hl~ .fi~~ I ~ =h w .,,,,.ePG~h' a~provcd ~ /DOAmp comrnPrc~a/ . 4c~rcu~t /cad c~nt~r, e wsrn•rew ~~I ~I~ VVV I'~! .+~I~ vev. ve. ~~VM ~dI //e~ ~ ~ol~ P®ll~~ ~f/9a ~ ,6rEakcr° C/~9htir~ ~ • •e°~ c~rcvft /o~d c~nfe~/", R ' ti h ~ ....e . va.ea ,~n ~ t co~dvit hv~ /-SO ~fm~ /,ao% 11o"e~akor ~Sfy^~als~ . r... • ♦e„ ~ ~ , ~ ~ • e e • S~ Conduit straps . "l~ Cvno~~if ser vic ~ • ~ , conductors as shown on signa~~af~s ,o.~us /~''6 bars ground , conduit, 2 w pull box ° .e ~ t ~t t ' ~ ~ jt t ~ ~ ~I~~~~ ~ tt ~ ~~r r~~~~ To S~rYfCC cof noction; fj ~'•••to li~hf/~a9 c/rcvit Co~aduil` f condvc/`c%s as ~ s~iotv~r on siy►nal shoevn on , igr~a/ pl ~ n , p/are. Ide~n tiff! ur~~'et~a~~d condvQ~'ors ~n pull b®x. • round' rdd 9 . C~rt~r ®f ~~tnr fha// 6e~ ~ ,r,~i~r. o t' 4B a,bo ade~ ors sEde op~oosi~ ~°/i ~c~ ~snal. Alt'PR®VtD QY THE C° J~ ~ f'~ DhTL B~ Cf►'V COUbYCBl. ~J. ~~Q/ V Ld~ ~LJ' G7 DRAWN t Ital. F. S. cKECx~D ~ ~ ~ ~ F1Et,.n BOOK I I ~ L~~~~`1f ~ ~ PAGF. CITY C.~.K . 5CAl.L ~Pf'~aVaD . _ ~ T~ ~ ~ ~ ~ ~ ~ I ~ l.,C~ no scat c w ~~~z~°~~N~~ CtYY ENr.,,~•:~~~.a ~NGI~i~ERING l~EP~~T'MiEN1' P~CPU~~1L . PCB TRAFFIC SIGNAL. SYSTEP~S ON , GOSFORD ROAD AT KROLL ~~AY AND. GOSFORD ROAD AT CAP.IINO ~~ED IA To the Cit Clerk of the City of Bakersfield.: Y . , The undersigned, as bidder, dpcl3res that ~ the onl}~' persons ar pars:. interested in this propo5a 1 as prlnclp~.l s are those na-~~d .herein that this ? ~ osal is made without col? union with an}~ other person,. firm .or corporation; ~r:~at. p he has carefully examinEd the location of the proposed ~~~or~, t~~° anne.~ed proposed form of contract and the plans the~•::in referred to; and he~propo5es and a;rees i~ t:?~.i~ xo oral is acee~ted, t~1at h~ 'gill contract ~ti~ith the City of 8akersfieyd, in P P the ~cescriocd fora of contract hereto annexed, to pro~tide all necessaxy ;~achi:~erti', p • tools, a aratus and athQr Means of construction and ~o do all the k'or~ and fu~n~sh pP ~lZ tnz materials in accordance ~ti~ith the plans and specifications for .the abo`fe~ fiiod in t~'ie office of the Finance Director of ~ the City o,f Bakersfield aP.d as s~eciried in the contract, in the manner and time therein prescribed, andaccoxuing o' e~ forth and that he wi1~. ta~Cc: ?n ~c ~:h~ zc~ulre:nent.5 of the En,lneer as tnerezn s , full o. .ent therefor the unit vices ox lump sun$ set forth in the foil©wing p ~ P sci3~d~.~? e . In case of a discre~ancY betjyeen ►~tords and fig•~zres, the ~4rord:- sha? ~ / re~~~~.i; ar.d i~~; case of discrepancies between. unit prices and totals, the ~''y~. The u:~:dersi ned furthex a;rees that in case of default in executing t e g rec~~~l:red co~~a~.:.;., ►+lt, 'iieC~SSar} Jd,:C15, ,tiz,,l~_i1 ~~,n da~S, noL 1nC.... . , aftex ~.av~.nt~ reti.ei~~ed Notice that the contrast is re~.d~r for sigrsature, the n~•~ceeds of ttxe ~ht;c~: or bid ~on~ acco~.panyin~ .his bid shall hecore .the prope~'ty of the pity c~ ~~.ic~:~,sfield.~ 8~dder ac~cr:owl~d e receipt of the fol.lo~~in addendw~: g . ,.,........_.,_.....~..~...._._.r. ~•NA~. 4~VI•r/M•Y1~r'~MrM ~f•.~ r~~~ ~ ~ Ar ITF~4 Ai PROS . ITEI ~i ~~'ITH I,~~~~fF Ski ~~'RI CL ~0. ~UAvTITY ~~VPcITTEN I~ ~'{t~RDS ' ~ ~'~1'1~L f • ! ~ 1. Lum Sum ~ Location A Si nals and Li?htin com~~lete ~ p ' ~ _in dace for the,___ur►.t~ surd nrlce of • a~~~w [`S~ Iy 1 2. Lump Sum Location B, Signals and Lighting, complete ~rirr~rr• ~•rr•.~ in place for the lump sum-price of i i . ~ ~ ~ l t Signed PROPOSAL FOR: TRAFFIC SIGNAL SYSTEMS ON GOSFORD ROAD AT DROLL-WAY GOSFROD RAOD AT CAr1IN0 ~1EDIA APPROX. ITEM WITH UNIT PRICE UNIT ITE~1 QUANTITY WRITTEN IN WORDS PRICE TOTAL S. 8 Each, Install Sign, (~~1ast^arm hanger, street name sign), at EACH 1b Each, Install miscellaneous signs, at EACH . TOTAL ~ Signed Bidder Page 2 of 2 pages. .4ccompall~~ing this proposal is............ ~ vOTICE : I115ert. the «toj'ds "cash "cashier's check," "cent • fled check,'' or "bidder's bond," as the care may be), in amount equal to at least ten percent of the total of ~tllP bid. The rlallll's of a.ll persons interested ill the foreboiug proposal as prin- cipals ai~e as follows If bidder or other interested person is a cor- Irn octant Not~c~ p oration, state legal name of cor oration, p P also names of the president, secretary., treasurer, and manager thereof ; if a copartnership, state true name of firm, also names of all individual copart- Hers composing firm; if bidder or other interested person is an individual, state first and last names in full. . Licensed in accordance with an act providing for the registration of Contractor's License No .................e........................a................... SIGN HERE i .............................e........e........................... ea..e.....................o... Signature of Bidder NOTE-II bidder I: a corporation, the legal name of the corporation hail bt yet torch abo~• together with th' ~lgnature o! the ottlcer or oitlcer~ authorised to sign contract` on behalt e! the corporation; It bidder is a copartnership. the true name of the firm shall be set forth above together with tho signature of the partner or portne:~ authorised to sign contracts In behalt of the eopartner~hip; and it .bidder i~ an ladl~idual, hli signature shall be placed above; 1! signature U by as agent. other than an ottlcer of a corporation or a member of a partnership, a Power of Attorney mu~rt be oa t11e with the Clty Clerk of the City of >sakantleld prior to opening bids or ~ubmltted witb the bid; otherv►fse. the bid will be dUregarded as Irregular sad uaauthortsed. Business address.... Place of residence Dated .................................................................19........... PW-644003 .e.~..~M ~~ct ncessary if cash Qr certified c"eG~ is ~;~itii ~i~1 a 1{N~~ .~N ~°~l?~SE ~~~s~r~TS: That we _ as principal, and as surety, are held and firmly bound unto tl~e City of 1?akersf field, a body politic and corporate of the State of California, in the sum of dollars }q to be raid t© said City, fnr which payment, well and Truly to be made; we ~l::d ourse??'L'S ~ ~?:r CiT'~, C:LeCUiCT5 and a~I`"iial:~~~to?'5, 5ts5r\.ww,C:,~ ~3:' n55z~??S, ,olntly an ~ severally by, 3 the se px~dsenys. ~'~E C~N~I?~~~' ~3~1~ T~IS~ C~BLIG~T~~i`~ iS SUCH That if -the certa,i;z proposal, hereunto annexed , to construct certain work and improvements in the City of ~3akersfield as referred to in the ~+1'otiee to Contractors attached hereto, is accepted by the Council of said City and if the above bounden principal, heirs, executors, administrators, suc- . . eessors and assigns, shall duly enter into and execute a contract, to construct said improvements a{orementioned, and shall execute and deliver the two bonds required by lativ, within tea days (not including Sunday} from the date of a notice to the above bounden principal, that said contract is ready for execution, then this obligation shall become null anal void, otherwise it shall be and remain in full ~oree and elfect. IN ~ITN~SS ~~E~EOF, we have hereunto set our hands and seals this day a~ ~ ~ ~ Seal (Seal) (Seal } (Seal} (Scat ) y LIST OF SUB-COt~ZTF,ACTORS . All 'persons or parties subma.ttir~g a bid proposal on the pra~e~:t sr►a.l~. c~~~r~plete the fo~.lo~YTing foLm,, setting forth the . name and the location of the mill, shop or office of each sub-contractor T~7ho will perform ~~Tork or labor or render service to the contractor in or about the construction of the Mork or im~provem~ent in excess of one-half of one percent of prime contractor's total bid, ~:nd the portion of the work ~~hich ~,,ili be done btu each sub-contractor, This list is to be cor~:p~.~ted and subrni tted w~i th sa icy bid proposal . The Subletting and Subcontracting Fair Practices Act ~eovern- rnent Code Section ~1Q0 et sEa.} applies to all contracts except those for construction, ir~~provement or repair of streets or ~~igh~~~a~rs, including br~,aaes, and applies to s~aor~ cont~~c a~~ to ~~crt; tie r..o~ c~•vcrlnc~ ,~tre:~.... ~.r~c ar~~ t~~~l~f lc sign«ls. ~f G contr~.c c~r f~;i is to ~ r-cc~~~~ 4 subcontrG~ct.o~ ~:or ar~~ port~.on oz the: <<or~ tc ~>erfor~~e .y ~ unaer the cor.tr«ct, ~~e sn,~l.~ be dee~ed to have a~;r~:F:.1 tf.;:t r 3 ~ ~ =,y. L 1 " ' ~ ~ • 1 ~ 3 4 ~ ~ r~ i j'1 ~ ,t- V` f y" .7' ~ y' i'y 1+' f~ ! : ♦ Y, H - rw , c p.. r+; 1 t r.. a. i..• ~ S, ~ t ~ ~t J...~. a. In t L E-' E.. L ~ l~ j s v k~.! ~_i L•- 1. 1 1 1 ~ ~ ' ~ ~ 1.. 1.~.. 4 i 1 ~.t L . ~ r~^ i ♦ ' , ~ ~ t.•, fi ~j r.-f 4~'. 1 ~ ~ ~ ~ g'~ 1 ~ ~t ~ yti 1^. ~ .~T ~ ~ r ~y` ~4 . . Y ' ~ i ~ w L 1. L : l , ar w • . i 1 1 s . a.. L.. 1 1 1 ~ , be permli.ttEu to sub-contract that portion of thL ~~or:~; except «C authorised by Seaton ~1C~~ of the Ca.l~.forni~ Gove} r~~ent • ~C~~` !'i!Z i~ ~ o ~..ti lJ ~ ~ C ~.i ~~7 1 P\!Z ~ T of 1. C1 1..~ Li 1'. L:~ 1J ►.J `f i',rll': L\. 1 ~f ~ i.r `r • j~..e L' e ~U~ARA~~TEE ' w, TRAFFIC SIGNAL EQUIPMENT ~M City of Bake rs f i e i d ~ , Department of Pub 1 i c Storks Bake rs f i e i d,~ Ca l i fo rn ~ a 0 In accordance with the terms of Contract Rio. ~ , .far the Pro~.ect: . . awarded on ,between the City •f ~akersf field, hereinafter ~ _ referred ~to as the City ,and .the undersigned, which coat ract~ rovides for the P , : nstai tat ~ on of ~ i ~ ght i nq andlor traf r ~ c s ~ gna I system , -and under ~~h: ch coat-tact the undersigned has f u rn i shed ~ and i ns to i 1 ed such. system, .the ~o i 1 ow i ng guarantee of the said system i s he.r. eby made. . Should any~of the equipment instated pursuant to said contract, exce- t r • 1 ~ght~ng.elements, prose defective or should the. system as a wh®ie~ prove defective, due ~ to faulty workmanship, mater i al furnished,. or method of i ns tal lat i o.n, or shoo ~.d said System or any, part.thereof f a i 1 to operate, as p 1 armed, due to any of the above causes, all within-one ~1} year after date on which said contract is accepted by the City, the unders rgned agrees to reimburse the C~i t u on ' r ~ o fi Y~ ,p, demand, a or f ~.s expenses ~ nvu rred r n r,es .or ~ ng sa c d systems to the cond s t ~ on contemplated in said contract, including the eost of any equipment ar materials rep l a~ead, or, upon demand by the City, to rzp 1 ace any. such. equ i parent and repair . 5a i d s'{5 ter~S comp 1 ate 1 y without cost to the G i ty, so that they w i i 1 6p~ ra to :su.cce~sf~ui ly as originai ty contemplated. The C ; t~f sha i l have the ®pt i on to ~ crake any needed. repairs ar rep 1 acemen is i tse 1 f ;ar *a ^~~~e such rep i acementS or repairs done by the enders ~ gned.* Pr i o~- to ~?.~cn tea 1 ac~~~ ~ ~ r cr ~ reoz i r `York ~e i~ ng done by the City, she unde r~s i gned S~c~ i 1 ha~re the option tU ,33ke n~; nee~sd repairs or reaiacements. ~n the event tie ~s t;,• elects. to I~a~ ~ ~ a ~ d ~rrn'~~tC pe rfarr~ by t~~ u,~de rs i gned, tl~~~ undersigned ay ree5 tr,a ; the . repairs h:~~ corarence to b~ ,jade znd such materials as are necessary sh~I 1 ~oT^~eree to be furni:he{:~ fsnd irstal~d ~#ithin Twenty-tour X24} hours of the dare specified in the C E ty's r i ~ `can not ~ f ~ cafi ; on. Cont Factor shall prosecute with due d i 1 i ence to • ~ ~onp 1 ate t ~~~ar k w ~ th ~ n a ~reasanab i e p~ r i od of time, as specified i n the. C i ty ~ ~ wr ~ t ten n~ ; ' f i ca t i on . . . Said system aiitl be deer~e® defective within the meaning of this uarantee i 9 n the event tnat they fail to operate as originally intended by the manufacturers the re®f -and i n accordance with the p:1 ans and- spec i f i cat i ons included i n said contract Contractor's Signature . ~ Firm • Address ~ ~ ~ - . rl r?~ i