Loading...
HomeMy WebLinkAbout1986 Special Provisions Project Wible RoadcoPY r~o, CITY OF BAKERSFIELD CALIFORNIP. SPECIFICATIOi~S INFORh9ATI0fJ TO BIDDERS SPECIAL PROVISIONS BID PROPOSAL FOR TRAFFIC SIGNAL SYSTEMS ON I4I BLE ROAD AT - - VALLEY PLAZA ENTRANCE JUNE, 1986 - DEPARTMENT OF PUELIC ~~IORKS CITY OF BAKERSFIELD, CALIFORNIA 1501 TRUXTUN AVEfJUE BAKERSFIE:.II. CALIFORiVIA 93301 :..f''. ~ CITY OF BAKERSFIELD D E P A R T M E N T O F P U B L I C W O R K S 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 ~ ~ to be publicly opened and read immediately thereafter, for the following work: TRAFFIC SIGNAL SYSTEMS ON WIBLE ROAD AT VALLEY PLAZA ENTRANCE 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 good condition. ,.y~ No bid will be considered unless it is made on a proposal form furnished by the Purchasing Officer, which appears herein immediately following the sped- fications of the project, and. is made in accordance with the provisions set forth under Section 2, "Proposal Requirements and Conditions" of the Standard Specifications of the Department of Transportation, Business & Transportation 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-.1.07 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 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 PROGRESS OF THE WORK AND TIME FOR COMPLETION. Attention is directed to the provisions of Section Article $-1.Ob, "Time of Completion" and Article 8-1.07, "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 s-hall be furnished within fifteen (15) calendar days from the date of the contract. Said statement shall show the date or dates the electrical materials wi11 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 fx°om the date all electrical materials are received, 6u t in no case shall the work be completed later than the expiration of SEVENTY-FIVE (15~ DAYS beginning with the fifteenth (15th} day following -the date of the contract for said work. lA i CITY OF BAKERSFIELD, CALIFORNIA DEPARTMENT OF PUBLIC WORKS SECTION 1. PROPOSAL REQUIREMENTS (a) GENERAL INFORMATION. The Purchasing Officer of the City of Bakersfield, California, will receive at her office, City Hall, in said City, until 2 o'clock P.M. on sealed proposals for TRAFFIC SIGNAL SYSTEMS ON WIBLE ROAD AT VALLEY PLAZA ENTRANCE (b) PROPOSAL FORM. All proposals must be made upon blank forms to be obtained from the Purchasing Officer, the form of which appears herein immedi- ately following these specifications.. All proposals must give the prices pro- posed, both 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 be shown. If made by a firm or partnership, the name and post office address of each member o~f 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 busi- Hess addresses of the president, secretary and treasurer. (c) BIDDER'S GUARANTEE. All bids shall be presented under sealed cover and shall be accompanied by a certified check or bid bond 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 certi- fied check or bid bond is enclosed therewith. (d) RETURN OF BIDDER'S GUARANTIES. Within ten (10) days after the award of the contract, the City of Bakersfield will return the proposal guaranties accompanying such of the proposals as are not to be considered in making the award. All other proposal guaranties will be held until the con- . tract-has been finally executed, after which they will be returned to the `respective bidders whose proposals they accompany. (e) .CONTRACT BONDS. The Contractor shall furnish two .good and suffi- cient bonds. One of the said bonds shall guarantee the faithful performance of the said contract by the Contractor and shall be in an amount equal to one hundred percent {100%) of the contract price. The ocher of the said bonds shall be in an amount. of fifty percent (50%) 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 machinery used or consumed by such contractors in the performance of such works, and prescribing the duties of certain public officers with respect thereto," approved .May 10,,1919, as amended. Forms of bonds required may be obtained at the office of the City Attorney. 2 • jl~henever any surety or sureties on any such bonds , or on any bonds re- quired by law for 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 a 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. (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, eras® ures or irregularities of any kind. .Proposals in which the prices obviously are unbalanced may be rejected. The right is 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 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 including Sundays, after the bidder has received notice that the contract has been awarded, shall be just cause for the cancella® Lion of .the- award-and the forfeiture of the proposal guaranty. (i) EXAMINATIONS OF PLANS,. SPECIFICATIONS, SPECIAL PROVISIONS, AND SITE OF WORK. The bidder is, required to examine carefully the site of, the pro- posal, plans, and specifications, and contract forms for the work contemplated, and it will 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 BE 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 improvements, 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 Z for accuracy of dimensions and details, and that the Contractor shall be res on- p sible for agreement and conformity of his working plans with the approved plans and specifications. (c} CONFORMITY WITH PLANS AND ALLOWABLE DEVIATION. Finished surfaces in a1I cases. shall conform with the lines, grades, cross-sections, and dimensions 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. td) COORDINATION OF PLANS, SPECIFICATIONS, AND SPECIAL PROVISIONS. These. specifications, the plans, special provisions, and alI supplementary documents are essential parts of the contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be cooper- ative, to describe, and to provide for a 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 con- tractor shall apply to the. Engineer for such further explanations as maybe 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 meanin of g 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 on 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. a (g) LINES AND GRADES. All distances and measurements are, given and will be made in a horizontal plane. Grades are given from the top of stakes or nails, unless otherwise noted on the plans. 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 hours' 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 for as Extra Work. The contractor shall preserve fall 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 r~ATERIALS. All materials not conforming to the require- ments 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- lately from the site of the work unless otherwise permitted by the Engineer. No k' rejected material, the defects of wh~ich~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 to 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 5. LEGAL RELATIONS AND RESPONSIBILITIES , T4 THE PUBLIC (a) LAWS To BE OBSERVED. The contractor shall keep himself fully in- formed of allexisting and future State and National lbws and all municipal ordinances and .regulations of the .City of Bakersfield which in any manner affect thoseengaged 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 LA84R. The contractor shall forfeit, as penalty to the City of Bakersfield, Ten Dollars.. ($10.00) fox .each laborer, .workman, or mechanic employed in the execution of the contract by him, or by any subcontractor under him, upon any of thework hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic~is required or permitted tolabor in ~,;ti~,t.: violation of the provisions of Section 1810 to Section. 1815, inclusive, of the Labor Code . (c) The contractorshall comply with Section 6705 of the Labor Code which provides that the contractor'sresponsibility shall be as follows: If the contract price for the project includes an .,expenditure in excess of twenty-five thousand dollars($25,~00) 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 plan has been approvedby the City Engineer. If such planvaries from .the shoring system .standards establishedby the. ,Construction Safety orders of the Division of Industrial Safety, the plan shall be prepared by a registered civil~or structuralengineer. 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~Constxuc- tion 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 172o and 1722 respectively.. ~7 . i (g) REGISTRATION OF CONTRACTORS. Before submitting bids, Contractors shall be licensed in accordance with the provisions of Section 7055 of Business ~ Professions Code. n (.h) PERMITS AND LICENSES. The Contractor shall procure all ermits and P licenses., pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. (i) PATENTS. The Contractor shall assume all responsibilities arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work. (j) PUBLIC CONVENIENCE AND 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 permitted to pass through the work. Residents along the road or street shall be provided. assa a as far as P g practicable. Convenient access to driveways, houses and buildings along the road or street shall be maintained and temporary crossings shall be provided and main- taed in good. condition, Not more than one cross. or intersectin street or road g 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 ublic at all P 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. warnings and directional signs as may be furnished by the Cit Y 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 allowed therefor. (k) RESPONSIBILITY FOR DAMAGE, The City of Bakersfield the Cit Council Y or the Engineer shall not- be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for-any material or equipment used in performing the work, or for injury or dams a to an erson g yP or persons, either workmen or the public; or for damage to adjoining property. caused by the negligence of Contractor or one of his subcontractors durin the g progress of the work at any time before final acceptance. The Contractor shall indemnify-and save harmless the City of Bakersfield 9 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 inconsequence thereof. (1) CONTRACTOR'S RESPONSIEILITY FOR WORK.. Exce t as rovided above until P P 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 ever calendar d ' Y ay s delay. beyond the time prescribed to complete the work; and the Contractor a Tees to pay such Liquidated dama es as herein• rovid g g p ed, and In case the same are not paid, agrees that the City of Bakersfield may deduct the amount thereof from an move L due or that may become due the Contractor under th Y Y e contract. It is further agreed that incase 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 com 1e- - P tion 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 right 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 cast of final surveys and preparation of final estimate shall not be included in such char es. g The Contractor shall not be assessed with liquidated damages nor the cost of engineering and inspection during any delay in the completion of the work 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 anytime in the opinion of the City Council, the Contractor has failed to supply an adeauate.workng force, or material o.f 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., anal 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 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 equipment, 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 o~ any part thereof. Any excess of cost arising therefrom over and above the contract price will be charged against the Contractor and his sureties, who will be liable 11 n _ payment shall be required to be made, when in the 'ud nrent of the Cit the work is not roc d' ~ g Y Engineer • p ee ing In accordance with the provisions of the contract, ar when in ha.s Judgment the total value of the work done since the Iasi estivate amounts to Less than Three Hundred Dollars ~$300.00~. ~c) FINAL PAYMENT. The City Engineer shall aft t cont a ~ er the compl,et~.ar~ of he r ct,-make a final estimate of the amount of work done thereunder and the value of such work, and the City of Bakersfield shall pa the entire sure.~o ~ ~ - Y fund to be dine 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 du e and pay. able .until. the expiration of thirty (30~ days from~the date of acce tance of the work P by the City Count i~l . It is mutually agreed between the parties to the contract t hat na ter tificate given or payments. made under the contract., except the final certificat e or final payment, shall be conclusive evidence of the performance of the _ contract, either wholly or is 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 pa ent of the final:. am ~ ° Ym aun t due under the contract, and the adjustment and payment for an wark done in Y accordance with any alterations of the same, shall release the City of Bakersfield, the City Council, and the Engineer from any and. all claims yr Iia~- bili.ty °on account of work performed under the contract or any alteration thereof. ~ . ~`d~ SUBSTITiTTION OF SECORITIES. .whenever herein rovi . ~,4~° p s~©n zs made °>;or withholding-or retention of moneys to ensure performance, substitution of an -equivalent amount tvalue~ of securities shall be ermitted in ac d • p cor ante with a~ the. provisions and requirements of Government Code Section 459. . F, , , SECTION PROVISIONS OF STANDARD SPECIFICATIQNS ~'his~ work emo~ared herein sham,. be done ri accordance with the a r pp a . priate provisions of construction details, Section 10 to Section 95,~`'inclusive of the Specifications entitled. "State of California, ~epartment~ of ~ Transportation, Standard Specifications,. July, 19$4,i' insofar as the sane ma appl , which s ecificationa are her. in ~ y p e after referred to as the Standard Specifications, and in accordance with the followin s ecial rovisions. E P p . . Whenever in the Standard Specifications the followia terms are. used g , they shall be understood to mean and refer to the following: Department of. Transportation,. CA~,TRANS The Engineerin De argent of g P the City of Bakersfield. Public works Manager-- City Engineer, City of Bakersfield Engineer - The City Engineer, acting either directl or thrau h ra p E p P erly:authorized agents, such agents acting t~ithin the scope of the .particular duties entrusted to them. Laboratory - The designated laboratary authorized b the Cit of Y Y Bakersfield to test materials and work involved in the contract.. State The City of Bakersfield. 13 4G11l1J appearing In the Standard Specifications! the general Fro_ visions, and the special provisions shall have the i ~ ~ • in Section 1 De ' ntent and meaning .sped fled flnltlon of Terms of the Standard Specifications. In the event that any onion of the Standard herein sha P Specifications incorporated lI conflict with any of the provisions delineated in the s eci P" aI pxo-~ v~.sians section herein set forth, the rovisions so delinea dance over a P tad shall take prece_ nd shall be :used in lieu of such conflicting onions of the Specifications. P Standard SECTION 9. INSURANCE. In addition to any other form of insuran e ' c or bonds required under the terms of the contract and specifications, the Contractor will be re • qutred to carry lnsur~ ance of the fgllowing kinds and amountso contractor's ublic Iiabi ' ' olic for roe P Iity•insuranoe P Y P P ~Y damage, personal ln~ury and automobile liab~llty with an .insurance co C mpany licensed to do business in the State of California} in an amount not less than FIVE HUNDRED THOUSAND DOLLARS (~S00,000.00 combined s' ' ~rngle-limit coverage with a TW4 1~iILLION DOLL.~R ~.$2, 000,000.00) umbrella olio contai ' dro down ro ' p Y C Wing a' . . . P ; •p vision}•or, in lieu thereof, a 2.5 MILLION DQLLAR combined sin lei limit policy. The City of 8ake~rsfield its ma o~ g • • ~ • Y ra .council., officers, agents . and employees shall be named as additional insureds under the olio w ' F Y filch shall operate as primary insurance. If any part of the work is sublet, similar insurance sha ' ll be provided by . ~r in behalf of the subcontractors to cover their o erationst . P The insurance hereinbefore s ecified shall be car ' . P tied until all work. required to be performed under the terms of the contract is satisfact.ori ly comlaleted as~evidenced by the formal acceptance by the Cit . Y The Contractor shall furnish the Finance De artm • p ant with one (1~ certificate copy of each of the executed policies or a certified Cert~rficate of Tnsur ance. The certification on such po~,icies shall uarantee that the ° ~g policy will not be amended, a~tered, a~odif~e~~, or .canceled ~.~sofa~,• as t~:e co~eza a contem- ~ . plated here~~nder ~ s concernQd wifih g . :out at least five days' ~:otice marled by registered mail to the Finance Department, City of Bakersfield Eak Cali ersfi~ld, . forma. . The insurance herein required shall be obtained b the suc R , . • Y cessful 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 t~e h contract. . Full compensation for a al l premiums which the Contractor and the sub- contractors are required to pay on all the insurance described above shall be cohsidered 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 ®r far additional premiums which may be required by extension of the olicies P of insurance . . 14 m IMIN . J... ...'C^7..:G~:'. .ipr4`~_.J:. r ~ .w • a r?'IC ~Ar. 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 UN`ITe DESCRIPTION 1. Lump Sum Signals and Lighting. 2. 3 Each Install Signs (Mast Arm Hanger, Street Name Sign). 3. 425 S,F. Remove traffic. striping. SECTION 11. MATERIALS The City of Bakersfield shall furnish the controllers, cabinet assemblies, signal poles, light pole, pedestrian push button post and street name 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. SECTION 12. DESCRIPTION OF WORK The work to be done consists, in general, of installing signs, traffic signals and lighting. 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 entitlede TRAFFIC SIGNAL SYSTEMS ON WIBLE ROAD AT VALLEY PLAZA ENTRANCE 15 SECTION l3. GENERAL PROVISIONS (a) PUBLIC SAFETY AND PRESERVATION OF PROPERTY. Attention is directe d to Section 7 of the Standard Specifications. The Contractor shall com I wi h _ the provisions of this section exce t as w' P Y t p other lse directed by the Engineer. Such provisions for public safety shall meet the minimum re uirements and shall be sub'ect to the a q J pproval of .the City Engineer. Full compensation for complying with the re uirements of this sec i q t on shall be considered as included in the contract prices paid for the various items of work and no additional com ensation will be allowed theref P or. (b) OBSTRUCTIONS. Attention is directed to Section 8-1.10 " ' Utlllty and Non-Highway Facilities," of the~Standard Specifications, the laps and P p the special provisions, ~~here extra work is required by said section it shall be paid for as provided in Section 7. a of theses ecifi a ' C ~ p c bons . 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 com Ieted. P In accordance with the provisions of Section 7®l.ll, "Preservation of Pro ert " P Y~ and 7-1.12, ''Responsibility for Damage," of the Standard Specifications, the Contractor will be liable to owners of such facilities and improvements for any damage or interference with service resulting from conducting his o orations. o P The exact Location of underground facilities and improvements within the con- struction area shall be ascertained by the Contractor before usin e ui ment g q P that may damage -such facilities or interfere ~ti9ith -the services. Other forces may be engaged in moving or removing utility facilities or other im rovements P or maintaining services or utilities. The Contractor shall cooperate with such forces and conduct his operations in such a manner as to avoid any unnecessar Y delay or hindrance to the~work being performed by other such forces. .any delay to the Contractor due to utility relocation ti~1hether or not the ut~.lity is shown or correctly located rn the plans wi.tl not be com Pnsated for P as idle time. However, additional contract time commensurate with such delays may be allowed. At locations where irrigation systems exist, the Engineer will direct the Contractor as to what steps will be required to protect the irrigation system and the area it serves. The Contractor shall replace the irri ation s stem g Y 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) Ol~1ISSIONS IN SPECIFICATIONS AND DRAjtiINGS. Any ~nateri,als or work mentioned in the specifications and not shown on the drawings or sho~~~n on the drawings and not mentioned in the specifications sha.Il be of the same effect as if shown or mentioned in both. 1~ Omissions from the drac~~ings 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 Mork; but shall G- be .furnished or performed as if fully shown or described in the drawings or specifications. . . (d) MATERIALS. jti~henever 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. All materials shall be new and the best of their class and kind. (e) ADJUST~iE?~T OF O~~ERHEAD COSTS. The provisions of Section 4-1.08 of the Standard Specifications shall not apply to final cost of this contract and no final adjustment, far overhead costs ~•i11 be made. (f) DUST CONTROL. It shall be the Contractor's responsibility to prevent . a dust nuisance from originating from the site of the ~ypork as a result of his operations during the effective period of this contract. Preventative measures to be taken by the Contractor shall include but shall not be limited to the follo~•ing: 1. ~~'ater shall be applied to all unpa~~ed 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 b;° the Engineer, or as a result of conditions beyond the control of the Contractor shall ~°ot red ~.e~~e the C~ontrac*or from hisrPSponsibility fnr dust control as set forth herein. FuII 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 kill be alloeyfed therefor. (g) j~'ATERING. Furnishing and applying water shall conform to the proti°isions 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 pa}~ment w°iIl be made therefore 1 (h) ALTERATIONS IN QUANTITY OF WORK. The provisions of Section 4-1.03B, 4-1,03B(1), and 4-1.03B(2), of the Standard Specifications relative to increases or decreases in the quantity of eontract item of work when no change 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. 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 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 inei- dental to the due and lawful prosecution of the work. (k) MAINTAINING TRAFFIC. Attention is directed to Sections 1-1.08, "Public Convenience," 7-1.09, "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, .anal Devices for Use in Performance o~f ~1ork Upon Highways," published by the State of Carlifornia, Department of Transportation. Application and use of devices shall be as specified and as directed by the Engineer. s The Contractor shall keep the Bakersfield Fire Department informed at all times as to the exact location and progress of the work and s-hall 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 8x30 A.M. .and after 4x00 P.M. on weekdays, and when construction operations are not acti- vely in progress. Designated legal holidays are: January lst, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November ll~h, 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. 18 Personal vehicles of the Contractor's employees shall not be parked on the roadway at any time, including any section closed to public traffic. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall ire all cases yield to public traffic . The provis-ions 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- vial provisions. All striping removal shall be completed a minimum of 2 days prior to signal being placed into operation. When initially installed, all vehicle and pedestrian signal. faces shall be aimed and covered with cardboard or other material with an observation hole (max. l" dia.) in front of each signal indication. The covers shall remain in place until all signal operations have been checked and signal is placed into operation. 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 Contraetors performing work on the site. It is not anticipated that the work to be done by .others will serf- 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 b(e) of these Special Provisions. Full compensation for 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. 19 SECTION 14, SPECIAL PROVISIONS - TRAFFIC SIGNALS AND STREET LIGHTING (a) DESCRIPTION. Furnishing, installing traffic signals and highway lighting and payment therefor shal°1 conform to the provisions in Section 86, r "Signals and Lighting of the Standard Specifications and these special provi- sions. Traffic signal-work is to be performed at the following locations: WIBLE ROAD AT VALLEY PLAZA ENTRANCE (b) REMOVING AND REPLACING IMPROVEMENTS. Removing and replacing improvements shall conform, to the provisions in Section 86-2.02, "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 .i 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 410 .pounds of cement. per cubic yard, except for pile foundations shall contain not less than 564 pounds of cement per cubic yard. 0 (d) CONDUIT. Conduit shall conform to the provisions in Section.. $6°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 86-2.06, "Pull foxes,'' of the Standard Specifications and these special provisions, Recesses for suspension of ballasts will not be required. {f) CONDUCTORS AND. WIRING. Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors," and Section 86-2.09, "Wiring," T~ of the Standard Specifications and these special provisions. Conductors shall be spliced by the use of "C" shaped compression con- t vectors as shown on standard plan ES 13. .Splices shall be insulated by "Method B." Numbered sentence 2 in the first paragraph of Section 86-2.09D, "Splicing," is amended to read: 2. Pedestrian push button 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. .Service 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 sere-ice 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 86-2,14, "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 86-4.01, "Vehicle Signal Faces," 86-4.02, "Directional Louvers," 86-4...03, ''Backplates" and 8~6-4.06, "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. {k) PEDESTRIAN SIGNALS. Pedestrian signals shall conform to the pro- visions in Section 86-4.05, "Pedestrian Signal ,Faces," of the Standard. Specifications and these special provisions. Pedestrian signals shall be Type C. ~ ~ N a 21 (1) LUMINAIRES. Luminaires shall conform to the. provisions in Section 8b-b.01, "High Intensity-Discharge Luminaires," of the Standard Specifications and these special provisions. Luminaires shall be furnished with 200-watt high. pressure sodium lamps 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. (n) CONTROLLERS, CABINETS AND AUXILIARY EQUIPMENT. The city will furnish the controller and ,cabinet assembly for each location. (o) DETECTORS. Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Standard Specifications and these special. provisions. In lieu of sealing methods specified in Section 8b-S.OlA(5), "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-1, Section 94, "Asphaltic .Emulsion," to within l/8 inch of the pavement surface. .The emulsion shall be at least 1/2 inch thick above the top conductor in the sawcut. P-lane mixed RMAS, composed of 4 to 8% MC°800 conform- ing to Section 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-applied to the su~~face, all as directed by the. Engineer. Lead-in cables shall be Type A lead-ins and shall conform to .the pro- visions in Section 86-S.0lA(4), "Construction Materials", of the Standard Specifications and these special provisions. (p) PAYMENT. Payment for signals and lighting shall conform to the provisions in .Section 8b-8, "Payment", of the Standard Specifications and these special provisions. Full compensation for cast-in-drilled hole concrete pile foundations shall be considered as included in the contract lump sum price paid for the iteffi requiring foundations and no separate payment will be made therefor. 4 22 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 MlOJ 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 56-2.06, "Payment," of the Standard Specifications. SECTION I6. SPECIAL PROVISIONS - GUARANTEE FOR TRAFFIC SIGNAL AND STREET LIGHTING SYSTEMS. (a) GUARANTEE. The Contractor shall furbish a written guarantee to the City on the form attached, guaranteeing all systems, except traffic signal lamps, installed undex 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 speeial 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. ~ r r c SECTION 17. SPECIAL PROVISIONS - Remove Traffic Stripes and Pavement Markings. a) REMOVE TRAFFIC STRIPES AND. PAVEMENT MARKINGS. Traffic stri es and P pavement markings to be removed will be as shown on plans and as designated by. the Eng r nee r . Tra f f i c s tripes and pavement .markings sha 11 be removed to the f u 11 es t 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 i s open to public traffic. Sand or other materi al deposited ors the .pavement as a result of removing traffic stri es and markin s P g 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 markin s~, a fo seal 9 .0 coat shall be applied in conformance with the provisions in Section 37, "Eituminous 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 ofothe beast cleaned traffic stri e P removal area. In pavement marking removal areas, the fog seal coat shall be applied to the b 1 as t c 1 eased rectangular area . Full compensation for furnishing and applying fog seal coat as specified herein. shall be considered as included in the contract. rice aid er s uare foot P P P q 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 Safet of the Y Standard Specifications. b) ORDER OF WORK. Order of work shat 1 conform to the rovi lions in P Sect ion 5-1.05, ",Order of Work," of the Standard Specifications and these special provisions. Pavemen t de 1 i sea t i on° sha 11~ be rep 1 aced by temporary de 1 i sea t i on before opening the traveled way to public traffic. Temporary delineation shall consi$t of reflective traffic line tape applied in pieces not less than ~ inches long nor 1ess~than 4 inches wide spaced no more than 10 feet apart on curve .nor more than ZO feet apart on tangents. Reflective traffic line tape shall be applied in accordance with the manufacturer's instructions. Temporary delineation shall 24 be the same color as the permanent delineation. Fu11 compensation for temporary delineation shall be considered as included in the prices paid for the contract items of work that obliterated the existing delineation 7` and no separate payment will be made therefor. Pavement delineation removal-shall be coordinated with temporary L delineation so that lane lines are provided at all times on traveled ways open to public traffic. c) 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. The contract unit price per square foot shall include full compensa- tion for furnishing all .labor, materials, tools, equipment, signs. and for doing a1i work necessary for removing existing striping as shown on plan and as directed by the Engineer. t ~ 5 Y 7ou/nship , Sec ~°iorr Rai /road or Property Line ' Levee ~S'i~hf of Way Lime Wall _ ProJeC~ C~n~erli~e Culverf Pd verr~cr~f fledge ~x x----x Fence C;afe Decia'~ous Tree x C uard /tai / ~vergreer~ ?ree a M ~ Mon crrnen# ~future~ W ~n/afer Lime Service i°a/e G ~ _ - Cas Lire ~ ~ Power able 0 Di / L ire D W, M. ~✓d ter Meter 8 T- - - - Buried Te/ephor~e Cable ®VII. V. Water ~ 1/alve ~ P---~ _ _ _ ~ur,'ea' Pocuer Cabe ~ F H. Fire f~ya~ranf S ~ Sewer L ire Q G. M. Ca s /~I e to r . 0 0 Aeria/ Wire ~ G. V. Gas halve Q ~ Aeria / L'a b1e ~ M. H. tilanhale ~Existir~) _ _ _ _ _ Pole /lr~chor 0 M. H. ~lahho% ~'~ufvre Ufi Ii f y ~/e ~ ~ ?e /eohor~e ~°ole . ® /~Io~~rnen~` ~~x~•s fr• ) ~ S tree ~ L lght RE ORDED 1~® DATE ~/8® ~ o ~1Tlr° ®F° B1~~C~RSFtELa IN. 8®®K~~A7° PAGE.~® FVFN 1~ DRAWN /1~ O~FICiAL RECORDS 01~ ,c~RN c®4JN?'lf. cAL,ll~®RNiA ENGINEERING ®~PA►Ft~'NIEIVT° cHECx>~® m Q ~ ~ U1 2 kU 1~ J ~ i a W F ~ O O ti N ~c~ ~ W ~ a m 4 i o a J WHO W ~ NZ~ ~ ~ ca Q C 0 y J Z O (V ~ C a 2 0 ~o Q ~C ~ ~W Z ~O Z ~'JZ Z _ mJ2 ~ Z ~ ~ ~ O ~ Z 7 ~ ~ 4o Q fY ~a N ~ ~ ~ ` ~ y C ~Vti y a a a Q ~ L" x Z t1 H a Z ~ W ~ ~ ~ NCO W J~ Z J ~ a ~J~a~o Q ~ N Z t~~p.pm I sO N N W mJWZ~O m J Z ~ _ ~ ~ O. s W W O _2 Z QZ=ZW}N Q Z N~ O 2~~ZJJ~ee Q Q Q=~ y O Z 0 ~aNOWC. W J - ai O Y J V ~ N ~ 2 Z Z c_9 J ~ Z Z . (A Z ~WW ~~aW E'° N>W C~Z• W= ~ J W E. 4: a m~ =ac ~3~~ a ~ vmi W=o y~~~ Z " z Y =NJ as t7 N X W U 2; W O~j+~ W N =y~ ~1-O ~2 J = 3 W W J O N~~ a N Z ~ 1° ~QIL' ° 1~F~ ~W~ N4J.H 32ZU ~ ° a~WU ~ ~ j ° # M 1 1 .~.e 1 t I eS eoe ve ~ a~ 4~e ' ~ ®.o .e ~ ..y_ ~ ..V/~ I _ i ~ J ~ ( ~ ! ~ j, r i 1 JQ J W N J I W4 W O m;Z W NSW x~Y O 3~ ~u WW ~ =Q~ Qe z®~ ~3~ Q W E,. o W I e~ W N Q` h 1► MO► .o ~ W = V ° W ~ Q O -M . ~ rm ~ ~ ~N ~ N ~ J ~ ~ ~ ~ Z ~ ° Q ~ 3 ~ ~ ' ° j ~ o ~ N W N ~ W ~ 4 Z N we N Q 2 M 4; ~ N J N I 3 c~ ~ ~ ~ ~ i i O J ti W f ~i WWWWWWWW L. h' ~ a~ a Z W J WQ:~± v a j U~ Q t,il m J~ ~ ~ ~ H ? W ~ ~ ~ m ~ ~ ~ ~ O ~qr~}~' ~ N 2 NQ mm~~x~ ~ ~ Vy~; Q Q W ~ 2 W y a ~ ? W ~ Oa.F ~2Wtr a ~ J W a m~ x x ~ ~ Z' W V dCW7=V~ ~ • Z U fill N O ~ > c mz Z J Iy Ci ~ W UO Q ! ~ 1 ~ ~ J ~ ~ a p ~ W W ~ O j N Q N O ~ O W = N ~ ~ 2 Z ~Oc9 OZ . V ~ ®z W W y J OWJ>WQ H ~ ~ J ~ ~ 2 W n W 0. ZZ O O O Z I d Q Q f. V y = ~ ~ W W = J Z a Z~ Q <»az3 N W F~ j N UI ~ O R 2 O t ~ ~ w~ T t ! i i = 1 raw »i t i~ i~ t t a i t M°' ~ ~ a Y ~ o U ~el~ elm Q I ~ ' » ~ M' Q ~ 1 e ! R • + a Q ~ ; tM~ ~ >e ~ -1~. l L ~ ` ' ' Z A y M'° 0 t J H N O ~ a ~ ~ O teN UW. 1 I 'n~ Q x ~ o ~ ~ ~ ~ ~ ~ ~ ~ +~1+ ,f~ .~a N ~ Y ~ s it ~ NI ~ • V-I ® 1~, tl ~ tl ~ ~ WI .d w~ . ~ i `j ~ ~ ~ r I ~ e ~ a = ~ ~ ~ ~ i 4 f ~ ' ~ ' '-11 a PROPOSAL FOR TRAFFIC SIGII1AL SYSTEr~S ON 1~~1I8LE ROAD AT VALLEY PLAZA ENTRA~~ICE To the City Clerk of the City of Bakersfield: The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this pro- posal is made without collusion with any ether person, firm or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of contract. and the plans therein referred to; and he proposes and agrees if. ,this proposal is accepted, that he will contract with the City of Bakersfield, in the prescribed form of contract hereto annexed, to provide all necessary machinery, tools, apparatus and other means of construction and to do all the work and. furnish alI the materials in accordance with the plans and specifications for the abo~re, filed. in the office of the Finance Director of the City of Bakersfield and as specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer 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: a In case of a discrepancy between words and figures,. the words shall prevail;- and in case of discrepancies between-unit prices and totals, the unit prices shall prevail. .The undersigned further agrees that in case of default in executing the .required contract, with necessary bonds, within ten (10) days, not including Sunday,. after having received notice that the contract is ready for signature, the proceeds ~r of the check or bid bond accompanying his bid shall become the property of the City of Bakersfield. ~ Bidder acknowledges receipt of the following addendum: ITEM. APPROX. ITEM WITH UNiT PRICE UNIT N0. , QUANTITY - o WRITTEN TN WORDS PRICE TOTAL I 1. !Lump Sum Signals and. Lighting; complete in I place for the lump sum of f F i 2. 3 Each, Install sign (r~last-Arm Hanger, street name sign), at ~ i i f ~ ~ j ~ , Each i Signed Bidder Page 1 of 2 pages. :,.....r.-.,.,. . ~ ..;-tom.. ..,.w. wr..rs,. -..,~,;,r.,, PROPOSAL FOR: TF.AFFIC SIGNAL SYSTEj~S ON WIBLE P,OAD AT VALLEY PLAZA ENTRANCE APPROX. ITEM WITH UNIT PRICE UNIT ` .ITEM QUANTITY WRITTEN IN WORDS PRICE TOTAL 3. ~~5 Sauare Feet, Remove traffic stripes at r..~.~~..+w. - - ~ w Per S.F. TOTAL.... Signed Bidder Page 2 of 2 pages . 1 Accorupail~einb tliiy proposal is...... ~ • l6 11 ~l ' ! . f7 it (NOTI(J1;. I11~eI t file 1YOIt1S cash casbler s check, certi- fled check,'' or "bidder's band," as the case may be), in amount equal to at 4' least ten percent 4f the total of ~tbe bid. e Tl~e names of ~o.il pei•sang interested iu the foregoing ~~roPoeal as prin- cipala aue as f ollowe O~~t No#iCe If bidder or other interested person is a cor• oration state le aI name of c r ' p g o poration, 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 firms if bidder or other interested- person is an individual, state f first and last names m f ull. .o.oo....e•e.e.•e..•.e....eoa.ee....•.esee•e.eo....ee.•.•eoo..•e.o..s..o•e.....eeee.e..o.....e.e.•ee...ee.e.~o..eo..e.o.ee.oevo.atOeo .s . .e..ee.ee.oe.oe.aeo se.......e.•..e.....s....•...•...•....e••e.....•..r.••...........•.•e.....e......e. •..••..o e....•o.ee.ae.e•o.N.f. • •0000 e0...00e..e..e•.e OeOe.e.o.e.....e0ee.e•..eoOOOb.OSO10e.0.0..•.O.O.O••..OO.I.o..eo..e.000e0e•O.o. •eee O...o OO.OO..O..ol ooe.1e.01. .none.eo..eee...e...o•.•.o.oe.eoeoe.•ee•ease..e.e....seees....e.e.•o.e•a..e...eee..•eee...e.e.o.e..o... s•e.. e.o.eeoa •o...o. ea... o.oee Licensed in accordance with an act providing for the registration of . Contractor's License Noe se see... eeosooe.e.•s.•o......•eee..ee.se..oee...so. o.oese..s0 [J~'!*~T ..•e...•.•......••.•e..•se.oe••e.e~••ee.o..ee...eoe...e.e.o....e.e•.•...e.eo.•...•...e...ao.e e..ao ~~V• t, n ' ....eons..e..e...ee....ea.e..e.ee.......•e.......w.ee.e•...e.e.e.e.eo.......e.s.•.a. •.•te.....o HERE 0' •eeoeoo..e..e.....e....ae.ee.nee.e..ee..o.eee•.ooae.e.o•.•.......o..eee.e....ee...... eeee....ea• Signature of Budder . NOTE-It blddet a corporation, the legal aa~~e of the corporation r?tall be rat lotto above ' together Mith tbR ~lgaatur~ o! the oitleef or ot!lcers authorised to raga eoatraetr oa behalf tt !be corporatioa: l! bidder is a copartaen?~lp, the true name o! the ilrm rhall be re4 torlb . above together w!t!t the rlgaature of the partner or partnerr autQorl:ed to rlga coatractr to behalf of the copartnership: and It bidder ~ an iadlNdual, his rignatnre rAal! be placed above. l! signature Lt ' DY as Qgeat, outer than an ottlter o! a corporatloa or a member o! a partaenbtp, a Poorer of 1lttoraeY mu,t be oa !!1• Mtth lJse 'CltY Clerk o! the C1tY of Dakerrtisld prior to opednq bldi or rubmltted with !ht bid: otbernrlse, the b!d Mill be disregarded ai lrrfgWar and uaaulborl=ed. p •••e...s....e~.e....e••eoe....e.e....ea •.e.•a ..sass .s...... e..e Business addresse.ee.o..e..so~.e•eoseo.e..e.o....• Y Y . Place of residence ...................e..........................................e......w.e.. . Dated ..eases 4.. •a..e. o.... ee.o.• es.sooo e..•e. ~ •.e..e. e., ~Y• ~ ! I'► A A /1 A a1 ' - Y -C) 4414 UUJ l - l ~ IS OF SU? -CC ~ZTFLACiC~.S A11 persons or ,rClrtiES surr~ittir:q a bid ~%rcposal on t~,2 project shall co;~~plpte the follo~trirlg form, setti~l~ forth the narn:e and .the locution o f the mill, Sh;~p or of f ice V of each sub-contractor ~~ho will perform ~ti~or~: or labor; or render service to tr~e contractor in or about the construction of the ~~~or~. or im;prot~emen.t in excess of cr.L-half of one percent oLr'r~.~r;~ cortraLtor's total biG, end the poet?can of .the ~~,or~~ ~~hich t~~i? ? bn d~n~e b~ each sub--cc~►tractcr, phis list i:~ to ~e cu:~:p~.L~ea and submitted ~Yith said bid proposal. mh:~ Sub].e~tin~ and Subcontract irq Fair Practices Act ~ Govern- r~ent Code Section ~I~t~ et seg.) applies to all contracts except thw~se for ccnstr~ction, i ;;rrovernent or reNair of tr~~'t~ or h i~~"i~~'a`v~r ~ ~,%~1Lid ~ I~C~ irk ~ a.I"►d aripl i ~'S tQ S~.',~~"~ co.~tr~~:ts to 1Whe ~.,rrfriJr~ ~"~Erc'~`r `'~''+~.CG ::l~..re'Vr • ~.r~c~ arc: ~r~~ f1c si~ncl~,.iP. a contractor f~:ls to ~:~cc{fs~ J ~u~cC~t~:'c~,~'"n'„, ~Gr c°I.; n,.T ; r<r, ra t, , ~ ~ r r v,.. ~ v L t L t.. `r' 1 ' ~ i ~ 9 ~ ~ r ~ c h ~v} v {i ~ f i is 'or n ~-Y~rL y• ~Ctal.~. U~~:~`~C7 ~G ~fi ~ n ~ ~ 1. i ~ • e ~ n ~ t ~ ~ ~ ti•~~ r, r' ~ v ry. ! • r; : T. ~ is l.y 1,,, i, J 1 a, wr~. 4 i . ~vf t•• 1 . ~ r. i~, A ~ ~ {/mar 1 L.. r ~ :J ~ r !~l ~ : r C I • ~ r ; r• r 4 1, V ~ M• : n. ~N . •L l : 4 i. ~ ~ : i. ~ C., I ~.a e ~ ~ ~ r r ~ .'r .3.. ~ . ~ • b.~ ~~:r~-,i:.~~:.~ Lo 5:?b-c~.~ntr~,~,~, t}i~:zt ~;rcrtion of t~~e ~~rTor~ ~xcc~~.jt v ..r.;;:. ~ t~ t ~ 1. ~ ( ~ ~ r} ~ ~ G r ~ Lam..' ~ ~ J. ~_f .i ~ .L t 1 ! G ~ ~ ~ ~ ~ L r: ~ "1 ~..z i~ V ~ ~ r m~ ~ x, L~ ~ 1ri u ~ Lr ~ 7F ~LT~-C~'~T~'~ACTO?, ~ unr.F~~ ~ Ir' ~~"CLT'~~• ~ GUARANTEE . TRAFFIC SIGNAL EQUIPMENT - City of Bakersfield . Department of Public Works Bakersfield,. California In accordance. with the terms of Contract No. for the Project: - awarded on between the City of Bakersfield (hereinafter referred to as the City), and the undersigned, which contract provides for the installation of _lighting and/or traffic s g.nal system .e and -under which contract the undersigned has furnished and installed such syste~t, the following guarantee of the said system is hereby made. Should any of -the equipment iasta~lled pursuant to said. contract, except lighting elements,. prove defective o~° should the system as a whole prove defective, due to faulty workmanship, material furnished, or method of installa- tion, or should said sy~stera 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 thy. 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 o~ ~atera.als 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 replace menu 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 r~pai.rs~ shall commence to be maae~and such materials as are riet- essary shall commence to ~be furnishe.d and installed within 'I`wenty~Four (24} hours of the date specified in the City's written notification. Contractor shall prosecute with due diligence to co~aplete 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 guar-~ antee in the event that they fail to operate as originally inten~ed.by the mane-~ . facturers thereof and in accordance with the plans. and specifications included in said contract. Contractor's Signature Firm .Address Date . . Nr ~ ~ ~ ~ 1 ~ ~ 4 \ ~ I/ l 1, _ ~ r h ~ N ~ j ` i ~ \ / ✓ I ~ ~ i F , / i - ~ /a. ~ i ` ~ ~ l p / ~ i / a - ' - ~ i it 1 ~ j ~ - _ J i. 4 ~ ~ 1. ~ ~ ~ 1 V l ` I h 1 i r. 1 . P , t ~ - i - 7.. ~I~ . ~I _ ii u / ~ / ~II ~ r " ~ L 'y l ~ ~ x 1 r 't - ( ~ f ~ ~ i l ~ ~ ~ _ ~ ~ A - ~ ~ 'r ~ ~ ti i 1 ~ l \ l i,: ~ 1, u ` it 'i ~ i ; ~ ~y I C ~ h 1 ~ Y ~ ~ i i4 ~ ,i r;~ a _ J , _ ~u ~