Loading...
HomeMy WebLinkAbout1989 Special Provisions Project 51007COPY N0. CITY OF BAKIERSF IELD CALIFORNIA NOTICE TO CON'T'RACTORS SPECIAL PROVISIONS BID PROPOSAL AND CONTRACT FOR § § TI~AFF IC S IC~L SYSTEM ~ ON EDGEMONT DRIVE AT WILSON RQAD § § BID OPENING: MATE NC~V~~MBER 30, 1989 _ TIME 2:.00 P.M. ~ PR0~7DCT N0. 51007 pf ~SSIp QR DEPARTI!~ENT OF PUBLIC WORKS ,~Q L ~ CITY OF IELD ~ Q~' 1 1501 TRU~7GUN AVIE~JUE ~ ~ ~ BAKIERSF IELD, CA 93301 No.3~300 m Telephone: X805) 326-3?24 EXP. ~Z ~ tS~ L ~4' ~,q C 1V ~ OF CA~i 103089 D12:5100? Addendum No. 1 _ Sheet 1 of 1 PROJECT: Traffic Signal System on Edgemont Drive at Wilson Road. BID OPENING D?~TE: November 30, 1989 TIME: 2:00 P.M. s 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. REVI5ION: PLANS Sheet No. 2 Conductor schedule shall show conduits No, 11, 13, and 16 to be 2 inches in diameter. SPEC iF ICATIONS No Changes NOTE: All Contractors bidding this work shall denote in their proposal that they have received Addendum No. 1 and bids shall reflect these revisions. APPROVED BY "Ste~heh Walker Darlene Wisham Traffic Engineer Purchasing Officer 4: EDC~~IONT ~ R.R: lh 1.11 Y tx ~L~K~K~i~' l~Lll DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS 1 SEALED PROPOSALS will be received by the Cit of Bakersf field a ' the Pur , Y t the Of f ice of chasing Officer, City Hall, 1501 Truxtun Avenue, Bakersfield, California r - until 2:00 o'clock P,M, on November 30, 1989 to be publicl o ned and read Y I~ in~diately thereafter, for ~ the following work: TI~AFF IC SIC~IAL SYSTEM ON EDGEMONT DRIVE AT WILSON RQ~D Plans and specifications, and forms of proposal, bonds and contract obtained at th ~ ~ ~ ' 'may ~ e of f ~.ce of the Purchasing Of f lcer by posting a refundable deposit of ZERO ($0, 00 }for each complete set. Refund of de sit wi 11 be made provided the laps ands ~ p peclf a.catlons are returned to the Purchasing Officer within ten (10 } days from date of bid o nin and the d ' pe g a~uments are in reasonable good condition. ~ No bid will be considered unless it is made on a ro sal form fu ' p po rnlshed by the Purchasing Officer, which a ars herein i ' pI~ m~nediate ly following the SPDC IAL PROVISIONS of the project, and is made in accordance with the ' provls~.ons set forth under Section 2, "Proposal Requirements and Conditions" of the Standard Specifications. Each bid must be accompanied by a pro osal arantee in accordance with the re p ~ quirements of article 2-1.07 of the said Section 2 of the Standard . , Specifications. The City of Bakersfield reserves the ri ht to re 'ect an or al ' •g J Y 1 bids. Bids are required on the entire work descr~.bed herein. Substitution of securities for moneys retained to ensure performance shall be permitted pursuant to the provisions and re iren~nts of v qu Go ernment Code 4590. Eligible securities include interest bearin demand de osi g p t accounts, standby letters of credit, or any other security agreed to by the Contractor and the Cit of Y Bakersfield, The request .for substitution of s ecuritles to be deposited shall be submitted on the form entitled "Escrow agreement for Securit De osits in L' Retention" in Y p ieu of eluded in the back of these special provisions. i T:he Contractor must possess a valid C lass A or a C lass C-10 Con ' tractor s License at the time this contract is awarded. The work contemplated shall be done in accordance with the Standard Specifications of the Departn~nt of Trans rtation Business an I~ , d Trans rtation 1~ A n ,dated Janua 198 ~ cY , 8 insofar as the sa rY ► ~ ma a Y pp1Y Pursuant to Fart 7 of Division 2 of the California Labor Code S ' (ection 1720 et seq. } the Contractor shall not pay less than the: prevailin rate of wa~ es to workers on -this ro 'e ~ • g ~ g p J ct as determined by the Director of Cahforna.a Department of Industrial Relations. The Director's schedule of prevailing rates is on file and - open for inspection at the City of Bakersfield, Department of Public Works 1501 Truxtun Avenue, Bakersfield, California. D12:51007.1 _1_ GG:wrn SECTION 3. AWARD AND E~~ECUTION OF CO~V7!'RACT 3-1.01 GENERAL. The award of the contract, if it be awarded, will be to the lowest responsible bidder. The language "responsible" refers to not only the attribute of trustworthiness, but also to the quality, fitness and capacity of low bidder to satisfactorily perform the proposed work. 3-1.02 AWARD OF COI~7~RACT. The award of the contract, i f i t be awarded, will be made within forty-five (45) days after the opening of the proposals unless extension is approved by the lowest responsible bidder. 3-1,03 CONTRACT BOND6. The Contractor shall furnish two good and sufficient bonds. one of the said bonds shall guarantee the faithful performance of the said contract by the Contractor and shall be in an amount equal to one hundred percent (100) of the contract price, The other of the said bonds shall be in an amount of fifty percent (50~) of the contract price and shall guarantee payment to laborers, mechanics and material workers employed on the job under the contract and shall be in the amount and satisf the Y requirements specified in Section 3248 of the California Civil Code. Whenever any surety or sureties on any such bonds, or on any bonds required by law for the protection of the claims of laborers and material men, become insufficient, or the City has cause to believe that such surety or sureties have become insufficient, a demand in~writing ma be made of the Y 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 payn~nt shall be made u n such contra ~ ~ ~ ct to the Contractor or any assignee of the Contractor until such further bond or-bonds or additional surety has been furnished.. 3-1.04 EXECUTION OF CO~~7~tACT. The contract shall be signed by the successful bidder and returned, together with the contract bonds within ten (10) days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered bindin u n the g 1~ 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 rovided p herein within ten (10) days, not including Sundays, after the bidder has received notice-that the contract has been awarded, shall be just cause for the cancellation of the award and the forfeiture of the pro sal arant . ~ ~ Y 3-1.05 RETURN OF BIDDER'S GUARANTEES. Within ten (10) days after the award of the contract,. the City of Bakersffield will returnany monies or .form for deposit -of money that are not to be considered in making the award. All other proposal guarantees will be held until the.. contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. D12:51007.7 -7- GG.wrn SECTION 4 - BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES 4-1.01 GENERAL. Attention is directed to the provisions of Section 8, Article 8-1.03, "Beginning of Work," Article 8-1.06, "Time of Completion" and .Article 8-1.07., "Liquidated Damages," of the Standard Specifications, and is specifically hereby made apart of these special provisions. The first paragraph of Section 8-1.03, "Beginning of Work," of the Standard Specifications, is amended to read: The Contractor shall begin work within fifteen (15} days after receiving written notice the contract has been approved by the City Council if necessary and to proceed, The Contractor shall diligently prosecute the same to completion before the expiration of 40 working days. Contract working days will commence from the date the Contractor begins work or the 15th calendar day from the date of the written notice to proceed., whichever comes first. The. Contractor shall pay to the City of Bakersfield the sum of $ 200.00 per~day for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. Full co~npensa~tion -for conforming to the requirements of above paragraph shall be considered as included in the prices paid for the various items of work and no additional allowance will be made .therefor.. The Contractor shall furnish the Engineer with a statement from the vendor..that. the .order for the electrical materials required for this contract has been received and accepted by said vendor, and said statement shall be furnished within fifteen (15} calendar days from the date of the . contract. Said statement shall show the date or.dates.the electrical materials will be shipped. No work .shall begin on the project without prior written approval of the Engineer until all components necessary for operation of the signal system are on hand. The. Contractor will be granted an extension of time and will not be asses ed with liquidated-damages or the-cost of engineering and inspection for any portion of the delay in completion of the work caused by manufacturing time should approval be given to begin prior to delivery of all signal system components. The number of days extension shall be the .working .days between the date as determined according to Special Provisions, Article 4-1.01, and the date of receipt of all components as determined by the Engineer. Upon receipt of all components, the Contractor shall notify the Engineer in writing and the Engineer will order. start of v~ork in writing. D12:51007.8 ~ -8- ~;~n 5-1.I1 WORKING HQURS. Contractor shall limit his field working hours from ?:00 A.M. to 4:30 P.M. Any deviations must be requested and in writing and directed to the Construction Engineer at the Pre-Job Conference, written approval from. the Construction Engineer is required for work beyond these limits. Any time work .proceeds beyond the time limits or on holidays or weekends, the Contractor will be charged for all associated overtime charges and said charges may be withheld from contract retention. 5-1.12 LAWS TO BE OBSERVED. The Contractor shall keep himself fully informed of all existing and future State and National laws and all municipal ordinances and regulations of the City of Bakersfield which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. 5-1.13 CON'CRACTOR'S INSU]~ANCE. The Contractor shall not commence work under this contract until he has obtained all insurance required under this section and the required certificates of insurance have been filed with and approved by the .City Risk Manager and the Public works Department, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until said certificates of insurance have been filed and approved by the City Risk Manager and the Public works Department.. Contractor shall be responsible for any deductibles under all required insurance policies. 5-1.13A HOLD BLESS. The Contractor shall save, hold harmless and indemnify the City, its officers, agents, employees and volunteers from .all claims, demands, damages, judgments, costs or expenses in law or equity :that may at any time arise Pram or related to any work performed by the Contractor, his agents, employees or subcontractors under the terms of this agreement, and.--shall.execut~ and return..with the executed contract doc~~rnents and bonds the."Hold Harmless Agreement," a copy of which is attached hereto. D12:51007.12 -12- GG:wrn 5-1.138 INSU]~ANCE. In addition to any other form of insurance or bond required under the terms of this agreement and specifications the Contractor shall procure and maintain for the duration of this agreement the following types and limits of insurance: Automoba.le liability insurance, providing, coverage on an occurrence basis for bodily injury, including death, of one or more persons, property damage and personal injury, with limits of not less than one million ($1,000,000) per occurrence; and The automobile liability policies shall provide coverage for owned, non-owned and hired autos. General liability insurance., providing coverage on an occurrence basis for bodily injury, including death, of one or more persons, property damage and personal injury, with limits of not less than one million ($1,000,000) per occurrence. The liability policies shall provide contractual liability coverage for the terms of this agreement. The liability policies shall contain an additional insured endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers; Workers' c nsation with statuto limits and a to er's liabilit insurance with limits of not less than one million ($1,000,000) per accident. Tie workers' compensation policy shall contain a waiver of subrogation endorsement in favor of the City, its mayor, council, officers, agents, employees ,and volunteers. All policies required of the Contractor hereunder shall be primary insurance as respects the City,-its mayor, council, officers, agents, employees and volunteers and any insurance or-self-insurance maintained by the City, its mayor, council, officers, agents, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. All policies shall contain the following-endorsements: An endorsement providing the City with ten (10) days written- notice of cancellation or material change in policy language or terms. If any part of the work under this agreement is sublet, similar insurance shall be provided by or on behalf.. of the subcontractors to cover their operations. The insurance required under this agreement shall be maintained until all work required to be performed under the t~rrns of this agreement is satisfactorily completed as evidenced by formal acceptance by the City. D12:51007.13 -13- City; but such forefeiture will not release the contractor or his sureties from liability or failure to fulfill the contract. The Contractor and his sureties will be credited with the amount of money so forfeited toward any excess of cost over and above the contract price, arising from the suspension of the operations of the contract and the. completion of the work by the City as above provided, and the Contractor will be so credited with any surplus remaining after all just claims for such completion as determined by the Engineer have been paid. y In the determination of the question whether there has been any such non-compliance with the contract as to warrant the suspension or annulment thereof, the decision of the. City Council shall be binding on all parties to the contract. 5-1.19 TIEMFORARY SUSPENSION OF V~RK, The Engineer shall have the authority to suspend the work wholly or in part, for such period as he may deem necessary, due to unsuitable weather, or to such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as he may deem necessary, due to the failure on the part of the Contractor to carry out orders given, or to perform any provisions of the work. The Contractor shall immediately obey such order of the Engineer and shall not resume the work until ordered. in writing by the Engineer, 5-1.20 PAYMENTS. Attention is directed to Sections 9-1,06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the Standard Specifications and these special provisions. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work, 5-1.21 FINAL PAYMENT. In addition to the conditions, provisions, and requirements of Article 9-1.078, "Final Payment and Claims," of the Standard Specifications, the following shall apply: The City may withhold funds, or because. of subsequently discovered facts, nullify the whole or any part of any certificate for payment, to such extent as may be necessary to protect the City from loss due to .causes including but not limited to the following: a. Defective work not remedied; b. Claims filed or information reasonably indicating probable filing of claims; c, Failure of Contractor to make payr~nt due for materials and/or labor; d, Information causing reasonable d©ubt that the contract can be completed for any unpaid balance; e. Damages to another Contractor; and f. Breach of any terms of this contract. When any and all such causes are removed, certiricates shall be issued for amount withheld. D12:51007.14 -14- GG:wrn The fifth paragraph in Section 9-1.07H, "Final Payment and Claims," of the Standard Specifications is amended to read: The Director will make the final determination of any claims which remain in dispute after completion of .claim review. Aboard or person designated by said Director will review such claims and make written recommendation thereon. The City Engineer shall, after the completion of the contract, make a final estimate of the amount of work done thereunder, and the value of such work, and the City shall pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts to be retained under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. The final payment. shall not be due and payable until the expiration of thirty (307 days from the date the "NOTICE OF COMPLEE'~ION" is recorded at the County Recorder's Office and after execution and return by the Contractor of the attached GUARANTEE when applicable. It is mutually agreed between the parties to the contract that no certificate given or .payments made under the contract except the final certificate or final payn~nt, shall be conclusive evidence of the performance of the contract, either wholly or in part, against any claim of the party of the first part, and no payment shall be construed to be an acceptance of any defective work or improper materials. And the Contractor further agrees that the payment of the final amount due under the contract, and the adjustment and payment .for any work done in accordance with any alterations of the same, shall release the City, .the City Council, and the Engineer from any and all claims or liability on account. of work performed under the contract or any alteration thereof. 5-1.22 INCR]~ASED OR DECI~~ASED QUANTITIES. The word "compensation" in the following paragraphs of the Standard Specifications is replaced with the words "unit .price": Third paragraph of Section 18-1.05, "PAYMENT". Third paragraph of Section 24-1.08, "PAYMENT". Second paragraph of Section 3G-1.07, "PAYMENT". Tenth paragraph of Section 39-8.02, "PAYMENT". 5-1.23 HAZARDOUS MATERI~~T.~S. The Contractor shall be held responsible for his workers and subcontractor's well-being and their education of handling hazardous materials when hazardous materials are encountered during this project. D12:51007.15 -15- GG:wrn SECTION 6, CO~V'TROL OF MATERI~~S 6-1.01 GENERAL. Control of materials shall conform to the provisions in Section 6, "Control of Materials," o~ the Standard Specifications and these special provisions. At the option of the Engineer, .the source of supply of each of the materials shall be approved by the Engineer before delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by .the contractor or producer of all materials to be used in the work, for testing or examination as desired by the Engineer. All tests of materials furnished by the contractor shall be made in accordance with commonly recognized standards of national organizations, and such special methods and tests as are prescribed in the specifications. b-1.02 BORI~W, DISPOSAL AND MATERIAL SITES. The operation of any borrow or disposal sites used by the Contractor to produce or dispose of material for this project shall comply with the requirements in the Standard. Specifications and these special provisions. All provisions for water pollution, and sound control that apply within the limits of the contract shall apply to all borrow or disposal sites utilized by the Contractor. Upon completion of the work, all such sites and haul roads shall be graded and treated so that, at-the time of final inspection of the contract, they will drain, will blend with surrounding terrain, and will have a potential as a source of blowing dust or other pollution which is no greater than when in their original condition. J If the Contractor obtains necessary permits for borrow, disposal or material sites from the authority having jurisdiction or from the appropriate pollution control boards and such permits contain requirements which conflict y with the requirements in the first and second paragraphs of this section, the. requirements of the permits shall govern over the conflicting requirements of this section provided the permit requirements have been approved by the Engineer. Full compensation for complying with the requirements for borrow, disposal and material sites in this section shall be considered as included in the contract prices paid for the items of work which require the use of the sites and no additional compensation. will be allowed therefor. 6-1.03 CERTIFICATES OF COMPLIANCE. In accordance with Section G-1.07, "Certificates of Compliance," of the Standard Specifications, the Engineer may permit the use of certain materials or assemblies, prior to sampling and testing, if accompanied by a Certificate of~COmpliance. ' P D12:51007.1G -16- GG:wrn SECTION 7. CONSTRt~CTION DETAILS SECTION 7-1 GENERAL 7-1.01 ORDER OF WORK. order of work shall conform to the provisions in Section 5-1.05, "order of Work," of the Standard Specifications and these w special provisions. All striping removal shall be co~pleted a mininu~m of 2 days prior to signal being placed into operation, Pavement delineation shall be replaced by temporary delineation before opening the traveled way to public traffic. Temporary delineation shall consist of reflective traffic line tape applied in pieces not less than 4 inches long nor less than 4 inches wide spaced no more than 10 feet apart on curve nor more than 20 feet apart on tangents. Reflective traffic line tape shall be applied in accordance with the manufacturer's instructions. Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be considered as included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefor. When. initially installed, all vehicle and pedestrian signal faces shall be aimed and covered with cardboard or other material with an observation hole ~rnax. 1" 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 con~encement 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. D12:51007.17 -17- 7-1.02 OB~~TRt1CTIONS. Attention is directed to Section 8-1.10, "Utility and Non-Highway Facilities," of the Standard Specifications, the plans, and the special provisions. The contractor will be required to work around public utility facilities y 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 c~npleted. In accordance with the provisions of Article 7-1.11, "Preservation of Propert ~y~~ ~I ~ . ~ u++~ 7-1.12, Responsibility for Damage, of the Standard 5peclfications, the Contractor will be liable to owners of such facilities and improvements for any damage or interference with service resulting from conducting his operations. The exact location of underground facilities and improvements within, the construction area shall be ascertained by the Contractor before using equipment that may damage such facilities or interfere with the services. Other forces may be engaged in moving or removing utility facilities or other improvements or maintaining services or utilities. The contractor shall cooperate with such forces and conduct his operations in such a manner as to avoid any unnecessary delay or hindrance to the work being performed by other such-forces. Any delay to the contractor due to utility relocation whether or not the utility is shown or correctly located on the plans will not be compensated for as idle time. However, additional contract time coa~nensurate with such delays may be allowed. At locations where irrigation systems exist, the Engineer will direct the Contractor as to what steps will be required to protect the irrigation system and the area it serves. The Contractor shall replace the irrigation system as directed by the Engineer. Existing land subdivision monuments and stakes shall be fully protected from damage or displacement and they shall not be disturbed unless directed by the Engineer. Attention is directed to the fact that nuisance water may be present at all times along the project. It will be the responsibility of the Contractor to provide for. handling of said water and any expense involved shall be considered as included in the prices paid for the various items of work and no additional allowance will be made therefor. Except in the case of extra wnr~, full cc~pensation for conforming to tY~e requirements of this article shall be considered as included in the rites p pa~.d for the various items of work and no additional compensation w~.ll be made therefor. D12~51007.18 -18- 7--1.03 MAINTAINING TJRA►FF IC . The Contractor shall furnish, install and maintain signs, lights, flags and other warning and safety devices when performing work which interferes with or endangers the safe n~vement 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,n 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 Depari~ntent informed at all times as to the exact location and progress of the work and shall notify them idiately of any streets impassable for fire fighting equipment. The sixteenth and nineteenth paragraphs of Section 7-1.08, "Public Convenience," of the Standard Specifications, shall be amended to read as follows: Construction operations shall be actively in progress only between the hours of 8:30A.M. to 4:00 P.M. ,Monday through Friday. t~lhere con- struction operations are actively in progress, a minimum of one traf- f is lane, not less than twelve- feet in width, shall be open for use by .public traffic.. There construction operations are not actively in progress, not less than two such lanes shall be open for use by public traffic. Public traffic may be permitted to use the sh~lders and, if half-width construction methods are used, may also be permitted to use the side of the roadbed opposite to the one under construction. No additional compensation will be allowed for any shaping of shoulders necessary for the accommodation of public traf f is thereon during r paving operations. In order to expedite the passage of public traffic through or around the work and where ordered by the Engineer, the Contractor shall, at his own expense, furnish, install and maintain construction area signs, lights, flares, temporary railing ~T~,~pe K~, barricades, and other facilities for the sole convenience and direction of public traffic. Also, where directed by the Engineer, the Contractor shill furnish co~etent f lagn~n whose sole duties shall consist of directing. the movement of public traffic through or around the work. 'then deemed necessary by the. City., the signs "Road Construction Ahead, " No. C-18, and "End Construction," No. C-13, shall be furnished, installed and maintained by the Contractor at locations as directed by the Engineer at least 48 hours in advance of any construction. The Contractor shall report all accidents to the Engineer. .PAYMENT. Full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for various items of work and no additional allowance will be made therefor. D12:5100?.l9 -19- _ GG:wrn 7-1.04. EXISTING HIC~Y FACILITIES. The work performed in connection with various existing facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. n Existing City highway signs and street markers shall remain the property of the City. Such signs and street markers shall be relocated and maintained during construction. so as to convey the same intent that existed prior to construction. . Existing City highway signs and street markers shall be placed in their permanent position by the Contractor's forces prior to completion of construction. Signs removed from the project area shall be delivered to the City Corporation Yard at 4101 Truxtun Avenue. PAYMENT. Full compensation for conforming to the requirements of the two preceeding paragraphs shall be .considered as included in the prices paid for the various items of work and no additional allowance will be made therefor. D12:51007.20 -20- GG:wrn 7-1.05 SA~iCUT ASPHALT C~TCRFTE PAVF~!~fi1T• Where new asphalt concrete is to conform to existing asphalt concrete, the existing asphalt concrete shall be saw cut to a neat line. The depth of cut shall be sufficient so that damage to adjacent asphalt concrete, which is to ruin in place, will~not occur during excavation operations. The Contractor shall conduct his operations so as not to damage the integrity of the edge of the saw cut pavement. Any damage to the saw cut edge will be corrected by the Contractor by additional cutting prior to the start of paving operations. Full cc~npensation for conforming to the requirements of this article shall be considered as included in various items of work and no additional allowance will be made therefore. 7-1.06 R]E~VE TR~~FF'IC S''CRIPES AND PAVEMENT N~~RKINGS. Traffic stripes and pavement markings to be removed will be as shown on plans and as designated by the Engineer. Traffic stripes and pavement markings shall be re~rb►ved to the fullest extent possible from the pavement by any method that does not materially damage the surface or texture of the pavement or surfacing. Where blast cleaning is used for the removal of painted traffic stripes and pavement markings, the area shall be shielded so that no material frcrn the blasting operation is allowed to enter the area that is open to public traffic. Sand or other material deposited on the pavement as a result of reoving traffic stxipes and markings shall be removed as the work progresses. Accumulations of sand or other material which ,might interfere with drainage or might constitute a hazard to traffic will not be permitted, Traffic stripes shall be removed before any.-change - is made in the traffic pattern. . Blast cleaning for removal of traffic stripes shall be feathered out to irregular and varying widths. Pavement markings shall be removed by blast cleaning a rectangular area, rather than just lettering or markings, so the old message cannot be identified. After removal of traffic stripes and pavement markings,. a fog seal coat shall be applied in conformance with the provisions in Section 37, "Bituminous Seals," of the Standard Specifications and the following: In traffic stripe removal areas, the fog seal coat shall be applied over the traffic stripe removal area and to irregular and varying widths with an average width of 2 feet on each side of the blast cleaned traffic stripe removal areas In pavement marking removal areas, the fog seal coat shall be applied to the blast cleaned reci:angular area. Full compensation for furnishing and applying fog seal coat as speci- fied herein shall be considered as included in the contract price paid per square foot for removal of traffic stripe and pavement marking and no separate payment will be made therefor. Nothing in these special provisions shall relieve the Contractor Eton his responsibilities as provided in Section 7-1.09, "Public Safety," of the St~~ndard Specifications . D12:51007.21 -21- GG:wrn MEASUREMENT AND PA~~ Quantities of traffic stripe removed will be deterniined 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 n~asured 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 as remove traffic striping and marking shall include full compensation for fi~rnishing all labor, materials, tools, equipment, signs and for doing all work necessary for removing existing striping as shown on plan and as directed by the Engineer. D12:~1007.22 -22- GG:wrn 7-1.08 RQAD6IDE SIt~TS, Roadside signs shall conform to the provisions in Section 56-2, "Roadside Signs," of the Standard Specifications and these special provisions. Miscellaneous roadside signs, sha 11 conform to City Standard r TS-4. Installation of one or more sign panels mounted on a single post shall be counted as one roadside sign ~GSP Post. MEASUI~~MENT & PAYMENT. Miscellaneous roadside signs shall be paid for at the contract per unit for install roadside signs ~GSP Post. 7-1,09 OVERHEAD. Overhead signs shall conform to the applicable provisions in Section 56-2, "Roadside Signs," of the Standard Specifications and these special provisions, Mast-arm hangers for street name signs will be furnished and installed by fhe G ity. Street n~~ signs wi 11 be furnished and installed by City of Bakersfield using mast-arm hanger methods such as Hawkins M10J Series swinging sign bracket, with return spring removed, or acceptable equal. Overhead signs installed on signal poles., mast arms or on flashing beacon mast arm shall be furnished and installed by the contractor in accordance witht he plans and these special provision. Compensation for overhead signs shall be considered included in the respective contract lump sum price or prieces for signal, flashing beacon or combination thereof . 7-1.10 MISCELIL~~NEOUS CONCRIETE CONSTRUCTION. Portland cement a concrete curbs, sidewalks, wheelchair ramps, cross drains, drive approaches, driveways and miscellaneous construction shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalk," of the Standard Specifications and these special provisions. Ni1~ASU]E~~iENT AND PAYMENT. Quantities. of minor concrete wheelchair ramp} shall be paid for at the contract price per square foot of wheelchair ramp. 7-l .11 T~RA~'E IC DELINEATION. Immediately after resurfacing operations or when directed by the Engineer, replace all obliterated pavement ' delineation with temporary delineation during the saw work period, and in no case later than 7:30 a.m. following such work period. Temporary delineation consists of reflective traffic line tape applied in pieces not less than 4 inches long nor less than 4 inches wide, spaced no more than 20 feet apart on tangents and no more than 10 feet apart on curves. Apply reflective traffic line tape in accordance with the manufacturer's instructions. Temporary delineation moust be the same color as the permanent delineation. D12: 51007.23 -23- GG:wrn Remove temporary delineation applied to asphalt concrete patches imr~ediately prior to applying asphaltic emulsion tackcoat for asphalt concrete overlay. A striping plan wi 11 be made available to the Contractor when traffic delineation is to be m~odif ied by the City. PAYMENT. Full compensation for traf f is delineation shall be considered as included in the prices paid for the various items of work, and no separate payment will be made therefor. SDCTION 7-2 T1~AFF IC SIC~~~LS, AND LIGHTING, ?-2.01 FOUNII~TI~1S. Foundations shall conform to the provisions in Section 86-2.03, "Foundations," of the Standard Specifications and these special provisions. The Contractor shall furnish the anchor bolts, nuts and washers to be used for new foundations and shall furnish the appropriate nuts and washers for existing foundations to be reused, Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except for pile foundations shall contain not less than 564 pounds of cement per cubic yard. 7-2.02 CONDUIT. Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions. b Insulated bonding bushings will be required on metal conduit. Conduit shall be fired under existing street pavement unless open trenching is allowed by .the Engineer due to poor soil conditions or other circ~tances. . 7-2.03 PULL BOXES. Pull boxes shall conform to the provisions in Section 86-2.06, "Pull Boxes,." of the Standard Specifications and these special provisions. Recesses for suspension of ballasts will not be required. 7-2.04 C~TORS AND WIRING, Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors," and Section 86-2.09, "Wiring," of the Standard Specifications and these special provisions. CO~TORS -The Contractor shall use multi-conductor electrical cables for all circuits except between the service switch ar~d controller cabinet. Only noulti-conductor cable conforming to the following shall be used: D12: 51007.24 ..24- 5 Conductor cable consisting of 5 No. 14 conductors colored l each red, yellow, brawn, white and black. 9 Conductor cable consisting of 1 No. 12 conductor colored white and 8 No. 14 conductors colored 1 each red, yellow, brawn, black, w red/black stripe yella~/black stripe, brown/black stripe and white/black stripe. 28 conductor cable consisting of 1 No. 10 conductor colored white and 27 No. 14 conductors colored as isndicated in the following conductor table for a single ring operation. C~~~JCTOR TABLE Insulation Colors Signal Phase Circuit or Function Base Stripe 2 & 6 Red, Yellow, Brown Black. vehicle 4 & 8 Red, Yellow, Brown Orange Signals 1 & 5 Red, Yellow, Brawn Silver 3 & 7 Red., Y~llaw, Brawn Purple 2p & 6p Red, Brown 2 Black Pedestrian 4p & 8p Red, Brawn 2 Orange Signals ip & 5p Red, Brown 2 Silver 3p & 7p Red, Brawn 2 P~~rple 2p & 6p Blue Black Pedestrian 4p & 8p Blue Orange Push Buttons lp & 5p Blue Silver 3p & 7p B].ue Purple . Pedestrian X Push Buttons white Black Cain Signal white None x Ra3.lroad Pre-emption Black Red i~r~.~~w Spare Black None The cable sheath -shall be polyethylene and the conductor insulation shall be T~~pe T~~3WN polyvinyl chloride. Subparagraphs 1, 2, 4 and 5 of the first paragraph of Section 86-2.09D, "Splicing," of the Standard Specifications are de~.eted. .conductors shall be spliced by the use of "C" shaped cc~pression connectors as charm on Standard Plan ES 13. Splices shall be insulated by "Method B." 7-2.05 S]~VICE. Service shall conform to the provisions in Section 8~-2.11, "service," of the Standard Specifications and these special provisions. D12.51007.25 -25- GG:wrn Unless otherwise noted, service shall be as shown on the plans and shall be fi,~rnished with 100 amp, 240 volt, 3 pole main breaker .and the follaw~.ng branch circuit breakers: No. Amps Phase dolts Branch Metered 1 b0 1 110 Traffic Signal Yes 2 30 1 110 Lighting No *3 30 1 110 Flashin Beacons Yes g * Provided where flashing beacon is included with the traffic si al. 'the Engineer will arrange with the serving utility to canplete service connections to service-points shown on the plans and will pay all required costs and fees required by the utility. 7-2.06 TESTING. Testing shall conform to the provisions in Section 86-2.14,."Vesting," of the Standard Specifications and these special provisions. The signal shall not be placed in flashing mode, with ~ signal faces uncovered, prior to Functional Testing. FUNCTIONAL TESTING. All functional testing shall conform to the provisions ~a Section 86-2.140 "Functional Testing," of the Standard Specifications and the following paragraph: Functional .test period is included in the number of working days. to cc~nplete. the project" as described in SECTION 4, "BEGIr~NING OF WORI{, DIME OF OC~!~FLItI~ION AND LIQUIDATED DA~~AGES" of these special provisions. 7-2.07 SIC~A,L FAGS AND SIGNAL HF.~ADS• Signal faces., signal heads and auxiliary equi~nent, as shown on the laps, and the installation thereof shall P , confon~n to the provisions in Section 86-4.01, "vehicle Signal Faces," 86-4.02, "Directional Louvers," 86-4.03, "Backplates" and 86-4.Ob, "Si al Mountin . ~ g Assembhes, of the Standard Specifications and these special pravis~.ons. Housing, visors, directional louvers and backplates shall not be structural plastic. All .lamps for traffic. signal units.. shall be ~~rniahed by the Contractor. All signal faces shall be provided with 12-inch sections. ~'he third sentence of the first paragraph of Section 8G-4.06, "Signal Mounting Assemblies," of the Standard Specifications, shall be mended to read as follows: Slip-fitters and terminal compartments shall be cast .bronze or hot-dip galvanized ductile iron. D12:51007.26 -25- ?-2.08 PEDEST~~][AN SIGd~LlS. Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestrian Signal Faces, " of the Standard Specifications and these. special provisions. Pedestrian signals shall be T~,~pe C, and shall have energy efficient heads equivalent to Indicator Controls Corporation Model 4094B. 7-2.09 LUMINAIRES. Luminaires shall conform. to the provisions in Section 86-6.01, "High Intensity-Discharge Luminaires," of the Standard Specifications and these special provisions. Luminaires shall be furnished with 200-watt high pressure sodium lamps and integral ballasts. An in-line fuse shall be located in the pull box. 7-2.10 PHOTOELECTRIC C~!]TROLS, 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 ~ Iv photoelectrical control. 7-2.11 CON'1'f~oLILERS, CAB IN~~ I'S AND AUXILIARY EQUIPMENT. The City wi 11 furnish the controller and cabinet assembly for each location. 7-2.12 I~~TECTORS. Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Standard Specifications and theses dial . ~ provisions. Locat~.on and layout of detector loops shall be as directed by the Engineer. a INSTALLATION DETAILS: Installation and. tests shall conform to the details and notes shown on the plans. Slots cut in the pavement shall be blown out and dried: before installing inductive loop detectors. After conductors are installed in slots cut in the pavement, the slots shall be filled with epoxy sealant conforming to the requirements in Section 95-2.09, "Epoxy Sealant for Inductive Loops," to within 1/8 inch of the avement p surface, The sealant shall be at least 1/2 inch thicl~ above the top conductor in the .:saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. In lieu of the epoxy sealant specified above, slots may be filled with either of the f®llowing materials: 1. An elastomeric sealant conforming to the following: The sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. Sealant shall be suitable for use inboth asphalt concrete .and Portland cement concrete. D12:51007.27 -27- ~'he cured sealant shall have the following perf~rrnance c~aaracteristics : Measuring Standard property and Results And Conditions Hardness ~ indentation} - 65-85 A~a"IT~I D 2240 Res . T~~pe A, Model 1700 77' F. X25' C.} 50~ relative hur~.dity. e. Tensile strength - 500 psi, min. 1~~I D 412 Die C, pulled at 20 IPM. Elongation - 400, min~mu~n A;~TM D 412 Die C, pulled at 20 IPM. Flex at - 40' F. - no cracks 25 mil Free Film Bend X180') over 1/2" Mandrel. Weathering Resistance -Slight AST~I D 822 Weatherc~neter 350 Hrs. Chalking Cured 7 days at 77' F. t25' C.) 50~ relative humz.dity. A - D ~ IF PA~~NT TO BE INCLUDED WITH SILL SYS'TF~i Salt Spray Resistance - 500 psi, A;;'~i B 117 28 days at 100' F. (38' C. ) .minimum Tensile; 400, minim 5~ NaCl, Die C, pulled at 20 IPM. elongation Dielectric Constant -Less than A~~TM D 150. 25~ c~~ange over a temperature range of -30' C. to 50' ~C. 2. Asphaltic Er~lsion Inductive Loop Sealant shall conform to State of California specification 8 D-41~-15. Z Loop conduct; shall be installed without splices and shall terminate in the nearest pull.box o"~he loops shall be joined in the-pull box in cc~nbination of series and parallel so that opturn~m sensitivity is obtained at the sensor unit. Final splices between-loops and. lead-in cable shall not be made unt~.l the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel .for the same phase of a traffic signal system, in the same pu3.1 box,. shall be spliced to a cable which shall be run fran the pull box adjacent to the-loop detector to a sensor unit mounted in the controller cabinet. Spl-ices to the cable shall be made in pull boxes only. All. loop conductors for traffic counters shall terminate in a pull box or terminal strip in~the traffic count station cabinet when such a cabinet is installed. Conductors for. .inductive. loop traffic signal and traffic counting installations shall~be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic count station cabinet. Bands shall conform to the provisions in Section 86-2.09, "Wiring." , D12:51007.28 -28- GG:wrn Identification of each conductor pair shall. consist of late-ling the phase and detector slot number ~e.g. - bJ2L, 8J8U, 3I5U, etc.} in permanent ink on a tag suitable for such purposes (Stuart Electric Ty Rap, Catalog No. TY5532 or approved. equal}. If asphalt concrete surfacing is to be placed, the coop detector conductors shall be instal-led prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the contacted layer of asphalt concrete immediately be-low the uppermost layer. Installation details shall be as shown on the plans, except the epoxy sealant shall fill the slot flush to the surface. Detector loops in concrete pads shall be sealed with epoxy sealant. . Loop detector lead-in cables shall conform to .the provisions. in Section 86-S.OIA ~4}, "Construction Materials," of the Standard Specifications and these special provisions. Loop detector lead-in cables shall be T~;~pe A as follows: A lead-in cable shall consist of 2 No. 12 solid copper conductors with each conductor insulated with 30 mils minimum, at any point, high molecular weight, heat-stablized, colored polyethylene, conforming to the requirements of ASTM .Designation: D 1248, '~~pe I, Class B, .,,,,Grade 4. The conductors shall be twisted together with at least 2 turns per foot,,. Nonhygroscopic fillers shall be . , used to form a f irm compact cylindri-ca1 core. Anon-hygroscopic core. tape shall be applied spirally over .the core. The cable shall be provided with an outer jacket, consisting. of extruded, black,. polyvinyl chloride conforming to ASTM Designation: D 1047. The cable shall conform to the International Municipal Signal Association's Specification: 1~-1. 7-2,13 GU~lL~~NTEE. The Contractor .shall furnish a written guarantee to V the City on the form attached, guaranteeing all systems, except traffic signal lamps, ins tilled under this contract for a period of one ~1} year from the date of acceptance of the work. ,The guarantee, properly executed, shall be filed with the City befare notice of .completion- -and final acceptance is made by the City of the work described on the .plans and these special provisions. 7-2.14 PAY~iEh]'T. Payment for signals and lighting shall conform to the provisions in Section 85-8, "Payment, of the Standard.Specifications and these special-provisions. Full compensation for cast-in--drilled hole concrete pile foundat~.ons 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. r D12: 51007.29 -29- GG:wrn STATE CALTE ORNIA Specification Asphaltic Emulsion Inductive Loop Sealant 1.0 SCOPE This specification covers a one component, pourable sand filled, asphaltic emulsion for use in sealing inductive wire loops and leads imbedded in asphalt and Portland cement concrete. This sealant is suitable for use in freeze-thaw envirornts. 2.0 APPLICABLE SPDCIE ICATIONS The following specifications, test methods and standards in effect on the opening date of the Invitation to Bid f orm a part of this specification where referenced: American Society for Testing and Materials D2939, D2523 California Test Method No. 434 California Department of Transportation Standard Specifications 1981 State of California .Specification 8010-X~~X-99 Inspection, Testing and Other Requirements for Protective Coatings Code. of Federal Regulations,.. Hazardous.Materials and Regulations _ Board, Ref 49CFR. 3.0 REQUIRI~MENTS 3.1 Composition The composition of the Ioop sealant shall be a sand filled, pourable, water emoulsif ied bitumen. It will be the manufacturers responsibility to produce cone-component product to meet the properties specified herein. 3.2 Characteristics of the .Sealant 3.2.1 Residue by evaporation, weight percent 70 Minimum Use ASTM D2939 3.2.2 Ash content, weight percent 50 to 65 Use ASTM D2939 D12:5I007.30 -30- GG:wrn Asphaltic Emulsion Inductive Loop Sealant 8040-41A-15 3.2.3 Firm set tines, hours, 4 maximum test at one hour intervals, use ASTM D2939 3.2,4 Brookfield viscosity, Poise 50 to 125 R~1T Spindle #3, 10 RPM at ?5 + 2°F . 3, 3 Properties of the Dried F i lm 3,3.1 Flexibility, No full depth Use ASTM D2939, except air dry specin~ns to cracks constant weight at 75 + 5°F . and 50 + 10% relative humidity. Condition mandrel and specimens 2 hours at 75 + 2°F before test. Use aluminum panels, 0.03 inches thick ~Q panel or equal) . 3.3.2 Tensile Strength, psi, 20 ml,nimE.urn cast sheets 0.25 inches thick and air dry at ?5 + 5°F, 50 + 10% relative humidity for minimum of 16 hours.- Load rate 0.05 inches/minute, use ASTM D2523. 3.3.3 Elongation, % 2.0 minim Same conditions as 3.3.2 use ASTM D2523 3.3.4 Slant-shear strength to concrete,. psi, 150 minimum, Use California Test Method No. 434, Part VIII. Space with no loss damp blocks with 0.25 inches between slant faces, seal of .adhesion to s-ides and bottom with tape and fill with the well stirred concrete sample, strike off the excess. Dry in 140°F open to constant we~.ght and condition 1 day at ?5 + 2°F before testing. Load rate to be 5000 lbs/minute, 3.3.5 Resistance to- water No blisterin , g Use ASTM D2939, Alternative B re-emulsification or loss of adhesion 3.4 'v~orkmanship 3.4.1 The ,sealant shall. be properly dispersed and any settling shall be easily redispersed with minr~um resistance to the. sideways manual motion of a paddle across the bottom of the container. It shall form a smooth uniform product of the proper consistency. I.f the material cannot be easily redispersed due to excessive settlement as described above or due to any other cause, the sealant shall be considered unfit for use . D12.51007.31 ~ -31- GG:wrn . . _ _ Asphaltic Emulsion Inductive Loop Sealant .8040-41A-15 3.4,2 The sealant shall retain all specified properties under normal storage conditions for 12 months after acceptance and delivery. The vendor shall be responsible for all costs and transportation charges incurred in replacing material that is unfit for use. The properties of any replacement material, as specified in Paragraph 3.0, shall remain satisfactory for 12 months from date of acceptance and delivery. 3.4.3 The sealant shall comply with all air pollution control rules and regulations within the State of California in effect at the time the sealant is manufactured. 4.0 QC~LITY ASSUlE~11~1CE PROVISIOr+15 4.1 Inspection This material shall be inspected and. tested in accordance with State of California Specification X010-~-99, or as otherwise deemed necessary. 4.2 Sampling .and Testing Unless otherwise permitted by the. Engineer, the material shall be sampled at the place of manufacture and application wi 11 not be permitted until the material has been approved by the Engineer. 5,0 PREPARATION FOR DELIVERY 5.1 Packaging The sealant shall be prepared in a one package system ready for application. The material shall be furnished in container size as specified in the purchase order or contract. If ordered in 5 gallon size the containers shall be new, round standard full open head with bails, shall be nonreactive with the contents, and shall have compatible gaskets. The containers shall comply :with the U.5, Department of Transportation or the Interstate Comri~rce Commission regulations, as applicable, 5.2 Marking A11 containers of material, shall be labeled shc~aing State specification number manufacturers n~~me, date of manufacture and .manufacturers batch number. The manufacturer shall be responsible for proper shipping labels as outlined in Code of Federal Regulations, Hazardous Materials and . Regulations Board, Reference 49 CFR. X12: 51007.32 -32-- GG:wrn _ Asphaltic Emulsion Inductive Loop Sealant X040-41A-15 d.0 N0~'ES b.l .Directions for Use Saw .cuts shall be blown clean with compressed air to remove excess water and debris. The sealant must be thoroughly stirred before use and hand poured into the slots, Due to the sand content of this material, pumping is not recommended. Any clean up of road surface or tools can be done with water, before the sealant sets. 6.2 Patents. The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work, and agrees to indemnify and save harmless the State of California, and its duly authorized representatives, from all suits at law. or action of every nature for, or on account. of, the use of any patented materials, equipment, devices. or processes. 6.3 Certificate of Compliance The manufacturer shall furnish a Certif icate of Co~liance with each. .batch of sealant, in accordance with the provision of Section 6-1.07 of California Department of Transportation Standard Specifications, January 1981.. D12:51007.33 -33- GG:wrn ALTERNATE LOCATION TO 8E TYPE B.S.S. USED WHEN THE StDEwALK ~ GA EXTENDS FROM THE CURB ~ LVANlZED PIPE TO THE PROPERTY LINE ~ AS PER AMERICAN FENCE CO. PARTICULARLY IN COMMERCIAL ~ w ' AREAS o I (f ~ li ~ ~ i I - C~ I ~ Y ~I ~ it Q I~ m 2!O"-~f . i.~.4 • • ~ ~ i i I I o z Ii I i I I I M~ j• 8 M! N. i , ~ CLASS 8 PC.C. M M ~SCELLANE~ US SIGN T DE AIL RECORDED 10-._. C1'T~r OF BAKE~S~'l~~l.t~ o~~~ 1~~0,~/8.~ tN BOOK...~AT PAG~..~.,_,_.. ~RN DRAWN G OFFtG1A1. RECOROR OF x>rRN covN~r, cAU1~oRNtA ENGINEERING DEPARTMEN?' cz~rcxEO,$, ~o j/j/ PROPOSAL FOR T~~F IC SIGNAL SYSTEM ON EDOEMONT DRIVE AT WILSON RQAD 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 other person, firm or corporation; that he has carefully examined the location of the proposed work, the annexed pro- posed 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 Bakersf ie1d, in the prescribed form of contract hereto annexed, to provide all necessary machinery, tools, apparatus and other means of construction and to do all the work and furnish all the materials in accordance with the plans and spe- cif ications for the above,. filed in the office of the Finance Director of the City of Bakersfield and as specified in the contract, in the manner and time therein 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: 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 of the .check or bid bond accompanying his bid shall become the pra perty of the City of Bakersfield. Bidder ackn~rledgzs receipt of the following addendum: ITEM ESTIMATED UNIT 0~ ITEM UNiT PRICE E~TSION N0~ QI~ITY M1~ASaRE C in f figures ~ PRICE din fi res} 1. 1 Lump Install traffis signa Sum and lighting system 2. 2? EA. Install roadside .sign GSP ,Post } . 3 . 4200 $F . Remove Traffic .stripe and pavement markings STONED Bidder D12:51007.34 Page 1 of 2 GG:wrn STATE C~' CALIFORNIA } } ss. On this day of • . , • , , 19, , before rr~, a notary public in and for the County of . . . State of California, personally appeared / / personally known to me / / roved to me on the basis of p satisfactory evidence to be the person u~hose Hams is subscribed to the within instrument as the Attorney in E act of . , . and acknowledged. to me that he subscribed the Hams of • ........................•.........,thereto as surety, and his own name as Attorney in Fact. IN WITNESS ~iE~EC~' I have hereunto set my .hand and- affixed my official seal the day and year in this certificate first above written. o.•~••••••.••....•••••r••••.•.t•.•..••...•.•.• Notary Public in and for said County and .State . D12: 51007.40 Page 2 of 2 GG: wrn _ GUARANTEE TJ~'F IC SI{~L EQUIPMENT CITY C~' BAKERSF IELD ' Department of Public Works 1501 Truxtun Avenue, Annex Building Bakersfield, California 93301 In accordance with the terms of Contract No, ,for: TRAFFIC SIGNAL SYSTEM GNN EDGEMONT DRIVE AT WILSON RED awarded on ,between the City of Bakersfield ~hereinaf ter ref erred to as the City) , ar~d the undersigned, -which contract provides for the installation of li tin and~or traffic si al s stun and under which contract the undersigned has furni d~and installed su h system, the folla~aing guarantee of the said system is hereby made. Should any of the equipment installed pursuant to said contract, except lighting elements, prove defective or should the system as a whole prove defective, due to faulty workmanship, material furnished, or method of installa- tion, or should said system or any part thereof fail to operate properly, as planned, due to any of the above causes, all within ~l) year after date on which said contract is accepted by the City, the undersigned agrees to reimburse the City, upon demand., for its expenses incurred in restoring said systems to the condition contemplated in said contract, including the cost of any equipment or materials replaced, or, upon demand by the City, to replace any such equipment and repair said systems completely without cost to the City, so that they will operate successfully. as originally contemplated. T The City shall have the option to make any needed repairs or replace- msnts itself or to have such replacements or repairs done by the undersigned. Prior to such replacement or repair work being done by the City, the undersigned shall have the option to make any needed repairs or replacements.. In the event the. City elects to have said work performed by the undersigned, the undersigned agrees. that the repairs shall comr~nce to be made and such materials. as are nec- essary shall commenca to be furnished and installed within Twenty our (24) hours of the date specified in the .City's written notification.. Contractor shall prosecute with due diligence to complete the work within a reasanable 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 their fail to operate as originally intended by the manu-- facturers thereof and in accordance with the .plans and specifications included in said contract. Date Contractor's Signature Firm Address D12: 51007.41 GUARANTEE N~TERIAL AND W~~MANSHIP CITY OF BAKERSE IELD Department of Public works 1501 Truxtun Avenue, Annex Building Bakersfield, CA 93301 1~ In accordance with the terms of the Contract for: Traffic Signal .system on Edgemont Drive at Wilson Road. , awarded on ,between the City of Bakersfield (hereinafter~~ referred to as "City"7, .and the undersigned, which .contract provides for the installation of lighting and for traffic si~nal_s~stem , and other facilities and under which contract the undersi ed has installed such facilities, the following guarantee of the said facilities is hereby .rude: When the project is completed and accepted, we guarantee the same to be free from imperfect workmanship and/or materials, and we agree to repair and/or replace at our own cost and expense, any and all such work, and/or materials which may prove defective in workmanship or materials within a period of one ~1) year from the date. of acceptance of the above named construction project, ordinary wear and tear. or neglect exce0ted. We also agree to repair and/or replace, at our own cost and expense, any work and/or materials that we may disturb or displace in making good such defects. Within twenty-four ~24~ hours after being notified in .writing by the Ca.ty or the City's representative, or the agent of .either of them, of any defects in said work or materials, we agree to conce and prosecute with due diligence, all work necessary to fulfill the terms. of this guarantee and to complete the work within a . reasonable period of time,. and in the event of .our failure to so comply, we collectively and expressly do hereby authorize :the City. and/or the City's representative, or the. agent of .either of them, to proceed to have such work done at our expense and we will honor and pay. the cost and charges. therefor .upon demand. This guarantee is made expressly for and runs to the benefit of both the City of the-above mentioned construction project and the City's representative, and shall be enforceable by either of them. I~TED Contractor's Name Authorized Signature D12:51007.4.2 GG:wrn xoLD x~~LESS AGREEMENT CITY OE BAKERS IELD iT IS xEREBY AGREED that. ,agrees to indemnify and hold harmless the City of Bakersfield, its agents, employees or any other persons against loss or expense including attorneys fees, by reason of the liability imposed by law upon the City, except in cases of the City's sole negligence, for damage because of bodily injury, including death at any tines resulting therefrom, sustained by any person or persons, or on account of d~~ntiage to property arising out of or in consequence of agreement nams~ IT IS FURT43ER UNDERSTOOD AND AGREED that the Contractor shall ~ at the option of the City) , defend the City of Bakersfield with appropriate counse 1 and shall further bear all costs and expenses, including the expense of counsel, in the defense of any suit arising hereunto. I~TED Contractor's Name .Authorized Signature D12:51007.43 GG:wrn CON'T'RACT NO. I~~VEE REPAIR PLAN FOR ~STI~TER TREATMENT PL~~NT N0, 2 WEST STORAGE RESER~SlOIRS AND LAGOONS THIS AGREF~!~NT, made and entered into this day of , 1989, by and between the CITY 0~ BAKIE~~.SF IELD, a municipal corporation, hereinafter called "City, " and ,hereinafter called "Contractor" ; WITNESSETH: WHEREAS, City has duly advertised for sealed proposals for within the City of Bakersfield. On the day of , 1989, the contract was awarded to Contractor upon his properly executed bid; and WHEIE~~AS, one of the conditions of said award required a formal contract to be executed by and between City and Contractor. NC~T, THERF~ORE, it is mutually agreed by and between the parties hereto as f ollaws: ° ARTICLE I :Contractor agrees to furnish supplies, equipment, labor and materials for within the City of Bakersfield. ARTICLE II The following shall be deemed to be part of this contract as if fully set forth herein: 1. Notice to Contractors 2. Special Provisions 3. Bid Proposal 4. Bidder's Bond 5, Performance Bond 6. Material and Labor Bond 7. Letters of transmittal, if any 8. All provisions required by law to be inserted in this contract whether actually inserted or not. 9. Hold Harmless Agreement 10 Current IlAS 7 ~ if required by Specifications ~ D12:51007.44 -1- GG:wrn IN WITNESS WI3EREOF , the parties hereto have caused this Agreen~nt to be executed, the day and year first-above written. CITY OF BAKIERSF IELD By Mayor OF C41~'TR~CTOR) BY Contractor AP~o~ED As To ~o~: By City Attorney COIJ~JTERSIC~i1EDd By finance Direct®r D12:5100?.45 -2- ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU C7~' RETENTION THIS ESCRCJW At~tEF~~~NT is made and entered into by and between CITY GF BAKIERSF IELD, a municipal corporation, hereinafter called "Owner, " whose address is , and hereinafter called "Contractor", whose address is , and hereinafter called "Escrow Agent", whose address is . For the consideration hereinafter set forth, the Owner, Contractor, and Escrow Agent agree as follows: 1. Pursuant to Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code of the State of California., Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by Owner pursuant to the Construction Contract entered into between the Owner and Contractor for in the aunt of dated thereinafter referred to as the ~"Contract" } . Then Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the Owner within ten X10} days. of the deposit. The market value of the securities. at the time of the substitution shall be at least, equal to the cash amount then required to be withheld as retention under the -terms of the Contract between the .Owner and Contractor. Securities shall be held in .the name of , and shall designate the Contractor as the beneficial owner. 2. The Owner shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent hold securities in the form and amount specified above. 3. Alternatively, the Owner may make payments directly to Escrow Agent in -the amount of retention for the benefit of the Owner unti 1 such time as the escrow created hereunder is terminated. D12:51007.46 -1- 4. contractor snarl ~e responsible for paying all tees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses and payment terms shall be determined by the Contractor and Escrow Agent, 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to tune without notice to the Owner. 6, Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from Owner to the Escrow Agent that Owner consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The Owner shall have a right to draw upon the securities in the event of default by the Contractor, Upon seven ~ 7) days' written notice to the Escrow Agent from the Owner of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the O~aner. 8, Upon receipt of written notification from the Owner certifying that the Contract is final and complete, and that the Contractor has complied with ail requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the Owner and the Contractor pursuant to Sections ~4} to ~6}, inclusive, of this a agreement and the Owner and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities :and interest as set forth above. 10, The n~~mes of the persons who are authorized to give written notice or to receive written notice on behalf of the. Owner and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures, are as follows: On behalf of Owner: On behalf of Contractor: Title Title Name Name Signature Signature Address Address D12:510~7.~47 ~ -2- On behalf of Escr~ Agent: Title Name Signature Address At the time the Escrow Account is opened, the Owner and contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS W1f~EREOF, the parties have executed this Agreement by their proper officers on the date f first set forth above Owner Contractor Title Title Name Name Signature Signature D1.2:51Q07.48 -3- FAITHFUL PE~ORi!~~NCE BOND KNOW ALL MEN BY THESE PRESE~~TS, THAT, ~iI~~EAS, the CITY BARIIELD, California, a municipal corporation, hereinafter designated the "Owner, n has, on ~I~TE OF AWARD) , 19 , awarded to ~N~~ME ~ CON'T'RACTOR) ~ a corporation organized and doing business under and by virtue of the laws of the State of California, hereinafter designated as the "Principal," a contract for the ~F IC SIGNAL SYSTEM ON EDGEMONT DRIVE AT WILSON RQAD ;and _ _ _ WHE]~~AS, said Principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NC~1, THERE ORE, W'E, the Pri nc ipa 1, and ~ LEAVE B I~~NK FOR BONDING COMPANY) , as Surety, are held and firmly bound unto the Owner in the sum of ~ 100 ~ AMOUNT AWARDED AT CaJNCIL MEETING) lawful mone . of the United States, for the paymsnt of which sum, well and truly y , to be made, we bind ourselves, our heirs, executors,., administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION CF THIS OBLIC,ATION IS SUCH, that if the above` mentioned Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things. stand to and abide by, and well and truly keep and ~faithfull rform the covenants, conditions, and agreements in the said y~ contract and any alterations made as therein provided, on his or their part, to be ke t and performed at the time and in the manner therein specified, and in ~ , all respects according to their true intent and meaning, and shall indemnify and save harmless, the Ocaner, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be ar~d remain in full .force and virtue and Principal and Surety, in the event suit is brought on this bond, will pay to the Owner such reasonable attorney's fees as shall be fixed by the court. As a cond~itiori precedent to the. satisfactory completion of the said contract, the above obligation in the said amount shall hold good for a period of one t 1) year after the completion and acceptance. of the said work, during which time if the above n~nti.oned Principal, his or its heirs, executors, administrators, successors, or assigns shall fail to make full, complete, and satisfactory repair and replacen~nts or totally protect the said Owner from loss of damage made evident during said period of one year from the date of .acceptance of said work, and resulting from or caused by 'defective materials and/or faulty workmanship in the prosecution of the work done, the above obligation in the said amount shall remain in full force and effect. However, anything in this paragraph to the contrary notwithstanding, the obligation of the Surety hereunder shall continue so long as any obligation of the Principal remains. D12~51007.4~ Page 1 of 2 GG:wrn And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. _ Said Surety hereby waives the provisions of Sections 2819 and 2945 of the Civil Code of the State of California. As a part of the obligation secured hereby and in addition to the amount specified therefor, there shall be included costs and reasonable. expenses and fees, including reasonable attorney's fees, incurred by the owner in successfully enforcing such obligation, all to be taxed as costs and included in any judgement. rendered. IN WITNESS WHEREC~C, the above mentioned parties have executed this instrument under their seals this day of ,the nary and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal s s ~ Sear} Signa e f or Principal Title ra . ~ ~ Surety B ~ tSeal) Signature for Surety Title (Attach notarization form for each required signature. } D12:51007.50 Page 2 of 2 ~ GG:wrn MATIER?AL - LABOR BOND RN~T ALL MEN BY THESE PRESF~aT5, THAT, WHEREAS, the CITE aF BAKIERSF IELD, County of Kern, State of C ah f orni a, he re l naf ter designated the "owner, " has, on (]Q~TE OF COUNCIL MEETING) ,awarded to (I~~ME OF CON'.I'RACTOR } hereinafter designated as the "Principal," a contract for the construction of (DESCRIPTION CF PROJECT - U5E DESCRIPTION FROM FRONT COVER ~ SPECIE ICATIONS) . WHE]E~~AS, said Principal is required to furnish a bond in connection and with said contract, providing that if said Principal, or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond wi 11 pay the same to the extent hereinafter set forth: a NAT, THEREFORE, WE, the Principal, and (LEAVE BI~~NK FOR BONDING COMPANY } , as Surety, are held and firmly bound unto the Owner the penal sum of (50~ OE AMOUNT A~~RDED AT COUNCIL MEETING} dollars }lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. _ T~iE CONDITION ~ THIS. aBLIGATION .IS SUCH, that if said Principal, his or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon,. for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for any amount due under the .Unemployment Insurance Code. with .respect to work or labor performed under the contract, or for any amounts due, or to be withheld pursuant to Sections 18806 of the Revenue and Taxation Code of the State of California with respect to such work or labor, as required by the provisions of Chapter III, Division V, Title I of the Government Code of the State of California, or .with respect to any work or labor. f or which a bond is required by the provisions of Sections 3247 through 3.252 of the Civil Code of the State of California, and ,provided that the persons, companies, or corporations so furnishing said materials, provisions, or other supplies, appliances, or -power use, in, upon, for, or about the performance of the work contracted to be executed or performed, or any person who performs work or labor upon same, or any person who supplies both work and materials, thereto, shall have complied with the provisions of said Civil Code, then said Surety will pay the saw in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit brought upon this bond, such reasonable attorney's fees to the Owner as shall be fixed by the court. D12:51007.5~. 1 This bond shall inure to the benefit of the Owners and and and all persons, companies, and corporations and .their respective assigns entitled to file claims under applicable State law, including, ~t not limited to, California Civi 1 Code Section 3181, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said .Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations of this bond, and it does hereby .waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. IN WITNESS WHEREC~, the above bounded parties have executed this instrument under their seals this day of 19 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal Seal) Signature for Principal Title Surety ~Sea1~ Signature for Surety Title D12:51007.52 2 ~:g a 1 ;r ;i