Loading...
HomeMy WebLinkAbout1996 Special Provisions Project T6K055CITY OF BAKERSFIELD CALIFORNIA NOTICE TO CONTRACTORS SPECIAL PROVISIONS BID PROPOSAL AND CONTRACT FOR TRAFFIC SIGNAL AND LIGHTING SYSTEM ON 19TH STREET AT L STREET BID OPENING: DATE Jan. 10, 1996 TIME:~'i11:00 A.M. PROJECT NO. T6K055 o~~,o~ES , ,ti ~,kl ~ DEPARTMENT OF PUBLIC WORKS <trQ~ ` °I~ CITY OF BAKERSFIELD ~ c•~ ~g~ 1501 TRUXTUN AVENUE No. 32300 BAKERSFIELD, CA 93301 Telephone: (805) 326-3724 EXP. 2• l •9 s~q C N l1. ~~F CA~1F~ CITY OF BAKERSFIELD DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS SEALED PROPOSALS will be received by the City of Bakersfield at the Office of the Purchasing Officer, City Ha11,1501 Truxtun Avenue, Bakersfield, California, Until 11:00 o'clock A.M. on Jan. 10, 1 6 to be publicly opened and read immediately thereafter in the City Council Chamber, for the following work: TRAFFIC .SIGNAL AND LIGHTING SYSTEM ON 19TH STREET AT L STREET Plans and specifications, and forms of proposal, bonds, and contract, may be obtained at the office of the Purchasing Officer by posting a refundable deposit of Zero Dollars ($0.00) for each complete set. Refund of deposit will be made provided the plans and specifications are returned to the Purchasing Officer within twenty-one (21} days from date of bid opening and the documents are in reasonable good condition. The City assumes no responsibility for non-receipt of bids due to any delay, including but not limited to carrier delay. It is the .bidder's responsibility to meet the deadline stated above. No bid will be considered unless it is made on a proposal form furnished by the Purchasing Officer, which appears herein immediately following the SPECIAL PROVISIONS of the project, and. is made in accordance with the provisions set forth under Section 2, "Proposal Requirements and Conditions" of the Standard Specifications. Each bid must be accompanied by a proposal guarantee in accordance with the requirements of article 2-1.07 of the said Section 2 of the Standard Specifications. The City of Bakersfield reserves. the right to reject any or all bids. Bids are required on the entire work described herein. Substitution of securities for moneys retained to ensure performance shall be permitted. pursuant to the. provisions and requirements of Public Contracts Code 22300. Eligible securities include interest bearing demand deposit accounts, standby letters of credit, or any other security agreed to by the Contractor and the City of Bakersfield. The request for substitution of securities to be deposited shall be submitted on the form entitled "Escrow agreement for Security Deposits in Lieu of Retention" included in the back of these special provisions. The Contractor must possess, a valid Class A or a Class C-10 Contractor's License at the time this contract is awarded. The work completed shall be done in accordance with the Standard Specifications of the Department of Transportation, Business and Transportation Agency, dated July,1992, insofar as the same may apply. Pursuant to Part 7 of Division 2 of the California Labor Code (Section 1720 et seq.) the Contractor shall not pay less than the prevailing rate of wages to workers on this project as determined by the Director of California Department of Industrial Relations. The Director's schedule of prevailing rates is on file and open for inspection at the City of Bakersfield, Department of Public Works, 1501 Truxtun Avenue, Bakersfield, California. GENERAL DESCRIPTION OF WORK The work to be performed consists, in general, of installing a traffic signal and lighting system. CITY OF BAKERSFIELD RAUL M. ROJAS Public Works Director 3 f I CITY OF BAKERSFIELD, CALIFORNIA DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS SECTION 1-DEFINITIONS AND TERMS 1-1-.01 GENERAL. This work embraced herein shall be done in accordance with the Standard S ecifications entitled "State of California, Department of Transportation, Standard Specifications, July,1992," P as referenced herein, insofar as the same may apply, which specifications are hereinafter referred to as the Standard Specifications, and in accordance with the following special provisions. In case of conflict between the Standard Specifications and these special provisions, the special revisions shall take precedence over and be used in lieu of such conflicting portions. P 1-1.02 DEFINITIONS AND TERMS. All definitions and terms in Sections 1, "Definitions and Terms " of the Standard Specifications shall apply, except whenever the following .terms or pronouns are used, the intent and meaning shall be as follows: City - City of Bakersfield, California. De artment of Transportation, CALTRANS -The Engineering Department of the City of P Bakersfield. Director -City Engineer. En 'Weer -The Cit En ineer,~ acting either directly or through properly authorized agents, such ~ Y g agents acting within the scope of the particular duties entrusted to them. Laborato -The designated laboratory authorized by the City to test materials and work involved rY in the contract. Standard S ecifications -Standard Specifications of the Department of Transportation, Business, p Transportation and Housing Agency, dated July,1992. State -The City of Bakersfield. State Contract Act -Chapter 1, Division 2 of the Public Contract Code. The provisions of this act ' do not apply to this contract. Other terms appearing in the Standard Specifications, the general provisions, and the special revisions, shall have the intent and meaning specified in Section 1, Definition of Terms of the Standard p Specifications. 4 SECTION Z. PROPOSAL REQUIREMENTS 2-1.01 GENERAL INFORMATION. The Purchasing Officer of the City of Bakersfield, California, will receive at her office, City Ha11,1501 Truxtun Avenue, in said City, until 11:00 o'clock A.M. on Jan. 10, 1996 sealed proposals for TRAFFIC SIGNAL AND LIGHTING SYSTEM ON 19TH STREET AT L STREET 2-1.02 APPROXIMATE ESTIMATE. The Engineer's estimate of the quantities of work to be done and materials to be furnished are approximate only, being given as a basis for the comparison of bids, and the City of Bakersfield does not expressly or by implication agree that the actual amount of work will corres and therewith, but reserves the right to increase or decrease the amount of any class or portion of the p work or to omit portions of the work that may be deemed necessary or expedient by the Engineer. 2-1.03 EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS, AND SITE OF WORK. The bidder is required to examine carefully the site of work, the proposal, plans ands ecifications, and contract forms. It will be assumed that the bidder has investigated, and is satisfied as to P the conditions to be encountered, the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions, and the contract. It is mutuall a eed that the submission of a proposal shall be considered prima facie evidence that the bidder has y gi' made such examination. 2-1.04 REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURES OR IRREGULARITIES. Proposals maybe rejected if they show any alterations of form, additions not called for, conditional or alternative bids, incomplete bids, erasures or irregularities of any kind. Proposals in which the prices obviously are unbalanced may be .rejected. The right is reserved to reject any and all proposals and waive any irregularity. 2-1.05 PROPOSAL FORM. All proposals must be made upon blank forms to be obtained he Purchasin Officer the form of which appears herein immediately following these special provisions. from t g ~ ~ er with his address. If the ro osal All proposals must give the prices proposed and must be signed by the bidd p p is made by an individual, his name, telephone number and post office address must be shown. If made by a firm or artnershi ,the name and post office address of each member of the firm or partnership must be p p shown. If made by a corporation, the proposal must show the names of the state under the laws of which the co oration was chartered and the names, titles, and business addresses of the president, secretary and treasurer. 2-1.06 BIDDER'S GUARANTEE. All bids shall be presented under sealed cover and shall be accom anied by a Proposal Guaranty made payable to the City of Bakersfield, for an amount equal to at least P ten ercent 10% of the amount of said bid, and no bid shall be considered unless such Proposal Guaranty is p ( } enclosed therewith. 2-1.07 REQUIRED LISTING OF PROPOSED SUBCONTRACTORS. Each proposal shall have listed therein the name and address of each Subcontractor to whom the bidder proposes to subcontract ortions of the work in the amount of 1/2 of one percent of his total bid or $10,000, whichever is P eater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of said Act related to the im osition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by P making unauthorized substitutions. 5 f i A sheet for listing the Subcontractors, as required herein, is included in the Proposal. Bidders are cautioned that this listing requirement is in addition to the requirement to provide a ' list of DBE Subcontractors after the opening of the proposals for projects utilizing Federal funds. 2-1.08 OMISSIONS IN SPECIFICATIONS AND DRAWINGS. Any materials or work mentioned in the s ecifications and not shown on the drawings or shown on the drawings and not mentioned in P the specifications shall be of the same effect as if shown or mentioned in both. Omissions from the drawin s or the specifications of the materials or details of work which are g manifestl or obviousl necessary to carry out the intent of the drawings and specifications or which are Y Y customaril furnished or erformed, shall not relieve the Contractor of his responsibility for furnishing such Y p omitted materials or erforming such omitted work; but shall be furnished or performed as if fully shown or P described in the drawings or specifications. 2-1.09 WITHDRAWAL OF PROPOSALS. Any bid may be withdrawn at any time prior to the time fixed in the ublic notice for the opening of bids by request for the withdrawal of the bid filed with p the Purchasin De artment. The request shall be executed by the bidder or his duly authorized representative. g P The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. Whether or not bids are o erred exactl at the time fixed in the public notice for opening bids, a bid will not be received after that time, p Y e fixed in the ublic notice for the opening of bids. nor may any bid be withdrawn after the tim p - LIC OPENING OF PROPOSALS. Proposals will be opened and read publicly 21.10 PUB at the time and lace indicated in the "Notice to Contractors." Bidders or their authorized agents are invited to P be present. 2-1.11 RELIEF OF BIDDERS. Attention is directed to the provisions of Public Contract ' 5107 inclusive concernin relief of bidders and in particular to the requirement therein, Code Sections 5100 to g . that if the bidder claims a mistake was made in his bid, the bidder shall give the Department written notice ' fter the o enin of the bids of the alleged mistake, specifying in the notice in detail how the within 5 days a p g mistake occurred. Public Contract Code Section 10285.1 {Chapter 376, Stats,1985) provides as follows: An state agency may suspend, for a period of up to three years from the date of Y conviction, any person from bidding. upon, or being awarded, a public works or services contract with the agency under this part or from being a subcontractor at any tier upon the contract if that erson, or any partner, member, officer, director, responsible p managing officer, or responsible managing employee thereof, has been convicted by a -court of com etent 'urisdiction of any charge of fraud, bribery, collusion, conspiracy, or p J an other act in violation of any state or federal antitrust law in connection with the Y biddin upon, award of, or performance of, any public works contract, as defined in g Section 1101, with any public entity, as defined in Section 1100, including for the u oses of this article, the Regents of the University of California or the Trustees of p~ the California State University. A state agency may determine the eligibility of any to enter into a contract under this article by requiring the person to submit a person statement under penalty of perjury declaring that neither the person nor any subcontractor to be engaged by the person has been convicted of any of the offenses referred to in this section within the preceding three years. A form for the statement required by Section 10285.1 is included in the proposal. 6 f f 2-1.12 DISQUALIFICATION OF BIDDERS. More than one proposal from an individual, firm, partnership, corporation, or combination thereof under the same or different names will not be considered. Reasonable grounds for believing that any individual, firm, partnership, corporation or combination thereof is interested in more than one proposal for the work contemplated may cause the rejection of all ro osals in which such individual, firm, partnership, corporation or combination thereof is interested. If there PP is reason for believing that collusion exists among the bidders any or all proposals may be rejected. Proposals in which the prices obviously are unbalanced may be rejected. 7 k h AWARD AND EXECUTION OF CONTRACT SECTION 3. 3-1.41 GENERAL. The award of the contract, if it be awarded, will be to the lowest responsible bidder. The lan ua a "responsible" refers to not only the attribute of trustworthiness, but also to the quality, g g fitness and capacity of low bidder to satisfactorily perform the proposed work. 3-1.02 -AWARD OF CONTRACT. The award of the contract, if it be awarded, will be made within fort -five 45 days after the opening of the proposals unless extension is approved by the lowest Y responsible bidder. 3-1.03 CONTRACT BONDS. The Contractor shall furnish two good and sufficient bonds ' red b an admitted suret insurer as set forth in Title XIV, Chapter 2, Article 6 of the, California Code of insu y Y . ivil Procedures. One of the said bonds shall guarantee the faithful performance of the said contract by the C ctor and shall be in an amount equal to one hundred percent (100%) of the contract price. The other of Contra the said bonds shall be in an amount of fifty percent (SO%) of the contract price and shall- guarantee payment to laborers mechanics and material workers employed on the job under the contract and shall be in the amount and satisfy the requirements specified in Section 3248 of the California Civil Code. whenever an surety or sureties on any such bonds, or on any bonds required by law for the y rotection of the claims of laborers and material men, become insufficient, or the City has cause to believe that P uch sure or sureties have become insufficient, a demand in writing may be made of the Contractor for such s ty further bond or bonds or additional surety, not exceeding that originally required, as is considered necessary, considerin the extent of the work remaining to be done. Thereafter no payment shall be made upon such . g contract to the Contractor or any assignee of the Contractor until such further bond or bonds or additional surety has been f urnished. . ON OF CONTRACT. The contract shall be signed by the successful bidder 31.04 EXECUTI and returned to ether with the contract bonds within ten (10) days, not including Sundays, after the bidder has g received notice that the contract has been awarded. No proposal shall be considered binding. upon the ' f the contract. All contracts shall be considered as being made and entered into in the City until the execution o City of Bakersfield, California. Failure to execute a contract and file acceptable bonds as provided herein within ten (10} days, not ' fter the bidder has received notice that the contract .has been awarded, shall be just cause including Sundays, a for the cancellation of the award and the forfeiture of the proposal guaranty. - TURN OF BIDDER'S GUARANTEES. within ten (10} days after the award of 31.05 RE the contract the Cit of Bakersfield will return any monies or form for deposit of money that are not to be Y nsidered in makin the award. All other proposal. guarantees -will be held until the contract has been finally co g executed, after which they will be returned to the respective bidders whose proposals they accompany. ~ 8 f SECTION 4 - BEGINNING ~OF ~VO:RK, TIME OF COMPLETION AND LI UIDATED DAMAGES Q ~-1.01 GENERAL. Attention is directed to the provisions of Section 8, Article 8-1.03, "Be 'nning of Work," Article 8-1.Ob, "Time of Completion" and Article 8-1.07, "Liquidated Damages," of the In Standard Specifications, and is specifically hereby made a part of these special provisions. The first aragraph of Section 8-1.03, "Beginning of Work," of the Standard Specifications, p is amended to read: The Contractor shall begin work within fifteen (15) days after receiving written notice to proceed. The Contractor shall diligently prosecute the same to completion before the expiration of 35 working days. Contract working days will commence from the date the Contractor begins work or the 15th calendar day from the date of the written notice to proceed, whichever comes first. The Contractor shall pay to the City of Bakersfield the sum of $200.00 per day for each and every calendar. day's delay in finishing the work in excess of the number of working days prescribed above. Full com ensation for conforming to the requirements of above paragraph shall be considered as p 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 ar dates the electrical materials will be .shipped. No work shall begin on the project without prior written approval of the Engineer until all. components necessary for operation. of the signal system are on hand. The Contractor will be granted an extension of .time and will not be assessed with ,liquidated damages or the cost of engineering and inspection for an ortion of the dela in completion of the work caused by manufacturing time should approval be given yP y to begin- prior to delivery of all signal system components. The number of days extension shall be the working da s between the date as determined according to Special Provisions, Article 4-1.01, and the date of receipt of Y all components as determined by the Engineer. Upon receipt of all components, the Contractor shall notify the Engineer. in writing and the Engineer will order start of work in writing. 9 SECTION 5 -GENERAL 5=1.01 STATE CONTRACT ACT NOT APPLICABLE. Sections 1-1.40, "State Contract " d 9-1.10 "Arbitration," of the Standard Specifications are deleted. This contract is not governed by the Act, an visions of the State Contract Act. The adoption and use of the Standard Specifications in the performance pro e work called for in this contract shall not be construed as an election by the City to proceed under of th 'on 2039b of the Public Contract Code. In the event that a dispute arises between the parties, they are not Sects ' ed to submit the matter to arbitration in any form (although they may do so upon written agreement). obhgat 5-1.02 ALTERATION IN QUANTITY OF WORK. Increases or decreases in work in an amount of $10,000 or which, together with all other previously approved change orders for that exceed g ct exceeds twent -five ercent (25%) of the original contract amount, must be authorized by the City contra y p Council. -1.03 CONTROL OF WORK. Control of work shall conform to the provisions in Section S, 5 "CONTROL OF WORK," of the Standard Specifications and these special provisions. ' " d Workin Drawin s", of the Standard Specifications is amended by adding Section 5-1.02 Plans an g g the following paragraph after the fourth paragraph: Workin drawin s or Tans for any structure not included in the plans furnished by the Engineer g g p shall be a roved b the Engineer before any work involving these plans shall be performed, unless pp Y approval is waived in writing by the Engineer. Section 5-1.07 "Lines and Grades" of the Standard Specifications is amended by adding the following paragraph after the first paragraph: Three consecutive oints shown on the same rate of slope must be used in common, in order to p detect an variation from a straight grade, and in case any such discrepancy exists, it must be Y re orted to the Engineer. If such a discrepancy is not reported to the Engineer, the Contractor p shall be responsible for any error in the finished work. The second ara ra h in Section 5-1.07, "Lines and Grades" of the Standard Specifications is p g p amended to read: When the Contractor requires such stakes or marks, he shall notify the Engineer of his re uirements in writin a reasonable length of time in advance of starting operations that require q g such stakes or marks. In no event, shall a notice of less than 24 hours be considered a reasonable length of time. ' "section" of the Standard S ecifications is amended by adding the following Section 5-1.08, In p p paragraph after the first paragraph: Whenever the Contractor varies the period during which work is carried on each day, he shall give due notice to the En sneer, so that proper inspection may be provided. Any work done in the g absence of the Engineer will be subject to rejection. -1.04 PREVAILING WAGES. Pursuant to Chapter 1 of Part 7 of Division 2 of the Labor 5 encin with Section 1720 ,Contractor agrees that in performing said work, by himself or through Code (comm g ~ ~ week's work and an subcontractor, e1 ht hours' labor shall be a day s work and forty hours labor shall be a , Y g tractor shall kee an accurate record showing the name and actual hours worked for all workers that Con p to ed in said work, and that said record shall be kept open at all reasonable hours for inspection pursuant emp y ' 12 of the Labor Code. The Contractor and all Subcontractors shall pay not less than the general to Section 18 ' 'n rate of er diem wa es and the general prevailing rate for holiday and overtime to all workers prevaili g p g 10 em to ed in the construction of this project. The prevailing rate for each craft, classification or type of work is PY determined b the Director of the California Department of Industrial Relations, and his schedule of prevailing Y rates is on file and available for inspection in the Public Works Department. The schedule is incorporated herein b this reference. The City shall have the right to inspect payroll records during normal working hours Y and shall have the ri ht to question workers at any time concerning the wages being paid. Contractor shall not g interfere in an wa with the City's right to investigate conformance with the wage provisions of this contract. Y Y Contractor shall forfeit to the City for each worker employed for each calendar day or portion thereof a. FIFTY DOLLARS ($50) pursuant to Section 1775 of the Labor Code, per worker paid less than the amount to which he is entitled under said general prevailing rate of wages; and b. TWENTY FIVE DOLLARS {$25) pursuant to Section 1813 of the Labor Code, per worker re uired to work more than eight (8) hours per day or more than forty (40) hours per week, q except as provided in Section 1815 of the Labor Code. 5-1.05 PAYROLL RECORDS. The fourth paragraph in Section 7-1.01A(3), "Payroll Records," of the Standard Specifications is deleted and shall not apply to this contract. 5-1.06 LABOR NONDISCRIMINATION. Attention is directed to Section 7-1.01A(4), "Labor Nondiscrimination," of the Standard Specifications and these special provisions. lso directed to the re uirements of the California Fair Employment and Housing Attention is a q Act Government Code Sections 12900 through 12996), to the regulations promulgated by the Fair o the nondiscrimination, affirmative action Employment and Housing Commission to implement said Act, .and t and equal employment opportunity requirements in the special provisions. 5-1.07 APPRENTICES. The Contractor's attention is directed to ,Article 7-1.01A(5), " " of the Standard S ecifications. All Contractors and Subcontractors shall comply with the Apprentices, p revisions of Labor Code Sections, 1777.5,1777.b, and 1777.7 relatrng to the employment of apprentices. P Contractor does not have a union contract which provides for.apprentices, the Contractor If the and all Subcontractors shall submit one of the following: f a "RE VEST FOR AN APPLICATION FOR A CERTIFICATE OF APPROVAL 1. A copy o Q all be TO EMPLOY AND TRAIN APPRENTICES ON PUBLIC WORKS." This request sh submitted to the local Department of Industrial Relations, Division of Apprenticeship Standards on the Contractor's and each Subcontractor's letterhead or DAS 140, enclosed with these specifications. 2. A co of an approval to employ and train apprentices from the local Department of pY Industrial Relations, Division of Apprenticeship Standards. 3. Proof of a Collective Bargaining Agreement with the Joint Apprenticeship Committee providing for apprentices. One of the above shall be submitted by the low bidder to the City of Bakersfield Purchasing Division, within two (2) working days following the bid opening. 11 5-1.08 TRENCH SAFETY. The Contractor shall comply with Section b705 of the Labor Code which provides that the Contractor's responsibility shall be as follows: If the contract price for the project includes an expenditure in excess of TWENTY-FIVE THOUSAND DOLLARS ($25,000) for excavation of any trench or trenches five feet or more in depth, the Contractor or his Subcontractor shall not begin any trench excavation unless a detailed plan, showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during the excavation of the trench, has been submitted by the Contractor to the City Engineer and the detailed plans has been approved by the City Engineer. If such plan varies from the shoring system standards established by the Construction Safety Orders of the Division of Industrial Safety, the plan shall be prepared by a Registered Civil or Structural Engineer. Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective , system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. The terms "Public Works" and "Awarding Body," as used in this section, shall have the same meaning as in Labor Code Sections 1720 and 1722 respectively. 5-1.09 SOUND CONTROL REQUIREMENTS. Sound control shall conform to the provisions in Section 7-1.01I, "Sound Control Requirements," of the Standard Specifications and these special provisions. The noise level from the Contractor's operations, between the hours of 9:00 P.M. and 6:00 A.M., shall not exceed 86 dbA at a distance of SO feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by .safety laws for the protection of personnel. Full compensation for conforming to the requirements of this section shall be considered as included. in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 5-1.10 PERMITS AND LICENSES. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work from any and all governmental organization which require such permits, licenses or fees. The Contractor shall procure a business license in the City of Bakersfield. 5-1.11 WORKING HOURS. Contractor shall limit his field working hours from 7:00 A.M. to 4:30 P.M. Monday through Friday. Any deviations must be requested and in writing and directed~to the Construction Engineer at the Pre-Job Conference. Written approval from the Construction Engineer is required for. work beyond these limits. Any time work proceeds, which requires inspection services for more than an eight (8) hour work day, or on holidays or weekends, the Contractor will be charged 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 12 Bakersfield which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. 5-1.13 CONTRACTOR'S INSURANCE. The Contractor shall not commence work under this contract until he has obtained all insurance required under this section and the required certificates of insurance have been filed with and approved by the City Risk Manager and the Public Works Department, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until said certificates of insurance have been filed and approved by the City Risk Manager and the Public Works Department. Contractor shall be responsible for any deductibles under all required insurance policies. 5-1.13A HOLD HARMLESS. The Contractor shall save, hold harmless and indemnify the City, its officers, agents, employees and volunteers from all claims, demands, damages, judgments, costs or expenses in law or equity that may at any time arise from or related to any work performed by the Contractor, his agents, employees or subcontractors under the terms of this agreement and shall execute and return with the executed contract documents and bonds the "Hold Harmless Agreement," a copy of which is attached hereto. 5-1.13B INSURANCE. In addition to any other form of insurance or bond required under the terms of this agreement and specifications, the Contractor shall procure and maintain for the duration of this agreement the following types and limits of insurance: Automobile liability insurance, providing coverage on an occurrence basis for bodily injury, including death, of one or more persons, property damage and personal injury, with limits of not less than one million ($1,000,000) 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 liabilit olicies shall provide contractual liability coverage for the terms of this agreement. YP The liability policies shall contain an additional insured endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers; Workers' com ensation with statuto limits and em to er's liabilit insurance with limits of not less than one million ($1,000,000) per accident. The workers' compensation policy shall contain a waiver of subrogation endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers. All olicies re uired of the Contractor hereunder shall be primary insurance as respects the City, P q its mayor, council, officers, agents, employees and volunteers and any insurance or self-insurance maintained by the City, its mayor, council, offices, 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 (30) 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 13 or on behalf of the subcontractors to cover their operations. The insurance required under this agreement shall be maintained until all work required to be performed under the terms of this agreement is satisfactorily completed as evidenced by formal acceptance by the City. All costs of insurance required under this agreement shall be included in the Contractor's bid, and no additional allowance will be made for additional costs which may be required by extension of the insurance policies. 5-1.14 CONTRACTOR'S AUTHORITY. At the preconstruction meeting, the Contractor shall provide the City with the foreman's or superintendent's name who will be in charge of this project. 5-1.15 DAMAGE BY STORM, FLOOD, TIDAL WAVE OR EARTHQUAKE. Section 7-1.1G5, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications is deleted and shall not apply to this contract. 5-l.lb 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 Ci Ordinance regulating the use of public streets within the City, except as otherwise provided herein. tY The Contractor shall inform himself as to all regulations and requirements of the City Engineer and Superintendent of Streets of the City of Bakersfield and shall conduct his operations in compliance therewith. 5-1.17 RIGHT OF WAY. The right of way for the work to be constructed will be provided by the City. The Contractor shall make his own arrangements, and pay all expenses for additional area required by him outside of the limits of right of way unless otherwise provided in the special provisions. 5-1.18 SUSPENSION OF CONTRACT. If at any time in the opinion of the City Council, the Contractor has violated any terms of this contract, failed to supply an adequate working force, or material of .proper quality, or has failed in any other respect to prosecute the work with the diligence and force specified and intended in and by the terms of the contract, notice thereof in writing will be served upon him, and should he neglect or refuse to provide means for a satisfactory compliance with the contract, as directed by the Engineer, within the time specified in such notice, the City Council in any such case shall have the power to suspend the operation of the contract. Upon receiving notice of such suspension, the Contractor shall discontinue said work, or such parts of it as the City Council. may designate. Upon such suspension, the Contractor's control shall terminate, and thereupon the City Council, or its duly authorized representative; may . employ other parties to carry the contract to completion, employ the necessary workmen, substitute other machinery or materials, and purchase the materials contracted for, in such manner as the Engineer .may deem proper; or the City Council may annul and cancel the contract and re-let the work or .any part thereof. Any excess of cost arising therefrom over and above the contract price will be charged against the Contractor and his sureties, who will be liable therefor. In the event. of such suspension, all money due the Contractor or retained under the terms of this contract shall be forfeited to the City; but such forfeiture will not release the contractor or his sureties from liability or failure to fulfill the contract. The Contractor and his sureties will be credited with the amount of money so forfeited toward any excess of cost over and above the contract price, arising from the suspension of the operations of the contract and the completion of the work by the City as above provided, and the Contractor will be so credited with any surplus remaining after all just claims for such completion as determined by the Engineer have been paid. In the determination of the question whether there has been any such non-compliance with the contract as to warrant the suspension. or annulment thereof, the decision of the City .Council shall be binding on all parties to the contract. 14 5-1.19 TEMPORARY SUSPENSION OF WORK, The Engineer shall have the authorit to sus end the work wholly or in part, for such period as he may deem necessary, due to unsuitable Y P 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 , 'ven or to erform any provisions of the work. The Contractor shall immediately obey such order of the In ~ p 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.Ob, "Partial Payments," and 9-1.07, "Pa ment After Acceptance," of the Standard, Specifications and these special provisions. Y 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 9-1.07B, "Final Payment and Claims," of the Standard Specifications, the following shall apply: The Cit may withhold funds, or because of subsequently discovered facts, nullify the whole or Y an art of any certificate for payment, to such extent as may be necessary to protect the City YP from loss due to causes including but not limited to the following: a. Defective work not remedied; b. Claims filed or information reasonably indicating probable filing of claims; c. Failure of Contractor to make payment due for materials and/or labor; d. Information causing reasonable doubt that the contract can be completed for any unpaid balance; e. Damages to another Contractor; and f. Breach of any terms of this contract. When an and all such causes are removed, certificates shall be issued for amount withheld. Y The fifth ara ra h in Section 9-1.07B, "Final Payment and Claims," of ;the Standard P g P Specifications is amended to read: 'The Director will make the final determination of .any claims which remain in dispute after com letion of claim review. Aboard or person designated by said Director will review such P claims and make written recommendation thereon. The Cit Engineer shall,. after the completion of the contract, make a final estimate of the y mount of work done thereunder, and the value of such work, and the City shall pay the entire sum so found a to be due after deductin therefrom all previous payments and all amounts to be kept and all amounts to be g retained under the rovisions of the contract. All prior partial estimates and payments shall be subject to P correction in the final estimate and payment. The final payment shall not be due and payable until the ex iration of thirt 30 days from the date the "NOTICE OF COMPLETION" is recorded at the County P y ~ ~ RANTEE when Recorder's Office and after execution and return by the Contractor of the attached GUA applicable. It is mutually agreed between the parties to the contract that no certificate given or payments made under the contract except the final certificate or final payment, shall be conclusive evidence of the 15 performance of the contract, either wholly or in part, against any claim of the party of the first part, and no a went shall be construed to be an acceptance of any defective work or improper materials. PY And the Contractor further agrees that the payment of the final amount due under the contract, and the ad'ustment and a ment for any work done in accordance with any alterations of the same, shall ~ pY release the City, the City Council, and the Engineer from any and all claims or liability on account of work performed under the contract or any alteration thereof. 5-1.22 INCREASED OR DECREASED QUANTITIES. The word "compensation" in the following paragraphs of the Standard Specifications is replaced with the words "unit price": Third paragraph of Section 18-1.05, "PAYMENT". Fourth paragraph of Section 24-1.11, "PAYMENT'. Eleventh paragraph of Section 39-8.02, "PAYMENT'. 5-1.23 HAZARDOUS MATERIALS. The Contractor shall be held responsible for his workers and subcontractor's well-being and their education of handling hazardous materials when hazardous materials are encountered during this project. . 16 SECTION 6 C (JNTROL OF MATERIALS 6-1.01 GENERAL. Control of materials shall conform to the provisions in Section 6, "Control of Materials," of the Standard Specifications and these special provisions. At the option of the Engineer, the source of supply of each of the materials shall be approved by the En ineer before delivery is started and before such material is used in the work. Representative preliminary g sam les of the character and quality prescribed shall be submitted by the contractor or producer of all P 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 recd ized standards of national organizations, and such special methods and tests as are prescribed in the specifications. 6-1.02 BORROW, DISPOSAL AND MATERIAL SITES. The operation of any borrow or dis osal sites used b the Contractor to produce or dispose of material for this project shall comply with the p Y re uirements in the Standard Specifications and these special provisions. All provisions for water pollution, and q sound control that apply within the limits of the contract shall apply to all borrow or disposal sites utilized by the Contractor. on com letion of the work, all such sites and haul roads shall be graded and treated so that, at Up p the time of final ins ection of the contract, they will drain, will blend with surrounding terrain, .and will have a p otential as a source of blowing dust or other pollution which is no greater than when in their original p condition. If the Contractor obtains necessa permits for borrow, disposal or material sites from the rY authorit Navin 'urisdiction or from the appropriate pollution control boards and such permits contain y gJ re uirements which conflict with the requirements in the first and second paragraphs of this section, the q re uirements of the ermits shall govern over the conflicting requirements of this section provided the permit q p . requirements have been approved by the Engineer. Full com ensation for complying with the requirements for borrow, disposal and material sites in p 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 'ficates of Com fiance of the Standard Specifications, the Engineer may permit the use of certain d-1.07, Certi p materials or assemblies, prior to sampling and testing, if accompanied by a Certificate of Compliance. 17 CTION 7. CONSTRUCTION DETAILS SE SECTION 7-1 GENERAL 7-1.01 ORDER OF WORK. Order of work shall conform to the provisions in Section 5-1.05, "Order of Work," of the Standard Specifications and these special provisions. All stri in removal shall be completed a minimum of 2 days prior to signal being placed into Pg o eration. Pavement delineation shall be replaced by temporary delineation before opening the traveled way to p ' traffic. Tem ora delineation shall consist of reflective traffic line tape applied in pieces not less than 4 public p ry ' ches lon nor less than 4 inches wide spaced no more than 10 feet apart on curve nor more than 20 feet m g a art on tan eats. Reflective traffic line tape shall be applied in accordance with the manufacturers p g instructions. Tem ora delineation shall be the same color as the permanent delineation. Full compensation P rY ora delineation shall be considered as included in the prices paid for the contract items of work that for temp ry obliterated the existing delineation and no separate payment will be made therefor. When initiall installed, all vehicle and pedestrian signal faces shall be aimed and covered with Y cardboard or other material with an observation hole (max. 1" dia.) in front of each signal indication. The main in lace until all si nal operations have been checked and signal is placed into operation. covers shall re p g 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. For accessibility purposes, all sidewalk and handicap ramp installation at and around the oller must be com leted for a minimum of two days prior to signal turn on and commencement of the contr p .Functional Test. 7-1.02 OBSTRUCTIONS. Attention is directed to Section 5-1.10, "Utility and Non-Highway Facilities," of the Standard Specifications, the plans, and the special provisions. e Contractor will be re uired to work around public utility facilities and other improvements Th q at are to remain in lace within the construction area or that are to be relocated and relocation operations th p t been com leted. In accordance with the provisions of Article 7-1.11,"Preservation of Property, and have no p tandard S ecifications, the Contractor will be liable to owners of 7-1.12, Responsibility for Damage, of the S p facilities and im rovements for any damage or interference with service resulting from conducting his such p ' s. The exact location of underground facilities and improvements within the construction area shall be operation certained b the Contractor before using equipment that may damage such facilities or interfere with the as y services. Other forces may be engaged in moving or removing utility facilities or other improvements or . • maintainin services or utilities. The Contractor shall cooperate with such forces and conduct his operations in g manner as to avoid an unnecessary delay or hindrance to the work being performed by other such such a Y forces. An dela to the Contractor due to utility relocation whether or not the utility is shown or Y Y rrectl located on the Tans will not be compensated for as idle time. However, additional contract time co y p commensurate with such delays may be allowed. Prior to commencement of any phase of construction involving landscaping or irrigation systems, ontractor shall contact the City Parks Division at 326-3117 for the purpose of ascertaining the locations the C and current o erational status of all landscape irrigation wiring, mainlines, laterals and other facilities. p e shall be taken to minimize damage to existing irrigation systems and plant materials. Due car actor shall be res onsible for repairing and reconnecting severed or damaged lines and/or wiring and The Contr p lant material at his own cost. In the event of interruption of irrigation operations replacement of damaged p ue to dama e b the Contractor, the Contractor shall be responsible for maintaining the health of plant d g y 18 material in the area for the duration of irrigation interruption. 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 work, full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for the various items of work and no additional compensation will be made therefor. 7-1.03 MAINTAINING TRAFFIC. The Contractor shall furnish, install and maintain signs, lights, flags and other warning and 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 re uirements set forth in the current "Manual of Traffic Controls -Warning Signs, Lights, and Devices for Use in q Performance of Work Upon Highways," published by the State of California, Department of Transportation. Application and use of devices shall be as specified and as directed by the Engineer. The Contractor shall keep the Bakersfield Fire Department informed at all times as to the exact location and progress of the work and shall notify them immediately of any streets impassable for fire fighting equipment. The sixteenth and nineteenth paragraphs of Section 7-1.08, "Public Convenience," of the Standard .Specifications, shall be amended to read as follows: Construction operations requiring lane closures shall be actively in progress only between the hours indicated below, Monday through Friday, except legal holidays. Street Direction of Travel H- 19TH STREET BOTH 8:30 - 4:30 L STREET BOTH 8:30 - 4:30 Where construction o erations are actively in progress, a minimum of one traffic lane shall ~be open for P use by public traffic. Where construction operations are not actively in progress not less than two such lanes shall be open for use by public traffic. Public traffic may be permitted to use the shoulders and, ifhalf-width construction methods are used, may also be permitted to use the side of the roadbed opposite to the one under construction. No additional compensation will be allowed for any shaping of shoulders necessary for the accommodation of public traffic thereon during paving operations. In order to expedite the passage of public traffic through or around the work and where ordered by the En ineer, the Contractor shall, at his own expense, furnish, install and maintain construction area signs, lights, g flares, temporary railing (Type K), barricades, and other facilities for the sole convenience and direction of public traffic. Also, where directed by the Engineer, the Contractor shall furnish competent flagmen whose sole duties shall consist of directing the movement of public traffic through or around the work. When deemed necessary by the Ci ,the signs "Road Construction Ahead," No. C-18, and "End Construction," No. C-13, shall be furnished, tY 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. 19 PAYMENT. Full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for various items of work and no additional allowance will be made therefor. 7-1.04 TRAFFIC DELINEATION. Immediately after any construction where delineation is obliterated or when directed by the Engineer, replace all obliterated pavement delineation with temporary delineation during the same work period, and in no case later than 7:30 a.m. following such work period. 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 must be the same color as the permanent delineation. Remove temporary delineation applied to asphalt concrete patches immediately prior to applying asphaltic emulsion tackcoat for asphalt concrete overlay. A striping plan will be made available to the Contractor when traffic delineation is to be modified by the City. PAYMENT. Full compensation for traffic delineation shall be considered as included in the prices paid for the various items of work, and no separate payment will be made therefor. 7-1.05 EXISTING HIGHWAY FACILITIES. The work performed in connection with various existing facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special .provisions. Existing City highway signs and street markers shall remain the property of the City. Such signs and street markers shall be relocated and maintained during construction so as to convey the same intent that existed prior to construction. Existing City highway signs and street markers shall be placed in their permanent position by the Contractor's forces rior to completion Hof construction. Signs removed from the project area shall be delivered to P the City Corporation Yard at 4101 Truxtun Avenue. PAYMENT. Full compensation for conforming to the requirementsof the two precedingparagraphs shall be considered as included in the prices paid for the various items of work and no additional allowance will be made therefor. 7-1.06 CLEARING AND GRUBBING. Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these special provisions. Clearing and grubbing shall be limited to those areas actually affected by the planned construction as directed by the Engineer. 7-1.07 DUST CONTROL. It shall be the Contractor's responsibility to prevent a dust nuisance from on 'natin from the site of the work as a result of his operations, or the travelingpublic, during the effectiveperiod ~ g of this contract. Preventative measures to be taken by the Contractor shall include but shall not be limited to the following: 1. Water shall be applied to all unpaved areas as required to prevent the surface from becoming dry C enough to permit dust formation. 2. Paved surfaces over which vehicular traffic is permitted to travel shall be kept free of dirt. 20 Tem ora suspension of the work, either as a result of order by the Engineer, or as a result of conditions p rY be and the control of the Contractor shall not relieve the Contractor from his responsibility for dust control asset Y forth herein. PAYMENT. Full compensation for conforming to the requirements of this article shall be considered as included in the ricer paid for the various contract items of work and no additional compensation will be p allowed therefor. 7-1.08 REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS. Traffic stripes and avement markings to be removed will be as shown on plans and as designated by the Engineer. p Traffic stri es and pavement markings shall be removed to the fullest extent possible from the pavement p b an method that does not materially damage the surface or texture of the pavement or surfacing; Where blast Y Y cleanin is used for the removal of painted traffic stripes and pavement markings, the area shall be shielded so that g no material from the blasting operation is allowed to enter the area that is open to public traffic. Sand or other material de osited on the avement as a result of removing traffic stripes and markings shall be removed as the p p, work ro esses. Accumulations of sand or other materialwhich might interfere with drainage or might constitute P a hazard to traffic will not be permitted. Traffic stripes shall be removed before any change is made in the traffic pattern. Blast cleanin for removal of traffic stripes shall be feathered out to irregular and varying widths. Pavement g markin s shall be removed b .blast cleaning a rectangular area, rather than just lettering or markings, so the old g y message cannot be identified. After removal of traffic stripes and pavement markings, a fog seal coat shall be applied in conformance with the rovisions in Section 37, "Bituminous Seals," of the Standard Specifications and the following: p In traffic stri a removal areas, the fog seal coat shall be applied over the traffic stripe removal area and p to irre ular and va in widths with an average width of 2 feet on each side of the blast cleaned traffic stripe g rY g removal area. In avement markin removal areas, the fog seal coat shall be applied to the blast cleaned rectangular area. p g Full com ensation for furnishing and applying fog seal coat as specified herein shall be considered as p included in the contract rice paid per square foot for removal of traffic stripe and pavement marking and no p separate payment will be made therefor. Nothin in these s ecial provisions shall relieve the Contractor from his responsibilities as provided in g p Section 7-1.09, "Public Safety," of the Standard Specifications. MEASUREMENT AND PAYMENT. Quantities of traffic stripe removed will be determined by the width of the stri a lus O.d7-foot multiplied by the length of the stripe. The space between double traffic stripes pp will be measured as ainted traffic stripe. Quantities of pavement markings removed will be determined by the p actual size of the rectangle measured in square feet. Removin of traffic stripes will be paid for at the contract unit price per square foot for the actual area g of authorized stripe removal. i The contract unit rice aid per square foot of Striping & Marking Removal shall include full p P com ensation for furnishin all labor, materials, tools, equipment, signs and for doing all work necessary for p g removing existing striping as shown on plans and as directed by the Engineer. 21 7-1.09 TRAFFIC STRIPES AND PAVEMENT MARKINGS. Traffic Stripes and Pavement markings shall be thermoplastic and shall conform to Section 84-2, "Thermoplastic Traffic Stripes and Pavement Markings," of the Standard Specifications, and these special provisions. The first sentence of Section 84-2.01 "Materials" shall be revised to read: The thermoplastic materials shall conform to State Specification 8010-21C-19. MEASUREMENT. Traffic Stripes will be measured by the lineal foot of Striping Detail specified. Striping Details are referenced in the bid items, the plans and the Standard Plans. 7-1.10 ROADSIDE SIGNS. Roadside signs shall conform to the provisions in Section 56-2, "Roadside Signs," of the Standard Specifications and these special provisions. Miscellaneous roadside signs shall conform to City Standard T-19. Where sign posts are placed within concrete sidewalk the sidewalk shall be core drilled. Roto hammering or other similar methods will be permitted provided that the perimeter of the damaged area is sawcut to the limits required to form a neat finish as directed by the Engineer. Signs shall be installed as shown on the plans. Sign panels shall be mounted on posts with Hawkins M2G series bolt and vandal proof nut assembly or equal. Roadside signs installed per Std. T-19 shall be located within sidewalk 6" from back. Signs mounted on signal or other poles shall be attached with stainless steel strap and vandal proof bolt and nut assembly. W_g and Regul_, ator_y signs panels shall be mounted on posts with Hawkins M2G series bolt and vandal proof nut assembly or equal. Roadside signs installed per Std. T-19 shall be located within sidewalk 6" from back. Signs mounted on signal or other poles shall be attached with stainless steel strap and vandal proof bolt and nut assembly. Installation of one or more sign panels mounted on a single past shall be counted as one roadside sign (GSP Post). 7-1.11 OVERHEAD SIGNS. Overhead signs shall conform to the applicable provisions in Section 56, "Signs," of the Standard Specifications and these special provisions. Non-illuminated street name signs will 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 with the plans and these special provisions. Compensation for overhead signs shall be considered included in the respective contract lump sum price or prices for signal, flashing beacon, or combination thereof and no additional compensation will be allowed therefor. 22 .SECTION 7-2 TRAFFIC SIGNALS AND LIGHTING 7-2.01 FOUNDATIONS. Foundations shall conform to the provisions in Section 86-2.03, "Foundations," of the Standard Specifications and these special provisions. The Contractor shall furnish the anchor bolts, nuts and washers to be used for new foundations and shall furnish the appropriate nuts and washers for existing foundations to be reused. When foundations are to be abandoned as shown on the plans the last paragraph of Section 86-2.03, "Foundations", shall be amended to read: When foundations are to be abandoned, the top of foundation, anchor bolts, and conduits shall be removed to a depth of not less than 3-feet below the surface of sidewalk or unimproved ground. The resulting hole shall be backfilled with material equivalent to the surrounding material. 7-2.02 STANDARDS, STEEL PEDESTALS AND POSTS. Standards, steel pedestals and osts shall conform to the provisions in Section $6-2.04, "Standards, Steel Pedestals and Posts", of the Standard p Specifications and these special provisions. A pull rope shall be installed in all mast arm poles with luminaires from the hand hole at the base of the pole up through the luminaire arm to the luminaire. The pull rope shall be nylon or polypropylene with a minimum tensile strength of S00 pounds. At least 2 feet of pull rope shall be doubled back into the pole or arm at each termination. 7-2.03 CONDUIT. Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions. Conduits may be installed by either jacking/drilling or open trench methods except where a specific method is re uired on the plans. "Trenching in Pavement Method" for installation of conduit in pavement, q except in paved medians, shall conform to the following specifications: 1. Conduit shall be rigid non-metallic type. Conduit shall be placed under existing pavement in a trench not to exceed 6 inches in width. Trench shall be cut using a rock saw and all loose uncompacted material shall be removed from the bottom of the trench prior to placement of conduit. The trench shall have a minimum depth of 18 inches below finished grade. 2. The conduit shall be laced in the bottom of the trench and the trench shall be backfilled with a P one (1} .sack slurry cement backfill. Slurry cement backfill shall be placed to within 0.20 feet of the pavement surface. The top 0.20 feet shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. 3. Prior to spreading asphalt concrete, paint binder shall be applied as specified in Section 39-4.02, "Prime Coat and Paint Binder," of the Standard Specifications. Spreading and compacting of as halt concrete shall be performed by any method which will produce an asphalt concrete surface p of uniform smoothness, texture, and density. 4. All excavated areas in the pavement shall be backfilled except for the top 0.20 foot, by the end of each work day. The top 0.20 foot shall be placed within three (3) working days after trenching. Temporary roadmix or other acceptable temporary surface will be allowed on the top 0.20 feet until such a time as the permanent asphalt surface is placed. Conduits installed under sidewalk will be jacked or drilled. Remove and replace complete sidewalk anels to nearest seam or scoreline if pits in sidewalk area for jacking/drillingare necessary. Removal and p 23 replacement of entire sidewalk area for jacking/drillingpfts is also allowed. Dependent upon adverse soil conditions or other circumstances encountered at the time of construction, the Engineer may specify which of the above methods may be used. 7-2.44 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. 7-2.05 CONDUCTORS AND wiRiNG. Conductors and wiring shall conform to the provisions in Section 8d-2.08, "Conductors," and Section 86-2.09, "Wiring," of the Standard Specifications and these special provisions. CONDUCTORS -The Contractor shall use multi-conductor electrical cables for all circuits except lighting, camera detection and between the service point and controller cabinet. Conductors shall be spliced by the use of "C" shaped compression connectors as shown on Standard Plan ES 13. Splices shall be insulated by "Method B." The optical detector cable (3-M Opticom Model 138 or equal) shall have four conductors of AWG #20 728) stranded individually tinned drain wire to provide signal integrity and transient protection. The ( individually tinned copper, color-coded insulation shall be as follows a. Orange for delivery of optical detector power b. Negative return wire for optical detector power c. Yellow for optical detector signal #1 d. Blue for optical detector signal #2 7-2.46 SERVICE. Service shall conform to the provisions in Section 86-2.11, "SERVICE", of the Standard Specifications and these special provisions. Service pedestal is existing Type III-BF, per Caltrans Standard Plan ES-2E, and shall be furnished with the contractor shall furnish the following circuit breakers: a No. Amps Phase Volts Branch Me- 1 50 1 110 Traffic Signal Yes 2 30 1 110. Lighting No The Engineer will arrange with the serving utility to complete service connections to service points shown on the plans and will .pay all required costs and f ees required by the utility. 7-2.47 TESTING. Testing shall conform to the provisions in Section 86-2.14, "Testing," of the Standard Specifications and these special provisions. The signal shall not be placed in flashing mode, with signal faces uncovered, prior to Functional 24 I Testing. FUNCTIONAL TESTING. All functional testing shall conform to the provisions is Section 86 2.14C "Functional Testing," of the Standard Specifications and the following paragraph: Functional test period is included in the number of working days to complete the project as described in SECTION 4, "BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES" of these special provisions. 7-2.08 SIGNAL FACES AND SIGNAL HEADS. Signal faces, signal heads and auxiliary equipment, as shown on the plans, and the installation thereof, shall conform to the provisions in Section 86-4.01, "Vehicle Signal Faces," 86-4.02, "Directional Louvers," 86-4.03, "Backplates"and 86-4.06, "Signal Mounting Assemblies," of the Standard Specifications and these special provisions. Housing, visors, directional louvers and backplates shall not be structural plastic. All lamps for traffic signal units shall be furnished by the Contractor. All signal faces shall be provided with 12-inch sections. The fourth sentence of the first paragraph of Section 86-4.06, "Signal Mounting Assemblies," of the Standard Specifications, shall be amended to read, as follows: Post top slip-fitters and terminal compartments shall be cast bronze or hot-dip galvanized ductile iron. 7-2.09 PEDESTRIAN SIGNALS. Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestrian Signal Faces," of the Standard Specifications and these special provisions. Type G. Each Type G pedestrian signal shall consist of a housing with front screen, a message plate and two light sources, each consisting of luminous tubing and power supplies for the luminous tubing. The message plate shall be 118 inch nominal thickness ultraviolet-stabilized, prismatic-patterned polycarbonate plastic; 3116 inch nominal thickness hammered wire-glass; or 3116 inch nominal thickness ultraviolet-stabilized, prismatic-patterned acrylic plastic. The message plates shall have aflat-black surface over the entire projected area except where the symbols are located.. The material used to mask the message plate shall be hard and durable and shall bond such that it will not flake or peel when the message plate is in use or is washed. The symbols shall be the only illuminated .portion of the message plate. t The message plate shall be sealed to a polycarbonate case to form a dust tight and weatherproof module. The module shall contain and properly support the luminous tubing and power supplies. Each light source ,shall have a separate power supply. Each power supply shall require less then 36 watts with a power factor of not less than 90 percent over a range of input voltages from 105 to 130, at a frequency of 60 + 1 Hz. Each symbol shall be not less than 11 inches high and not less than 7 inches wide. Pedestrian signals shall have front screens conforming to the provisions in Section 86-4.OSB, "Front Screen", of the Standard Specifications. 7-2.10 LUMINAIRES. Luminaires shall conform to the provisions in Section 86-6.01, "High Intensity-Discharge Luminaires," of the Standard Specifications and these special provisions. 25 Luminaires shall be furnished with high pressure sodium lamps and .integral ballasts with lamp wattage as shown on the plans. An in-line fuse shall be located in the pull box. 7-2.11 PHOTOELECTRIC CONTROLS. Photoelectric controls shall conform to the provisions in Section 86-6.07, "Photoelectric Controls", of the Standard Specifications and these special provisions. Each luminaire shall be provided with a Type IV photoelectrical control. 7-2.12 CONTROLLERS, CABINETS AND AUXILIARY EQUIPMENT. The City will furnish the controller and cabinet assembly for each location. The central pad on the Foundation Detail in State Standard Plan ES-4B shall be increased from a height of 3.5" to a height of 12". The City will furnish optical detectors. 7-2.13 DETECTORS. Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Standard Specifications and these special provisions. Location and layout of detector loops shall be as directed by the Engineer. CONSTRUCTION MATERIALS: Loop detector lead-in cables shall conform to the provisions in Section 86-5.01A (4), "Construction Materials," of the Standard Specifications and these special provisions. .Loop detector lead-in cables shall be Type B, and shall conform to the following: Loop wires in the pull box shall be twisted at a minimum rate of 5 turns per foot, and the splice must be soldered- and completely waterproof. Connect one end of the shield to earth ground (at cabinet) and insulate the other end with no possible path to earth ground. All spade connectors used to attach to terminals inside the controller cabinet shall be crimped and soldered to the conductor. INSTALLATION DETAILS: Installation details shall conform to the provisions ~in Section 86-5.01A (5}, ` "Installation Details," of the Standard Specifications and these special provisions. Slots cut in the pavement shall be blown out and dried before installing inductive loop detectors. After conductors are installed in slots cut in the pavement, the slots shall be filled with epoxy sealant conforming to the requirements in Section 95-2.09, "Epoxy Sealant for Inductive Loops," to within 1/8 inch of the pavement surf ace. The- sealant shall be at least 1/2 inch thick above the top conductor in the saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. In lieu of the epoxy sealant specified above, slots may be filled with either of the following materials: 1. An elastomeric sealant conforming to Section 86-5.01A (5} of the Standard Specifications. 26 2. As haltic Emulsion Inductive Loop Sealant conforming to Section 86.5.01A (S} of the Standard p Specifications. Identification of each conductor pair shall consist of labeling the phase and detector slot number (e.g. - 6J2L, 8J8U, 3ISU, etc.} in permanent ink on a tag suitable for such purposes (Stuart Electric Ty Rap, Catalog No. TY5532 or approved equal}. Detector loops in concrete pads shall be sealed with epoxy sealant. 7-2.14 GUARANTEE. The Contractor shall furnish a written guarantee to the City on the form attached, guaranteeing all systems, except traffic signal lamps, installed under this contract for a period of one 1 ear from the date of acceptance of the work. The guarantee, properly executed, shall be filed with the City ()y before notice of completion and final acceptance is made by the City of the work described on the plans and these special provisions. 7-2.15 PAYMENT. Payment for signals and lighting shall conform to the. provisions in Section 86-8, "Payment", of the Standard Specifications and these special provisions. Full compensation for cast-in-drilled hole concrete pile foundations shall be considered as included in the contract lum sum rice aid for the item requiring foundations and no separate payment will be made p P p therefor. 7-2.16 TRAFFIC SIGNAL INTERCONNECT CONDUIT Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions. PAYMENT. Full compensation for installing traffic signal interconnect conduit including conduit, pull boxes, sidewalk replacement,. excavation, trenching, backfilling and pavement patching shall be considered as included in the rites aid per lineal foot of Traffic Signal Interconnect Conduit, and no separate payment will P P ~be made therefor. . 27 8040-41A-15 STATE OF CALIFORNIA Specification Asphaltic Emulsion Inductive Loop Sealant 1.0 SCOPE This s ecification covers a one component, pourable sand filled, asphaltic p emulsion for use In sealing inductive wire loops and leads imbedded in asphalt and portland cement concrete. This sealant is suitable for use in freeze-thaw environments. 2.0 APPLICABLE SPECIFICATIONS The following specifications, test methods and standards in effect on the opening date of the Invitation to Bid- form a part of this specification where referenced: American Society for Testing and Materials D2939, D2523 California Test Method No. 434 California Department of Transportation Standard Specifications 1992 State of California Specification 8010-XXX-99 Inspection, Testing and Other Requirements for Protective Coatings Code of Federal Regulations, Hazardous Materials and Regulations Board, Ref. 49CFR. 3.0 .REQUIREMENTS 3.1 Composition The composition of the loop sealant shall be a sand filled, pourable, water emulsified bitumen. It will be the manufacturers responsibility to produce aone-component product to meet the properties specified herein. 3.2 Characteristics of the Sealant 3.2.1 Residue by evaporation, weight percent 70 Minimum Use ASTM D2939 3.2.2 Ash content, weight percent 50 to 65 Use ASTM D2939 -1- 28 Asphaltic Emulsion Inductive Loop Sealant 8040-41A-is 3.2.3 Firm set time, hours, 4 maximum test at one hour intervals, use ASTM D2939 3.2.4 Brookfield viscosity, Poise 50 to 125 RVT Spindle #3,10 RPM at 75 + 2"F. 3.3 Properties of the Dried Film 3.3.1 Flexibility, No full depth Use ASTM D2939, except air dry specimens to cracks constant weight at 75 Sdeg.F. and SO +J- 10% relative humidity. Condition mandrel and specimens 2 hours at 75 2deg.F. before test. Use aluminum panels, 0.03 inches thick (Q panel or equal). 3.3.2 Tensile Strength, psi, 20 minimum cast sheets 0.25 inches thick and air dry at 75 Sdeg.F, 50 +/-10% relative humidity for minimum of 16 hours. Load rate 0.05 inches/minute, use ASTM D2523. 3.3.3 Elongation, % 2.0 minimum Same conditions as 3.3.2 use ASTM D2523 3.3.4 .Slant-shear strength to concrete, psi, a 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 sides and bottom with tape and .fill with the well stirred ..concrete sample, strike off the excess. Dry in 140deg.F oven to constant weight and condition 1 day at 75 2deg.F before testing. Load rate to be 5000 lbslminute. 3.3.5 Resistance to water No blistering, Use ASTM D2939, Alternative B re-emulsification or loss of adhesion 3.4 Workmanship 3.4.1 The sealant shall be properly dispersed and any settling shall be easily redispersed with minimum resistance to the sideways manual motion of a paddle across the bottom of the container. It shall form a smooth uniform product of the proper consistency. If the material cannot be easily redispersed due to excessive settlement as described above or due to any other cause, the sealant shall be considered unfit for use. 29 Asphaltic Emulsion Inductive Loop Sealant 8040-41A-is 3.4.2 The sealant shall retain all specified properties under normal storage conditions for 12 months after acceptance and delivery. The vendor shall be responsible for all costs and transportation charges incurred in replacing material that is unfit for use. The properties of any replacement material, as specified in Paragraph 3.0, shall remain satisfactory for 12 months from date of acceptance and delivery. 3.4.3 The sealant shall comply with all air pollution control rules and regulations within the State of California in effect at the time the sealant is manufactured. 4.0 QUALITY ASSURANCE PROVISIONS 4.1 Inspection This material shall be inspected and tested in accordance with State of California Specification 8010-XXX-99, or as otherwise deemed necessary. 4.2 Sampling and Testing . Unless otherwise permitted by the Engineer, the material shall be sampled at the place of manufacture and application will not be permitted until the material has been approved by the Engineer. 5.0 PREPARATION FOR DELIVERY 5.1 Packaging The sealant shall be prepared in a one package system ready for application. The material shall be .furnished in container size as specified in the purchase order or contract. If ordered in 5 gallon size the containers shall be new, round standard full open head with bails, shall be nonreactive with the contents, and shall .have compatible gaskets. The containers shall comply with the U.S. Department of Transportation or the Interstate Commerce Commission regulations, as applicable. 5.2 Marking . . All containers of material shall be labeled showing State specification number manufacturers name, date of manufacture and manuf acturers batch number. The manufacturer shall be res onsible for proper shipping labels as outlined in Code. of Federal p Regulations, Hazardous Materials and Regulations Board, Reference 49 CFR. 30 • • ~ I Asphaltic Emulsion Inductive Loop Sealant 8040-41A-15 b.0 NOTES 6.1 Directions for Use Saw cuts shall be blown clean with compressed air to remove excess water and debris. The sealant must be thoroughly stirred before use and hand poured into the slots. Due to the sand content of this material, pumping is not recommended. Any clean up of road surface or tools can be done with water, before the sealant sets. 6.2 Patents The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work, and agrees to indemnify and save harmless the State of California, 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 Certificate of Compliance with each batch of sealant, in accordance with the provision of Section 6-1.07 of California Department of Transportation Standard Specifications, July 1992. e 31 PROPOSAL FOR ' TRAFFIC SIGNAL AND LIGHTING SYSTEM ON 19TH STREET AT L STREET To the City Clerk of the City of Bakersfield: The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other 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 all the materials in accordance with the plans and specifications 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 property of the City of Bakersfield. Bidder acknowledges receipt of the following addendum: The bidder shall clearly list ,any and all addenda numbers received for the project above and on the lower left hand corner of the sealed bid return envelope. Item ESTIMATED UNIT OF ITEM UNIT PRICE EXTENSION No. QUANTITY MEASURE (in C~gures) ~ PRICE (in C~gures) 1. 330 SQFT Striping & Marking Removal 2. 4 EA Remove Roadside Sign 3. 415 SQFT Pavement Marking (White) SIGNED Bidder Page 1 of 2 ITEM ESTIMATED UNIT OF ITEM UNIT PRICE EXTENSION N0. QUANTITY MEASURE tin Figures) PRICE (in figures) 4. 1 LS Traffic Signal and Lighting System 5. 325 LF Traffic Signal Interconnect Conduit SIGNED TOTAL ~ Bidder Company Address P.O. Box City State Zip Code ~ ) Area Code Telephone Number License No. and Expiration Date s THE REPRESENTATIONS MADE HEREIN ARE MADE UNDER PENALTY OF PERJURY . Page 2 of 2 ' 33 The Extension Price has been calculated by multiplying the Estimated Quantity by the Unit Price. In the case of lump sum items, the Estimated Quantity shall be unity. The Bid Total is the sum of all Extensions. Bidder agrees that in case of any discrepancy between the Unit Price(s) and the respective Extension Price(s) and/or the Bid Total, the Unit Price(s) shall prevail, and the bid submitted shall be the correctly computed sum of all correctly computed Extension Prices, provided, however, if the amount set forth as a Unit Price is unintelligible or omitted, then the amount set forth in the Extension Price column for the item shall be used to determine the correct Unit Price in accordance with the following: (1} As to lump sum items, the amount set forth in the Extension Price column shall be the Unit Price. (2) As to unit basis items, the amount set forth in the Extension Price column shall be divided by the estimated quantity for the item and the price thus obtained shall be the Unit Price. LIST OF SUBCONTRACTORS All persons or parties submitting a bid proposal on the project shall complete the following form, setting forth the name and the location of .the mill, shop or office of each subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the work or improvement in excess of one-half of one (1%} percent of prime Contractor's total .bid, or TEN THOUSAND DOLLARS ($10,000), whichever is greater, and the portion of the work which will be done by each subcontractor. This list is to be completed and submitted with said bid proposal. Subcontractor's Name Description of portion and Street Address City, State, Zip) of work subcontracted (attach additional sheets if needed) 34 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID TRAFFIC SIGNAL AND LIGHTING SYSTEM ON 19TH STREET AT L STREET State of California ) }SS: County of ~ ) ,being first duly sworn, deposes and Name says that he or she is of Title Company the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has .not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner,. directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder or to fix any overhead, profit, or .cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that. all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or .any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or -sham bid." Signature of Bidder Business Address A Place of Residence Subscribed and sworn to before me this day of ,19 35 To the State of California, Department of Transportation. NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly, or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. NOTE: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may. subject the certifier to criminal prosecution. 36 I Accompanying this proposal is (NOTICE: Insert the words "cash ($............),""cashier's check," "certified check," or "bidder's bond," as the case may be), in amount equal to at least ten percent of the total of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IlViPORTANT NOTICE If bidder or their interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager .thereof; if a copartnership, state true name of firm, also names of all individual copartners composing firm; if bidder or other interested person is an individual, state first and last names in full. .............••..............................•o...............................................................•o..............................................................••.e.......a.................... Licensed in accordance with an act providing for the registration of Contractor's License No SIGN -HERE Signature of Bidder NOTE--If bidder is a corporation, the legal name of the corporation shall be set forth :above together. with the signature of the .officer or officers authorized to sign -contracts on behalf of the corporation; if bidder is a copartnership, the true name of the firm shall be set forth above together with the signature of the. partner or partners authorized to sign contracts in behalf of the copartnership; and if bidder is an individual, his signature shall be placed above. If signature is by an agent, other than. an officer of a corporation or a member of a partnership, a Power of Attorney must be on file with the City Clerk of the City of Bakersfield prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. 6 Business Address Telephone No. .....................................................................................................c.................................................................................................. Place of Residence Dated 19..... 37 I BIDDER'S BOND TO ACCOMPANY PROPOSAL (Not necessary if cash or certified check is with bid) KNOW ALL MEN BY THESE PRESENTS: THAT WE as principal, and as surety, are held and firmly bound unto the City of Bakersfield, a body olitic and corporate of the State of California, in the sum of dollars j, to be paid to said City, for which payments, well and truly to be made; we bind ourselves, our heirs, xecutors and administrators, successors or assigns, jointly and severally by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH: That if the certain proposal, hereunto annexed, to construct in the City of: Bakersfield as referred ` o in the NOTICE TO CONTRACTORS attached hereto, is accepted by the Council of said City and if the above ounden principal, heirs, executors, administrators, successors and assigns, shall duly enter into and execute a contract, to nstruct said improvements aforementioned, and shall execute and deliver the two bonds required by law, within ten ays (not including Sunday} from the date of a notice to the above bounden principal, that said contract is ready for xecution, then this obligation shall become null and void, otherwise it shall be and .remain in full force and effect. IN WITNESS WHEREOF, we have hereunto set our hands and , eals this day of , 19 (Seal (Seal (Seal Page 1 of 2 38 STATE OF CALIFORNIA ) ss. COUNTY OF ) On this- day of ,190,, before me, a notary public in and for the County of , State of California, personally appeared personally known to me proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as the Attorney in Fact of and acknowledged to me that helshe subscribed the name of thereto as surety, and his own name as Attorney in Fact. IN VIi~ITNESS WHEREOF I have hereunto set my hand and affixed my official seal the day and . year in .this certificate first above written. Notary Public in and for said County and State GUARANTEE TRAFFIC SIGNAL EQUIPMENT CITY OF BAKERSFIELD Department of Public Works 1501 Truxtun Avenue, Annex Building Bakersfield, California 93301 In accordance with the terms of Contract No._ for: TRAFFIC SIGNAL AND LIGHTING SYSTEM ON 19TH STREET AT L STREET awarded on ,between the City of Bakersfield (hereinafter referred to as the City), and the undersi ed, which contract provides for the installation of 1ia~hting andlor traffic signal system ,and under which contract the undersigned has furnished and installed such system, the following guarantee of the said system is hereby made. Should any of the equipment installed pursuant to said contract, except lighting elements, prove defective or should the stem as a whole prove defective, due to faulty workmanship, material furnished, or method of sY installation, or should said system or any part thereof fail to operate properly, as planned, due to any of the above causes .all within 1 ear after date on which said contract is accepted by the City, the undersigned agrees to Oy . reimburse the City, upon demand, for its expenses. incurred in restoring said systems to the condition contemplated in said contract, including the cost of any equipment or materials replaced, or, upon demand by the -City, to replace any such equipment and repair said systems completely without cost to the City, so that they will operate successfully as originally contemplated. The City- shall have the option. to make any needed repairs or replacements itself or to have such re lacements or repairs done by the undersigned. Prior to such replacement or repair work being done by the City, P the undersigned shall have the option to make any needed repairs or replacements. In the event. the City elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall commence to be made and such materials as are necessary shall commence to be furnished and installedwithin Twenty-Four (24) hours of the date specified in the City's written notification. Contractor shall prosecute with due diligence to complete the work within a reasonable period of time, as specified in the City's written notification. Said system will be deemed defective within the meaning of this guarantee. in the event that they fail to o erate as on 'Hall intended b the manufacturers thereof and in accordance with the plans and specifications p ~ Y y included in said contract. Date Contractor's Signature Firm Address GUARANTEE MATERIAL AND WORKMANSHIP CITY OF BAKERSFIELD Department of Public Works 1501 Truxtun Avenue, Annex Building Bakersfield, CA 93301 In accordance with the terms of the Contract for: TRAFFIC SIGNAL AND LIGHTING SYSTEM ON 19TH STREET AT L STREET awarded on ,between the City or Bakersfield (hereinafter referred to as "City"}, and the undersigned, which contract provides for the. installation. of ,and other facilities and under which contract the undersigned has installed such facilities, the following guarantee of the said facilities is hereby made: When the project is completed and accepted, we guarantee the same to be free from imperfect workmanship and/or materials, and we agree to repair and/or replace at our own cost and expense, any and all such work, and/or materials which may prove defective in workmanship or materials within a period of one (1} year from the date of acceptance of the above named construction project, ordinary wear and tear or neglect excepted. We .also agree to re air and/or replace, at our own cost .and expense, any work and/or materials that we may disturb or displace in P making good such defects. Within twenty-four (24) hours after being notified in writing by the City or the City's representative, or the a ent of either of them, of any defects in said work or materials, we agree to commence and prosecute with due g diligence, all work necessary to fulfill the .terms of this guarantee and to complete the work within a reasonable eriod of time, and in -the event of our failure to so comply, we collectively and expressly do hereby authorize the P • m to roceed to have such work done at our City and/or the City s representative, or the agent of either of the p expense and we will honor and pay the cost and charges therefor upon demand. This guarantee is made expressly for and runs to the benefit of both the City of the above mentioned construction project and the City's representative, and shall be enforceable by either of them. DATE Contractor's Name Authorized Signature 41 HOLD .HARMLESS AGREEMENT CITY OF BAKERSFIELD IT IS HEREBY AGREED that , agrees to indemnify and hold harmless the Ci of Bakersfield, its agents, employees or any other persons against loss or expense including attorneys tY fees b reason of the liability imposed by law upon the City, except in cases of the City's sole negligence, for ~y dama a because of bodil in'ury, including death at any time resulting therefrom, sustained by any person or g Y J persons, or on account of damage to property arising out of or in consequence of . (Agreement name} IT IS FURTHER UNDERSTOOD AND AGREED that the Contractor shall (at the option of the Cit ,defend the City of Bakersfield with appropriate counsel and shall further bear all costs and expenses, Y) including the expense of counsel, in the defense of any suit arising hereunto. DATED Contractor's Name Authorized .Signature 42 SAMPLE S A M P L E AGREEMENT N0. ' INDEPENDENT CONTRACTOR'S AGREEMENT THIS AGREEMENT is made and entered into on by and between the CITY OF BAKERSFIELD, a municipal corporation, referred to herein as "CITY" and , a (Cali ornia Corporation, .Hawaii Corporation, Delaware Corporation, Individual, etc. referred to herein as "CONTRACTOR." RECITALS WHEREAS, CONTRACTOR represents CONTRACTOR is experienced and well qualified in the field of construction; and WHEREAS, CITY desires to employ CONTRACTOR to as set forth herein. NSW, THEREFORE, incorporating the foregoing recitals herein, CITY and CONTRACTOR mutually agree as follows: 1. SCOPE OF WORK. The scope of work is described as: The scope of work shall include all items and procedures necessary to properly complete the task CONTRACTOR has been hired to perform, whether specifically included in the scope of work or not. The following shall be deemed to be part of this agreement as if fully set forth herein: 1. Notice to Contractors 2. Special. Provisions 3. Bid Proposal 4. Bidder's Bond S. Performance Bond b. Material and Labor Bond 7. Letters of transmittal, if any 8. All provisions requ-fired by law to be inserted in this contract whether actually .inserted or not. 9. Hold Harmless Agreement 10. Cul•r•ent State of California DAS 140 Form (if required by Specifications) 43 2. COMPENSATION: CONTRACTOR shall be paid for services performed under this Agreement as follows: .The compensation set f orth in this paragraph e total com ensation for the services provided by CONTRACTOR, including all shall be th p - - ocket costs incurred. CITY shall a no fee other than the compensation listed in out of p p Y this ara ra h unless otherwise agreed to in writing by the CITY. p g p PAYMENT PROCEDURE. CONTRACTOR shall be paid for 3. 'ces rendered after recei t of an itemized invoice for the work completed and serve p . ved b Ci in accordance with the terms of this Agreement. Payment by City to appro y ty CTOR shall be made within thirty (30) days after receipt and approval by City CONTRA of CONTRACTOR 's itemized invoice. 4. WAIVER OF DEFAULT. The failure of any party to enforce ' era rovision of this A reement shall not constitute a waiver of that party's against anoth p g ' force such a rovision at a later time, and shall not serve to vary the terms of right to en p this Agreement. 5. LICENSES. CONTRACTOR shall, at its sole cost and e ease kee in effect or obtain at all times during the term of this Agreement any ~ p TOR to ractice licenses ermits and a royals which are legally required for CONTRAC p p pp its profession. DARD OF PERFORMANCE. All work shall be 6. STAN in conformi with all le al re uirements and industry standards observed by a performed tY g , q com etent practitioner of the profession in Calif ornla. p 7. MERGER AND MODIFICATION. This contract .sets forth ' ent between the arties and su ersedes all other oral or written the entire Agreem p sentations. This contract ma be modified only in a wr~ting approved by the City repre Y Council and si ned by all the parties. g 8. EXHIBITS. In the event of a conflict between the terms, . ' ' s or s ecifications set- forth in this Agreement and those in exhibits attached condition p e terms conditions, or s ecifications set forth in this Agreement shall prevail. hereto, th p ' ' to which reference is made in this Agreement are deemed incorporated in this All exhibits A reement, whether or not actually attached. g 9. TERMINATION. This Agreement may be terminated by any on, ten 10 da s written notice, served by mail or personal service, to all- other party up ( ) y parties. 10~. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall, at 's sole cost com 1 with all of the requirements of Municipal, State, and CONTRACTOR p y orities now in force, or which ma hereafter be in force, pertaining to this Federal auth Y INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. 44 Agreement, and shall faithfully observe in all activities relating to or growing out of this Agreement all Municipal ordinances and State and Federal statutes, rules or regulations now in force or which may hereafter be in force. ' 11. INDEPENDENT CONTRACTOR. This Agreement calls for the performance of the services of CONTRACTOR as an independent contractor. CONTRACTOR is not an a ent or employee of the City for any purpose and is not g entitled to any of the benefits provided by City to its employees. This Agreement shall not be construed as forming a partnership or any other association with CONTRACTOR other than that of an independent contractor. 12. INSURANCE. In addition to any other insurance or bond required. under by this Agreement, the CONTRACTOR shall procure and maintain for the duration of this Agreement the following types and limits of insurance ("basic insurance requirements" herein): a. Automobile liability insurance, providing coverage on an occurrence basis for bodily injury, including death, of one or more persons, property damage and personal injury, with limits of not less than one million dollars ($1,000,000) per . occurrence; and the, policy shall: 1 Provide coverage for owned, non-owned and hired autos. 2) Provide contractual liability coverage for the terms of this Agreement. b. Broad form commercial general liability insurance, providing coverage on an occurrence .basis for bodily injury, including death, of one or more persons, property damage .and personal in'u ,with limits of not less than one million dollars J rY ($1,000,000} per occurrence; and the policy shall: 1) Provide contractual liability coverage for the terms of this Agreement. 2) Contain an additional insured endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers. c. Workers' compensation insurance with statutory limits and employer's liability insurance with limits of not less than one million dollars ($1,000,000} per accident; and the policy shall contain a waiver of subrogation endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers. INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. 45 All olicies required of the CONTRACTOR shall be primary insurance as to the City, its p . mayor, council, officers, agents, employees, or volunteers. and any insurance or self- insurancemaintained by the City, Its mayor, council, officers, agents, employees, and' volunteers shall be excess of the CONTRACTOR's insurance and shall not contribute with lt. Insurance is to be placed with insure~•s with a Bests' rating of no less than A:VII. Any deductibles, self-insured retentions or insurance in lesser amounts, or lack of certain types of insurance otherwise required by this Agreement, or insurance rated below Bests' A:VII, must be declared rior to execution of this Agreement and approved by the City in writing. p All olicies shall contain an endorsement providing the City with thirty (30} days written p notice of cancellation or material change in policy language or terms. All policies shall rovide that there sha-11 be continuing liability thereon, notwithstanding any recovery on. p any po icy. The insurance required hereunder shall be maintained until all work Iequired to be erformed by this Agreement is satisfactorily completed as evidenced by written p acceptance by the City.. The CONTRACTOR shall furnish the City Risk Manager with a certificate of insurance and required endorsements evidencing the insurance required. The City .may withhold a ents hereunder if certificates of insurance and endorsements required have not been p ym provided. Unless otherwise a roved b the City, if any part of the work under this Agreement is pP Y subcontracted, the "basic insurance requirements" set forth above shall be provided by, or on behalf of, all subcontractors even if the City has approved lesser insurance re uirements for CONTRACTOR. q 13. INDEMNITY. CONTRACTOR shall indemnify, defend, and hold harmless Ci its officers a ents and em to ees a ainst any and all liability, claims, ~ g p Y g .actions, causes of action or demands whatsoever against them, or any of them, before administrative or 'udicial tribunals of any kind whatsoever, arising out of, connected with, or caused by CONTRACTOR, CONTRACTOR's employees, agents or independent contractors or companies in the performance of, or in any way arising from, the .terms and revisions of this Agreement whethel• or not caused in part by a party indemnified p hereunder. 14. EXECUTION. This Agreement is effective upon execution. It is the roduct of ne otiation and therefore shall not be construed against any party. p g 1S. NOTICES. All notices relative to this Agreement shall be iven in writin and shall be personally served, or sent by certified or registered mail, and g g be effective upon actual personal service or depositing in the United States mall. The arties shall be addressed as follows, or at any other address designated by notice: p INDEPENDENT CONTRACTOR'S AGREEMENT FOR .CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. 46 CITY: CITY OF BAKERSFIELD PUBLIC WORKS DEPARTMENT Annex Building, 2nd Floor ' 1501 Truxtun Avenue Bakersfield, CA 93301 (805) 326-3724 CONTRACTOR: 16. FORUM. An lawsuit pertaining to any matter arising under, y . or rowin out of this contract shall be instituted in Kern County, California. g g 17. ASSIGNMENT. This contract shall not be assigned by any ted without rior written consent of all the parties. party, or any party substltu p 18. BINDING EFFECT. The rights and obligations of this all inure to the benefit of, and be binding upon, the parties to the contract Agreement sh 'rs administrators executors, ersonal representatives, successors and assigns. and their hel ~ p 19. ACCOUNTING RECORDS. CONTRACTOR shall maintain ccurate accountin records and other written documentation pertaining to all costs a g 'n erformance of this A reement. Such records and documentation shall be kept ~mcurred I p g . TRACTOR's office Burin the term of this Agreement, and for a period of three at CON g om the date of the final a ent hereunder, and said records shall be made years fr p Ym . e to Ci re resentatives u on re ~uest at any time during regular business hours. ava~labl ty p p 9 20. CORPORATE AUTHORITY. Each individual executing this and warrants the are dui authorized to execute and deliver .this Agreement represents.. y Y nt on behalf of the cor oration or organization, if any, named herein and this Agreeme p ement is bindin u on sand cor oration or organization in accordance with its terms. Agre g p p 6 21. TAX NUMBERS. "CONTRACTOR's" Federal Tax ID Number . Is CONTRACTOR a corporation? Yes_ No_____. (Please check one.) IN WITNESS WHEREOF, the parties hereto have caused this A reement to be executed, the day and year first-above written. g "CITY" "CONTRACTOR" CITY OF BAKERSFIELD INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. 47 By BY BOB PRICE Mayor Please Print or Type Name & Tit e APPROVED AS TO FORM: JUDY K. SKUUSEN City Attorney By ALAN DALE DANIEL Assistant City Attorney APPROVED AS TO CONTENT: COUNTERSIGNED: B By y . KLIMKU RAUL M. ROJAS GREGORY J ublic Works. Director Finance Director P INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. 48 To be com leted b the Contractor, if he elects to substitute securities in lieu of [ p Y retention]. .ESCROW AGREEMENT ' FOR SECURITY DEPOSITS IN LIEU OF RETENTION THIS ESCROW AGREEMENT is made and entered into by and between whose address is hereinafter called "Owner", whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent" For the consideration hereinafter set forth, the Owner, Contractor,. and Escrow Agent agree as follows: ant to Section 22200 of the Public Contract Code of the State of California, Contractor 1. Pursu has the option to deposit securities with Escrow Agent as a substitute for retention earnings re uired to be withheld by Owner pursuant to the Construction Contract entered into between the q Owner and Contractor for in the amount of dated hereinafter referred to as the "Contract"). When Contractor deposits the securities as a substitute for ( f the de osit. The Contract earnings, the Escrow Agent shall .notify the Owner within ten (10) days o p market value of the securities at the time of the substitution shall be at least equal to .the cash amount then re uired to be withheld as retention under the terms of the Contract between the q Owner and Contractor. Securities shall be held in the name of ,and shall designate the Contractor as the beneficial owner. Owner shall make ro ress a menu to the Contractor for such funds which otherwise 2. The p 9 p Y 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 ention for the benefit of the Owner until such time as the escrow created hereunder is terminated. ret -1- 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent ' ' the escrow account. These expenses and payment terms shall be determined by in administering the Contractor and Escrow Agent. INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. 49 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 b Contractor at any time and from time to time without notice to the Owner, Y 6. Contractor shall have the right to withdraw all or any. part of the principal in the Escrow Account onl b written notice to Escrow Agent accompanied by written authorization from Owner to YY the Escrow Agent that Owner consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The Owner shall have a right to draw upon the securities in the event of default by the Contractor, Upon seven (7) days' written notice to the Escrow Agent from the Owner of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the Owner. 8. U on receipt of written notification from the Owner certifying that the Contract is final and p complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account, The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges, 9, Escrow Agent shall rely on the written notifications from the Owner and the Contractor ursuant to Sections (4) to (6), inclusive, of this agreement and the Owner and Contractor shall hold p Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10, The names of the persons who are authorized to give written notice or receive written notice on behalf of the Owner and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures, are as follows: On behalf of Owner: On behalf of Contractor: Title Title Name Name Signature Signature Address Address -2- INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. 50 On behalf of Escrow 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 WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. Owner Contractor Title Title Name Name Signature Signature -3- INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. S 1 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT, WHEREAS, the CITY OF BAKERSFIELD, California, a municipal corporation, hereinafter designated the "Owner," has, on ,DATE OF AWARDI, 19 ,awarded to (NAME 4F CONTRACTORS , a corporation organized and doing business under and by virtue of the laws of the State of California, hereinafter designated as the "Principal," a contract for the jPROJECT DESCRIPTION; and WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract; and NOW, THEREFORE, WE, the Principal, and CLEAVE BI.AI`~C FOR .BONDING COMPANY), as Surety, are held and firmly bound unto the Owner in the sum of 100% OF AMOUNT AWARDED AT COUNCIL MEETING) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION LS SUCH, that if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to _ and abide by, and well and truly keep and faithfully perform the covenants, .conditions, and agreements in the said contract and any alterations made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, .and in,all respects according to their true intent anal meaning, and shall indemnify and save harmless, the Owner, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue and Principal and Surety, in the event,suit is brought on this bond, will pay to the Owner such reasonable attorney's fees as .shall be fixed by the court. As a condition precedent to the satisfactory completion of the said contract, the above obligation in the said amount shall hold good for a period of one (1) year after the completion and acceptance. of the said work, during which time ~if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns shall fail to make full, complete, and satisfactory repair and replacements or totally protect the said Owner from loss of damage made evident during said period of one year from the date of acceptance of said work, anal 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 ofthe Surety hereunder shall continue so long as any obligation ofthe Princi-pal remains. 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 INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. 52 the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. As a part of the obligation secured hereby and in addition to the amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the Owner in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. IN WITNESS WHEREOF, the above mentioned parties have executed this instrument under their seals this day of ,19_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal (Seal) Signature for Principal Title Surety (Seal) Signature for Surety Title (Attach notarization form for each required signature.) r Page 2 of 2 INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. 53 MATERIAL -LABOR BOND KNOW ALL MEN BY THESE PRESENTS, THAT, WHEREAS, the CITY OF BAKERSFIELD, County of Kern, State of California, hereinafter designated the "Owner," has, on DATE OF COUNCIL MEETING) ,awarded to NAME OF CONTRACTOR) hereinafter designated as the "Principal," a contract for the construction of DESCRIPTION OF PROJECT -USE DESCRIPTION FROM FRONT COVER OF SPECIFICATIONS), WHEREAS, said .Principal is required to furnish a bond in connection and with said contract, providing that if said Principal, or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth; NOW, THEREFORE, WE, the Principal, and ,LEAVE BLANK FOR BONDING COMPANY) , as Surety, are held and firmly bound unto the Owner the penal sum of 50% OF AMOUNT AWARDED AT COUNCIL MEETING) dollars lawful money of the United States, for the payment of which sum well and truly to be .made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully perform the covenants,. conditions, .and. agreements in the said contract and any alterations made as therein .provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless, the Owner, its officers and agents as ` therein stipulated., then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue and Principal and Surety, in the event suit is brought on this bond, will pay to the Owner such reasonable attorney's fees as shall be fixed by the court. As a condition precedent to the satisfactory completion of the said contract, the above obligation in the said amount shall hold good for a period of one (1 }year after the completion and acceptance of the said work,. during which time if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns shall fail to make full, complete, and satisfactory repair and replacements or totally protect the said Owner from loss of damage made evident during said period of one year from the date of acceptance of said work, and resulting from or caused by defective materials and/or faulty workmanship in the prosecution of the work done, the above INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. 54 obligation in the said .amount shall remain in.-full force and effect. However, anything in this paragraph to the contrary notwithstanding, the obligation of the Surety hereunder shall continue so long as any obligation of the Principal remains. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed thereunder or a the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications, Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California, As a part of the obligation secured hereby and in addition to the amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the Owner in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered, IN WITNESS WHEREOF, the above mentioned parties have executed this instrument under their seals this day of ,19_, the name and corporate seal of each - corporateparty being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body, Principal Seal) Signature for Principal Title Surety . (Seal) Signature for Surety Title (Attach notarization form for each required signature.) Page 2 of 2 INDEPENDENT CONTRACTOR'S AGREEMENT FOR CONSTRUCTION PROJECTS FORMAL BIDDING PROCEDURES. SS T'~tis corm snasid ~e sent ;o ;he .;Cini aoorentscasn;o comm:i<ae of ;he c; aft or ;;ode in the area of the site of the puoiic ~~vorK. i f you nave any questions as to the aadress of the approorlate pU$L1C ~C~1{S Joint Apprenticeship Committee, contact the nearest office of tie Division of Apprenticeship Standard-~ (DAS), consult your CCNTRA.CT AWARQ lNF~RMATiCN eleonone directory under alifnr~ia, State of, , Inoustnai Asiaaons, for the DAS office in your area. ,WIMEOFCONTRA~CTOA i CONTRACTOR'S STATE UCcNSE fVO. i I CONTRACTOR'S MAILING ADDRESS - NUMBER 8 STREET, CITY, ZiP CODE ~ AREA CODE 3 T3EPl~OIVE N0. NAME b LOCATION OF PUBIJC tiMORKS PROJECT GATE OF CONTRACT AWAAO ~ DATE OF EXPECTEfl OA ACTJAL START OF PRD„ECT NAME 8 ADDRESS OF PI~tJC AGENGY AWARDING CONTRACT ~ 4FJOURNE.YMBV , APPRENTICES OCCUPATION OFAPPRENTICE NUMBER TO BE EMPLOYED i APPROXIMATE DATES TO 8E E~+IPIOYED f . ~ Check One Of The Boxes Below: Box 1 We request dispatch of apprentice(s) for this 'ob. ~ We voluntanl choose to corn ❑ ! y ply with the app~icable Joint ApprenUcesh~p Committee Standards for the duration of this job only, in training the apprentices . We ..assume no other obligations to the .committee or unions under State or Federal laws. Box 2 We request dispatch of apprentice(s~ for this 'ob. We do not wish to x ❑ 1 follow the appi~cable Joint Apprenttcesh~p Committee .Standards in training the apprentices; instead} we agree to em to and train apprentice(s) in accordance with the California P Y Apprenticeship Council regulations governing employment of apprentices.. on public work projects. We assume no -other obligations to the committee or unions under State or Federal laws. Box 3 We are already approved to train apprentices by the a liable Joint A renticeshi Q PP pp Committee and we will P employ and train under the Standards. Box 4 We do not request the dispatch of apprentices , since a rentices are . ❑ , , (1 pp not re u~red on this ob under the provisions of California Labor Cade S q f ect~on ~ 777.5, because: Signature Typed Name Tif~e Date State of California - Department of Industrial Relations pas ,ao New t~sa~ DIViSi01V OF APPAEyT1CESi•iiP STANDAACS ~ - ~ i ~ , ' , ~ _ _ ' ' , ' ` ~ ~ I,