Loading...
HomeMy WebLinkAbout1996 Special Provisions Project T6K056~ 3. ~~~t~F~~ ~LAP~l~ ~ T~ ~c~~~~Ft~ `~ABL ~ 0 TF~AFF ! c~: EN~~ . ~ TF~~~;~TL~~ AVENt ~A~'..~~'~F 1 El~~ ~;A ~ RSFIELD CITY OF BAKE RNIA LIFO A C NTRACTORS 0 CO ET NOTIC I'' SIONS SPECIAL PROM NTRACT AL AND CO ROPOS BID P R FO i GHTING SYSTEM ON TRAFFIC SIGNAL AND LI AD AT CAMINO MEDIA RO R D g1VE L 0 BID OPENING: . DATE February 28,1996 . TIME. 11:00 A.M. PROJECT N0. T6- . ~oF spa OQ F~ R~ N'~l ART~VIENT OF PUBLIC WORKS , p FTC, DEP CITY OF BA~:I~~ v, ~ ~ ~ o ~ m ~ ~ i ~ 151 TRt~xT[ u~ tr N0.1 X369 ~ m V'"'' B,A,KERSFI~BLD, 93301 Ezp. 3.31-91 ~ ~ ~ . '1- Tele hone. (~0 3~6-3724 ~ P ~ ~ C 11. I~ IV CA~IF~ CITY OF BAKERSFIELD DEPARTMENT OF PUBLIC WORxS NOTICE TO CONTRACTORS l 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 February 28,1996 to be publicly opened and read immediately thereafter in the City Council Chamber, for the following work: TRAFFIC SIGNAL AND LIGHTING SYSTEM ON OLD RIVER ROAD AT CAMINO MEDIA Plans and specifications, and forms of proposal, bonds, and contract, may be obtained at the office of the Purchasing Officer by posting a refundable deposit of Zero Dollars ($0.00) for each complete set. Refund of deposit will be made provided the plans and specifications are returned to the Purchasing Officer withintwenty-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 a ears herein immediately following the SPECIAL PROVISIONS of the project, and is made in accordance with the Pp • • nand Conditions" of the Standard S eciftcations. Each bid provisions set forth under Section 2, Proposal Requireme is p must be accorn anied by a proposal guarantee in accordance with the requirements of article 2-1.07 of the said Section p 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 rovisions and requirements of Public Contracts Code 22300. Eligible securities include interest bearing demand P 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. 2 GENERAL DESCRIPTION OF WORK The work to be performed consists, in general, of installing a traffic signal and lighting system, at Old River Road at Camino Media, removing sign, stripes, and luminaire, adding signs and .striping roadway to reflect new signalized condition, and installing signal interconnect conductor along Old River Road from Ming Avenue to State Farm Place. CITY OF BAKERSFIELD RAUL M. ROJAS Public Works Dircctor 3 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 ~vith the Standard ' ' n entitled "State of California, Department of Transportation, Standard Specifications, July, 1992," as Speclficat~o s rein insofar as the same may apply, which specifications are hereinafter referred to as the Standard referenced he , Specifications, and in accordance with the following special provisions. ' n he Standard S ecifications and these special provisions, the special Incase of conflict betwee t p rovisions shall take precedence over and be used in lieu of such conflicting portions. P FINITIONS AND TERMS. All definitions and terms in Sections 1, "Definitions and 1 1.02 DE " n and S ecif cations shall apply, except whenever the following terms or pronouns are used, the Terms, of the Sta d p intent and meaning shall be as follows: City - City of Bakersfield, California. rtment of Trans ortation, CALTRANS -The Engineering Department of the City. of Bakersfield. Depa p Director.- City Engineer. ' - En ineer actin either directly or through properly authorized agents, such agents Engineer The City g g acting within the scope of the particular duties entrusted to them. - i nated laborato authorized by the City to test materials and work involved in the .Laboratory The des g rY contract. ' - tandard S ecifications of the Department of Transportation, Business, Standard Specifications S p Trans ortation and Housing Agency, dated July, 1.992. p State -The City of Bakersfield. ivision 2 of the Public Contract Code. The provisions of this act do not State Contract Act Chapter 1, D apply to this contract. her terms a earin in the Standard Specifications, the general provisions, and the special provisions, Ot pp g 11 have the intent and meaning specified in Section 1, Definition of Terms of the Standard Specifications. sha 4 SECTION 2. PROPOSAL REQUIREMENTS 2-1.01 GENERAL INF01~1VIATION. 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 February 28,1996 sealed proposals for TRAFFIC SIGNAL AND LIGHTING SYSTEM ON OLD RIVER ROAD AT CAMINO MEDIA 2-1.02 APPROXIMATE ESTIMATE. The Engineer's estimate of the quantities of work to be done and materials to be furnished are approximate only, being given as a basis for the comparison of bids, and the City of Bakersfield does not expressly or by implication agree that the actual amount of work will correspond therewith but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the Engineer. 2-1.03 E~.AMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS AND SITE OF WORK. The bidder is required to examine carefully the site of work, the proposal, plans and speciEcations, and contract forms. It will be assumed that the bidder has investigated, and is satisfied as to the conditions to be encountered, the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions, and the contract. It is mutually agreed that the submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. 2-1.04 REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURES OR IRREGULARITIES. Proposals maybe rejected if they show any alterations of form, additions not called for, conditional or alternative bids, incomplete bids, erasures or irregularities of any kind. Proposals in which the prices obviously are unbalanced 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 from the Purchasin Officer, the form of which appears herein immediately following these special provisions. All proposals g must give the prices proposed and must be signed by the bidder, with his address. If the proposal is made by an individual, his name, telephone number and post off ce address must be shown. If made by a firm or partnership, the name and ost office address of each member of the firm or partnership ,must be shown. If made by a corporation, the p proposal must show the names of the state under the laws of which the corporation was chartered and the names, titles, -and business addresses of the president, secretary and treasurer. 2-1.06 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 ten p o ~ h ll be considered unless such Pro osal Guaranty is enclosed , percent (10 /o) of the amount of said bid, and no bid s a p 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 greater, in p accordance.withtbe Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of said Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. 5 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 specif ications and not shown on the drawings or shown on the drawings and not mentioned in the specifications shall be of the same effect as if shown or mentioned in both. Omissions from the drawings or the specifications of the materials or details of work which are manifestly or obviously necessary to carry out the intent of the drawings and specifications or which are customarily furnished or performed, shall not relieve the Contractor of his responsibility for furnishing such omitted materials or performing such omitted work; but shall be furnished or performed as if fully shown or described in the drawings or specifications. 2-1.09 WITHDRAWAL OF PROPOSALS. Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids by request for the withdrawal of the bid filed with the Purchasing Department. The request shall be executed by the bidder or his duly authorized representative. The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. Whether or not bids are opened exactly at the time fixed in the public notice for opening bids, a bid .will not be received after that time, nor may any bid be withdrawn after the time fixed in the public notice for the opening of bids. 2-1.10 PUBLIC OPENING OF PROPOSALS. Proposals will be opened and read publicly at the time and place indicated in the "Notice to Contractors." Bidders or their authorized agents are invited to be present. 2-1.11 RELIEF OF BIDDERS. Attention is directed to the provisions of Public Contract Code Sections 5100 to 5107, inclusive, concerning relief of bidders and in particular to the requirement therein, that if the bidder claims. a mistake was made in his bid, the bidder shall give the Department written notice within 5 days after the o enin of the bids of the alleged mistake, specifying in the notice in detail how the mistake occurred. p g Public Contract Code Section 10285.1 (Chapter 376, Stats,1985) provides as follows: Any state agency may suspend, for a period of up to three years from the date of conviction, any person from bidding upon, or being awarded, a public works or services contract with the agency under this part or from being a subcontractor at any tier upon the contract, if that person, or any partner, member, ofrcer, director, responsible managing officer, or responsible managing employee thereof, has been convicted by a court of competent 'urisdiction of any charge of fraud, bribery, collusion, conspiracy, or any other act in violation J of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Section 1101, with any public entity, as defined in Section 1100, including for the purposes of this article, the Regents of the University of .California or the Trustees of the California State University. A state agency may determine the eligibility of any person to enter into a contract under this article by requiring the person to submit a statement under penalty of perjury declaring that neither the person nor any subcontractor to be engaged by the person has been convicted of any of the offenses referred to in this section within the preceding three years. A form for the statement required by Section 10285.1 is included in the proposal. 6 ~2-1.12 DISQUALIFICATION OF BIDDERS. More than one proposal from an. individual, firm, artnership, corporation, or combination thereof under the same or diil'erent names will not be considered. p Reasonable grounds for believing that any individual, firm, partnership, corporation or combination thereof is interested in more than one proposal for the work contemplated may cause the rejection of all proposals in which such - individual, firm, partnership, corporation or combination thereof is interested. If there is reason for believing that collusion exists among the bidders any or all proposals maybe rejected. Proposals in which the prices obviously are unbalanced maybe rejected. SECTION 3. AWARD AND EXECUTION OF CONTRACT 3-1.01 GENERAL. The award of the contract, if it be awarded, will be to the lowest responsible bidder. The language "responsiblc" refers to not only the attribute of trustworthiness, but also to the quality, fitness and capacity of low bidder to satisfactorily perform the proposed work. ' 3-1.02 AWARD OF CONTRACT. The award of the contract, if it be awarded, will be made within forty-fve (45) days after the opening of the proposals unless extension is approved by the lowest responsible bidder, 3-1.03 CONTRACT BONDS. The Contractor shall furnish two good and sufficient bonds insured b an admitted sure insurer as set forth in Title XIV, Chapter 2, Article 6 of the California Code of Civil Procedures. y ty One of the said bonds shall. guarantee the faithful performance of the said contract by the Contractor and shall be in an amount equal to one hundred percent (100%) of the contract price. The other of the said bonds shall be in an amount of fi ercent 50% of the contract price and shall guarantee payment. to laborers, mechanics and material workers P ( ) . 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 sure or sureties on any such bonds, or on any bonds required by law for the protection of y ty . the claims of laborers and material men, become insufficient, or the City has cause to believe that such surety or sureties have become insufficient, a demand in writing may be made of the Contractor for such.further bond or bonds or additional surety, not exceeding that originally required, as is considered necessary, considering the extent of the work remaining to be done. Thereafter no payment shall be made upon such contract to the Contractor or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished. 3-1.04 EXECUTION OF CONTRACT. The contract shall be signed by the successful bidder -and returned, together with the contract bonds within ten (10) days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the Ci until the execution of the contract. All contracts shall be considered as being made and entered into in the City of ty Bakersfield, California.. Failure to execute a contract and file acceptable bonds as provided herein within ten (10) days, not includin Sunda s, after the bidder has received notice that the contract has been awarded, shall be just cause for the g Y cancellation. of the award and the forfeiture of the proposal .guaranty. 3-1.05 RETURN OF BIDDER'S GUARANTEES. within ten (10) days after the award of the contract the Cit of Bakersfield will return any monies or form for deposit of money that are not to be considered y in making the award. All other proposal guarantees will be held until the contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. 8 SECTION 4 - BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES 4-1.01 GENERAL. Attention is directed to the provisions of Section 8, Article 8-1.03, "Beginning of Work," Article 8-1.06, "Time of Completion" and Article 8-1.07, "Liquidated Damages," of the Standard Specifications, and is specifically hereby made a part of these special provisions. The first paragraph of Section 8-1.03, "Beginning of Work," of the Standard Specifications, is amended to read: The Contractor shall begin work within fii~een 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 compensation for conforming to the requirements of aboveparagraph,shall beconsidered asincluded in the prices paid for the various items of work and no additional allowance will be made therefor. The Contractor shall furnish the Engineer with a statement from the vendor that the order for the electrical materials required for this. contract has been received and accepted by said vendor, and said statement shall be furnished within. fifteen (15) calendar days from the date of the contract. Said statement shall show the date or dates the electrical materials will be shipped. No work shall begin on the project without prior written approval of the Engineer until all components necessary for operation of the signal system are on hand. The Contractor will be granted an extension of time and will -not be assessed with liquidated damages or the cost of engineering and inspection for any portion of the delay in completion of the work caused by manufacturing time should approval be given to begin prior to delivery of alt signal .system components. The number of days extension shall be the working days between the date as determined according to Special Provisions, Article 4-1.01, and the date of receipt of all components as determined by the Engineer. Upon receipt of all components, the Contractor shall notify the Engineer in writing and the Engineer will order start of work in writing. 9 SECTION 5 -GENERAL 5-1.01 STATE CONTRACT ACT NOT APPLICABLE. Sections 1-1.40, "State. Contract Act," and 9-1.10, "Arbitration," of the Standard Specifications are deleted. This contract is not governed by the provisions of the State Contract Act. The adoption and use of the Standard Specifications in the performance of the work called for in this contract shall not be construed as an election by the City to proceed under Section 20396 of the Public Contract Code. In the event that a dispute arises between the parties, they are not obligated to submit the matter to arbitration in any form (although they may~do so upon written agreement). 5-1.02 ALTERATION IN QUANTITY OF WORK. Increases or decreases in work ' exceeding an amount of $10,000 or tivhich, together with all other previously approved change orders for that contract exceeds twenty-fve percent (25%) of the original contract amount, must be authorized by the City Council. 5-1.03 CONTROL OF WORK. Control of work shall conform to the provisions in Section 5, "CON'TROL OF WORK," of the Standard Specifications and these special provisions. Section 5-1.02 "Plans and Working Drawings", of the Standard Specifications is amended by adding the following paragraph after the fourth paragraph: Working drawings or plans for any structure not included in the plans furnished by the Engineer shall be approved by the Engineer before any work involving these plans shall be performed, unless approval is waived in writing by the Engineer. Section 5-1.07 "Lines and Grades" of the Standard Specificationsisamended byaddingthe following paragraph ailer the first paragraph: Three .consecutive points shown on the same rate of slope must be used in common, in order to detect any variation from a straight grade, and in case .any such discrepancy exists, it must be reported to the Engineer. If such a discrepancy is not reported to the Engineer, the Contractor shall be responsible for any error in the finished work. The second paragraph in Section 5-1.07, °'Lines and Grades" of the Standard Specifications is amended to read: When the Contractor requires such stakes or marks, he shall notify the Engineer of his requirements in writing a reasonable length of time in advance of starting operations that require such stakes or marks. In no event, shall a notice of less than Z4 hours be considered a reasonable length of time. Section 5-1.08, "Inspection" of the Standard Specifications is amended by adding the following paragraph after the first paragraph: Whenever the Contractor varies the period during which work is carried on each day, he shall give due notice to the Engineer, so that proper inspection may be provided. Any work done in the absence of the Engineer will be subject to rejection. 5-1.04 PREVAILING WAGES. Pursuant to Chapter 1 of Part 7 of Division 2 of the Labor Code (commencing tivith Section 1720), Contractor agrees. that in performing said tivork, by himself or through any subcontractor, eight hours' labor shall be a day's work and forty hours' labor shall be a week's tivork, and that Contractor shalt keep an accurate record showing tl~e name and actual hours worked for all workers employed in said work, and that said record shall be kept open at all reasonable hours for inspection pursuant to Section 1812 of the Labor Code. The Contractor and all Subcontractors shall pay not less than the general prevailing rate of per diem 10 wagesand the general prevailing rate for holiday and overtime to all workers employed in the construction of this project. The prevailing rate for each Grail, classification or type of work is determined by the Director of the California Department of Industrial Relations, and his schedule of prevailing rates is on file and available for inspection in the Public.Works Department. The schedule is incorporated herein by this reference. The City shall have the right to inspect payroll records during normal working hours and shall have the right to question workers at any time concerning the wages being paid. Contractor shall not interfere in any way with the City's right to investigate conformance with the wage provisions of this contract. Contractor shall forfeit to the City for each worker employed for each calendar day or portion thereof; a. FIFTY DOLLARS ($50) 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 required to workmore than eight (8) hours per day or more than forty (40) hours per week, except as provided in Section 1815 of the Labor Code. 5-1.05 PAYROLL RECURDS. The fourth paragraph in Section 7-1.OlA(3), "Payroll Records," of the Standard Specif ications is deleted and shall not apply to this contract. , 5-1.06 LABOR NONDISCRIMINATION. Attention is directed to Section 7-1.OlA(4), "Labor Nondiscrimination," of the Standard Specifications and these special provisions. Attention is also directed to the requirements of the California Fair Employment and Housing Act Government Code Sections 12900 through 129.96), to the regulations promulgated by the Fair Employment and Housing Commission to implement said Act, and to the nondiscrimination, airrmative action and equal employment opportunity requirements in the special provisions. 5-1.07 APPRENTICES. The Contractor's attention is directed to .Article 7-1.OlA(5), "A rentices," of the Standard Specifications. All Contractors and Subcontractors shall comply with the provisions of Pp Labor Code Sections, l7??.5,1777.6, and 17?7.7 relating to the employment of apprentices. K the Contractor does- not have a union contract which provides for apprentices, the Contractor and all Subcontractors shall submit one of the following: 1. A copy of a "REQUEST FOR AN APPLICATION FUR A CERTIFICATE OF APPROVAL TO EMPLOY AND TRAIN APPRENTICES ON PUBLIC WORKS." This request shall be submitted to the local Department of Industrial Relations, Division of Apprenticeship Standards on the Contractor's and each Subcontractor's letterhead or DAS 140, enclosed with these specifications. 2. A copy of an approval to employ and train apprentices from the local Department of Industrial Relations, Division of Apprenticeship Standards. 3. Proof of a Collective Bargaining Agreement with the Joint Apprenticeship Committee providing for apprentices. One of the above shall be submitted by the low bidder tb 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 6705 of the Labor Code which provides that the Contractor's responsibility shall be as follows: If the contract price for the project includes anexpenditure inexcess ofTWENTY-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 desi n of shoring, bracing, sloping or other provisions to be made for worker protection during the g 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 e~'ective 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 i n 7-1.OlI "Sound Control Re uirements," of the Standard .Specifications and these special provisions in Sect o q .provisions. The noise level from the Contractor's operations, between the hours of 9:00 P.M. and 6:00 A.M., shall not exceed 86 dbA at a distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise level. i noise level re uirement shalt a ly to all equipment on the job or related to the job, including but Sad q pP not limited to trucks, transit mixers or transient equipment that may or may not be o`vned by the .Contractor. The use l d sound si nals shall be avoided in favor of light warnings except those required by safety laws for the protection of ou g of personnel. Full compensation for conforming to the requirements of this section shall be considered as included in the rices aid for the various contract items of work involved and no additional compensation will. be allowed p p therefor. 5-1.10 PERMITS AND LICENSES. The Contractor shall procure all permits and licenses, . a all char es and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work PY g from an and all governmental organization-which require such permits, licenses or fees. The Contractor shall procure Y a business license in the City of Bakersfield. WORKING HOURS. Contractor shall limit his Feld working hours from 7:00 A.M, to 51.11 4:30 P.M. Honda throw h Frida .Any deviations must be requested and in writing and directed to the Construction En ineer at the Pre-Job Conference. Written approval from the Construction Engineer is required for work beyond g these limits. An time work proceeds, which requires inspection services for more than an eight (8) hour work Y da or on holidays or weekends, the Contractor will be charged for all associated overtime charges and said charges y, may be withheld from contract retention. 12 5-1'.12 LAWS TO BE OBSERVED. The Contractor shall keep himself fully informed of all existing and future State and National laws and all municipal ordinances and regulations of the City of Bakersfield which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or - .authority over the same. 5-1.13 CONTRACTOR'S INSURANCE, The Contractor shall not commence work under this contract until he has obtained all insurance required under this section and the required certificates of insurance have been filed with and approved by the City Risk Manager and the Public Works Department, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until said certificates of insurance have been filed and a roved b the City Risk Manager and the Public Works Department. Contractor shall be responsible for pP Y any deductibles under all required insurance policies. 5-1.13A HULD HARMLESS. The Contractor shall save, hold harmless and indemnify the City, its ofrcers, 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 ~vith 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 a reement and specifications, the Contractor shall procure and maintain for the duration g of this agreement the following types and limits of insurance: Automobile liabili , 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 {$1,000,000) per occurrence; and The automobile liability policies shall provide coverage for owned, non-owned and hired autos. General liabili , insurance, providing coverage on an occurrence basis far bodily injury, including death, of orie or more persons, property damage and personal injury, with limits of not less than one million {$.1,000,000) per occurrence. ' The liability policies shall provide contractual liability coverage for the terms of this agreement. The liability policies -shall contain an additional insured endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers; Workers' compensation with statutory limits and employer's liability insurance with limits of not less than one million ($1,000,000) 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 policies required of the Contractor hereunder shall be primary insurance as respects the City, its mayor, council, officers, agents, employees and volunteers and any insurance orself-insurance maintained by the City, its mayor, council, officers, agents, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. All policies shall contain the following endorsements: An endorsement providing the City with ten (30) days written notice of cancellation or material change in policy language or terms. 13 If any part of the work under this agreement is sublet, similar insurance shall be provided by or on ~ behalf of the subcontractors to cover their operations. The insurance required under this agreement shall be maintained until all work required to be performed under the terms of this agreement is satisfactorily completed as evidenced by formal acceptance by the City. All costs of insurance required under this agreement shall be included in the Contractor's bid, and no additional allowance will be made for additional costs tivhich may be required by extension of the insurance policies. 5-1.14 CONTRACTOR'S AUTHORITY. At the preconstruction meeting, the Contractor shall rovide the City with the foreman's or superintendent's name who will be in charge of this project. p 5-1.15 DAMAGE BY STORM, FLOOD, TIDAL WAVE OR EARTHQUAKE. section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications is deleted and shall not apply to this contract. 5-1.16 WORK IN -CITY STREETS. All of the work shown on the plans and included in ifications that is located in the ublic streets in the City of Bakersfield shall be done in accordance with City these spec p .Ordinance .regulating the use of public streets within the City, except as otherwise provided herein. The Contractor shall inform himself as to all regulations and requirements of the City Engineer and Su erintendent of Streets of the Ci of Bakersfield and shall conduct his operations in compliance therewith. p ty 5-1.17 RIGHT OF WAY. The right of way for the work to be constructed will be provided by , the Cit .The Contractor shall make his own arrangements, and pay all expenses for additional area required by him y 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, h Contractor has violated an terms of this contract, failed to supply an adequate working force, or material of proper to y ,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. U on receivin notice of such suspension, the Contractor shall discontinue said work, or such parts of it p g as the Ci Council may designate. Upon such suspension, the Contractor s control shall- terminate, and thereupon the ty City Council, or its duly authorized representative; may employ other parties to carry the contract to completion, em to the necessa workmen, substitute other machinery or materials, and purchase the materials contracted for, in py ry such manner as the Engineer may deem proper; or the City Council may annul and cancel the contract and re-let the work or an art thereof. Any excess of cost arising therefrom over and above the contract price will be charged Yp 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 sus ension of the operations of the contract and tl~e completion of the work by the City as -above provided, p and the Contractor will be so credited with any surplus remaining a.f~er 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 authority to suspend the work wholly or in part, for such period as he may deem necessary, due to unsuitable ~veather, or to such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as he may deem necessary, due to the failure on the part of the Contractor to carry out orders given, or to perform any provisions of the work. The Contractor shall immediately obey such order of the Engineer and shall not resume the work until ordered in writing by the Engineer. 5-1.20 PAYMENTS. Attention is directed to Sections 9-1.06, "Partial Payments," and 9.1.07, "Payment After Acceptance," of the Standard Specif cations and these special provisions. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. 5-1.21 FINAL PAYMENT. In addition to the conditions, provisions, and requirements of Article 9-1.07B, "Final Payment and Claims," of the Standard Specifications, the following shall apply: The City may withhold funds, or because of subsequently discovered facts, nullify the whole or any part of any certificate-for payment, to such extent as may be necessary to protect the City from loss due to causes including but not limited to the following: a. Defective work not remedied; b. Claims filed or information reasonably indicating probable filing of claims; c. Failure of Contractor to make payment due for materials and/or labor; a. Information causing reasonable doubt that the contract can be completed for any unpaid balance; e. Damages to another Contractor; and f. Breach of any terms of this contract. When any and all such causes are removed, certificates shall be issued for amount withheld. The fiBh paragraph in Section 9-1.07B, "Final Payment and Claims," of the Standard Specifications is amended to read: The Director will make the final determination of any claims which remain in dispute after completion of claim review. A board or person designated by said Director will review such claims and make written recommendation thereon. The City Engineer shall, after the completion of the contract, make a final estimate of the amount of work done thereunder, and the value of such work, and the City shall pay the entire sum so found to be due after deductin therefrom all previous payments .and all amounts to be kept and all amounts to be retained under the g provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. The final payment shall not be due and payable until the expiration of thirty (30) days from the date the "NOTICE OF COMPLETION" is recorded at the County Recorder's Oirice and after execution and return by the Contractor of the attached GUARANTEE when applicable. It is mutually agreed bet~veen the parties to the contract that no certificate given or payments made under the contract except the final certificate or final payment, shall be conclusive evidence of the performance of the 15 contract, either wholly or in part, against any claim of the party of the first part, and no payment shall be construed to be an acceptance of any defective work or improper materials. And the Contractor further agrees that the payment of the final amount due under the contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City, the City Council, and the Engineer from any and all claims or liability on account of work performed under the contractor any alteration thereof. 5-1.22 INCREASED OR DECREASED QUANTITIES. The word "compensation" in the following paragraphs of the Standard Specircations 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. lb SECTION 6 CONTROL OF MATERIALS 6-1.01 GENERAL. Control of materials shall conform to the provisions in Section 6, "Control of Materials," of the Standard Specifications and these special provisions. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by the contractor or producer of all materials to be used in the ~vork, for testing or examination as desired by the Engineer. All tests of materials furnished by the contractor shall be made in accordance with commonly recognized standards of national organizations, and such special methods and tests as are prescribed in the specifications. 6-1.02 BORROW, DISPOSAL AND MATERIAL SITES. The operation of any borrow or disposal sites used by the Contractor to produce or dispose of material for this project shall comply with the requirements in the Standard Specifications and these special provisions. All provisions for water pollution, and sound control that apply within the limits of the contract shall apply to all borrow or disposal sites utilized by the Contractor. Upon completion of the work, all such sites and haul roads shall be graded and treated. so that, at the time of final inspection of the contract, they will drain, will blend with surrounding terrain, and tivill have a potential as a source of blowing dust or other pollution which is no greater than when in their original condition. If the Contractor obtains necessary permits for borrow, disposal or material sites from the authority Navin 'urisdiction or from the appropriate pollution control boards and such permits contain requirements which gJ conflict with the requirements in the first and second paragraphs of this section, the requirements of the permits shall govern over the conflicting requirements of this section provided the permit requirements have been approved by the Engineer. Full com ensation for complying with the requirements for borrow, disposal and material sites in this p section shall be considered as included in the contract prices paid for the items.of work tivhich require the use of the sites and no additional compensation will be allowed therefor. 6-1.03 CERTIFICATES OF COMPLIANCE. In accordance with Section 6-1.07 "Certificates of Com liance," of the Standard Specifications, the Engineer may permit the use of certain p materials or assemblies, prior to sampling and testing, if accompanied by a Certif cate of Compliance. 17 N DETAILS SECTION 7. CONSTRUCTIO . SECTION 7-1 GENERAL 7-1.01 ORDER OF WORK. (Not a bid item) Order of work shall conform to the provisions in Section 5-1.05, "Order of Work," of the Standard Specifications and these special provisions. All striping removal shall be completed a minimum of 2 days prior to signal being placed into operation. Pavement delineation shall be replaced by temporary delineation before opening the traveled way to public traffic. Temporary delineation shall consist of reflective trafl"ic line tape applied in pieces not less than 4 inches long nor less than 4 inches wide spaced no more than 10 feet apart on curve nor more than 20 feet apart on tangents. Reflective traffic line tape shall be applied in accordance with the manufacturer's instructions. Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be considered as included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefor. When initiall installed, all vehicle and pedestrian signal faces shall be aimed and covered with Y cardboard or other material with an observation hole (max. l" dia.) in front of each. signal indication. The covers shall remain in lace until all si nal operations have been checked and signal is placed into operation. 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 shail be in place. For accessibility purposes, all sidewalk and handicap ramp installation at and around the controller must be com feted for a minimum of two days prior to signal turn on and commencement of the Functional Test. P, 7-1.02 OBSTRUCTIONS. (Not a bid item) Attention is directed to Section 8-1.10, "Utility and Non-Hi hway Facilities," of the Standard SpeciCcations, the plans, and the special provisions. g The Contractor will be required to work around public utility facilities and other improvements that are to remain in place within the construction area or that are to be relocated and relocation operations have not been com feted. In accordance with the provisions of Article 7-1.11,"Preservation of Property," and 7-1.12, "Responsibility P .for Damage," of the Standard Specifications, the Contractor will be liable to owners of such facilities and im rovements for an damage or interference with service resulting from conducting his operations. The exact p Y .location of underground facilities and improvements within the construction area shall be ascertained by the Contractor before using equipment that may damage such facilities or interfere with the services. Other forces maybe en a ed in moving or removing utility facilities or other improvements or maintaining services or utilities. The gg Contractor shall cooperate tivith such forces and conduct his operations in such a manner as to avoid any unnecessary delay or hindrance to the work being performed by other such forces. An Bela to the Contractor due to utility relocation whether or not the utility is shown or correctly Y Y located on the plans will not b~e compensated for as idle time. However, additional contract time commensurate with such delays may be allowed. Prior to commencement of any phase of construction involving landscaping or irrigation systems, the Contractor shall contact the City Parks Division at 326-3117 for the purpose of ascertaining the locations and current o erational status of ail landscape irrigation wiring, mainlines, laterals and other facilities. p Due care shall be taken to minimize damage to existing irrigation systems and plant materials. The Contractor shall be res onsible for repairing and reconnecting severed or damaged lines and/or wiring p and replacement of damaged plant material at his o~vn cost. In the event of interruption of irrigation 18 o rations due to damage by the Contractor, the Contractor shall be responsible for maintaining the l~ health of plant 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. (Not a bid item) The Contractor shall furnish, install and maintain signs, lights, slags and other warning and safety devices when performing work which interferes with or endangers the safe movement of traffic on any street or highway. Si ns, li hts, flags and other warning and safety devices and their use shall conform to the g g re uirements set forth in the current "Manual of Tratflc 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 Bakersflicld Fire Department informed at all times as to the exact ' Tess of the work and shall, notif them immediately of any streets impassable for fire fighting location and prog Y equipment. he sixteenth and nineteenth ara raphs of Section 7-1.08, "Public. Convenience," of the. Standard T P g 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 Hours OLD RIVER ROAD BOTH 8;30 - 4:30 CAMINO MEDIA BOTH 8:30 - 4:30 Where construction operations are actively in progress, a minimum of one traffic lane in each direction shall be o en for .use by public tratYic. Where construction operations are not actively in progress not less than two- such P . lanes shall be open for use by public traffic. ' he assa a of ublic traiflc through or around the work and where ordered by the In order to expedite , t p g p En sneer the Contractor shall, at his o~vn expense, furnish, install and maintain construction area signs, lights, flares, g tem ora railin {T a K), barricades, and other facilities for the sole convenience and direction of public traffic. p ry g YP Also where directed by tl~e Engineer, the Contractor shall furnish competent ilaginen whose sole duties shall consist of directin the movement of public traffic through or around the work. When deemed necessary by the City, the signs g "Road Construction Ahead," No. C-18, and "End Construction," No. C-13, shall be furnished, installed and ' the Contractor at locations as directed by the Engineer at least 48 hours in advance of any construction. maintained by 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. (Not a bid item) 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 tivork period. Temporary delineation consists of reflective trafl"ic 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. A l reflective traffic line tape in accordance with the manufacturer's instructions. Temporary delineation must be pp Y the same color as the permanent delineation. 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. ?-1.05 EXISTING HIGHWAY FACILITIES. (Not a bid item) 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 constn~ction. Existin Ci hi hwa signs and street markers shall be placed in their permanent position by the Contractor's g tY g Y forces prior to completion of construction. Signs removed from the project area shall be delivered to the City Corporation Yard at 4101 Truxtun Avenue. PAYMENT. Full compensation for conforming to the requirements of the two preceding paragraphs shall be considered as included in the prices paid for the various items of work and no additional allowance will be made therefor. ?-1.05.01 REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS. Trai~c stri es and pavement markings to be removed will be as shown on plans and as designated by the p Engineer. Traffic stripes and pavement markings shall be removed to the fullest extent possible from the pavement b an method that does not materially damage the surface or texture of the pavement or surfacing. Y Y Where blast cleaning is used for the removal of painted traffic stripes and pavement markings, the area shall be shielded so that no material from the blasting operation is allowed to enter the area that is open to public trafrc. Sand or other material deposited on the pavement as a result of removing traiftc stripes and markin s shall- be removed as the work progresses. Accumulations of sand or other material tivhich g might interfere with drainage or might constitute a hazard to traffic will not be permitted. TraiEc stripes shall be removed before any change is made in the traffic pattern. Blast cleaning for removal of traffic stripes shall be feathered out to irregular and varying widths. Pavement markings shall be removed by blast cleaning a rectangular area, rather than just lettering or markings, so the old message cannot be identif ied. Amer removal of traffic stripes and pavement markings, a fog seal coat shall be applied in conformance with the provisions in Section 37, "Bituminous Seals," of the Standard Specifications and the following: 20 In traffic stripe removal areas, the fog seal coat shall be applied over the traffic stripe removal area and to irregular and varying widths with an average width of 2 feet on each side of the blast cleaned traaiiP'ic stripe removal area. In pavement marking removal areas, the fog seal coat shall be applied to the blast cleaned rectangular area. Full com ensation for furnishing and applying fog seal coat as specified herein shall be considered as p included in the contract price paid per square foot for removal of traffic stripe and pavement marking and no separate payment will be made therefor. Nothin in these special provisions shall relieve the Contractor from his responsibilities as provided in • g n rd S ecif ications. Section 7-1.09, Public Safety, of the Sta da p MEASUREMENT AND PAYMENT. Quantities of traffic stripe removed will be determined by the width of the stripe plus 0.67-foot multiplied by ~ the length of the stripe. The space between double traffic stri es will be measured as painted tra0c stripe. Quantities of pavement markings removed will p be determined by the 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 of g authorized stripe removal. The contract unit price per square foot for removal of traffic striping and pavement markings shall include full com ensation for furnishing all labor, materials, tools, .equipment, signs .and for doing all P work necessary for removing existing striping as shown on plan and as directed by the Engineer. ?-1.05.02 REMO'~E ROADSIDE SIGNS. Si n structure removal shall consist of removing posts, frames, portions of foundations, and sign panels. g Sign panels shall be salvaged. A si n structure shall not be removed until said structure is no longer required for the direction of public g trairic. MEASUREMENT AND PAYMENT. Remove Roadside Signs shall be paid for at the contract unit price. - LEAKING AND GRUBBING. (Not a bid item) Clearing and grubbing shall conform to the 71.06 C rovisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these special provisions. p Clearin and rubbing shall be limited to those areas actually a~'ected by the planned construction as directed g g by the Engineer, 7-1.07 DUST CONTROL. (Not a bid item) It shall be the Contractor's responsibility to prevent a dust nuisance from on inating from the site of the .work as a result of his operations, or the traveling public, during -the g effective eriod of this contract. Preventative measures to be taken by the Contractor shall include but shall not be P limited to the following: 1. Water shall be applied to all unpaved areas as required to prevent the surface from becoming dry enough to permit dust formation. 2. Paved surfaces over which vehicular trafYic is permitted to travel shall be kept free of dirt. 21 Temporary suspension of the work, either as a result of order~by the Engineer, or as a result of conditions be and the control of the Contractor shall not relieve the Contractor from his responsibility for dust control as set forth Y herein. MENT. Full com ensation for conforming to the requirements of this article shall be considered as PAY p included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor. 7-1.08 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 si ns 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 ermitted provided that the perimeter of the damaged area is sawcut to the limits required to form a neat P finish as directed. by the Engineer. Signs shall be installed as shown on the plans. Sign panels shall be mounted on osts with Hawkins M2G series bolt and vandal proof nut assembly or equal. Roadside signs p installed er Std. T-19 shall be located within sidewalk b" from back. Signs mounted on signal or other poles p shall be attached tivith stainless steel strap and vandal proof bolt and nut assembly. Warnin and Re lato si ns panels shall be mounted on posts with Hawkins M2G series bolt and vandal roof nut assembl al. Roadside signs installed per Std. T-19 shall be located within sidewalk b" from back. p Y q Si ns mounted on si nal or other poles shall be attached with stainless steel strap and vandal proof bolt and nut g g assembly. ENT AND PAYMENT. Miscellaneous roadside signs shall be paid for at the contract MEA5UREM price per unit for Install Roadside Signs (GSP Post}. Installation of one or more sign panels mounted on a single post shall be counted as one roadside sign (GSP Post). - VERHEAD SIGNS. Overhead signs shall conform to the applicable provisions in Section ~ 1.09 0 56, "Signs," of the Standard Specifications and these special provisions. 1 urinated street name si ns will be furnished and installed by City of Bakersfield using mast-arm Non it u g han er methods such as Ha~vkins MIOJ Series swinging sign bracket, with return spring removed, or acceptable equal. g Overhead si ns installed on signal poles, mast-arms or on flashing beacon mast-arm shall be furnished and g installed by the Contractor in accordance with the plans and these special provisions. PAYMENT. Compensation for overhead signs shall be considered included in the respective contract lump sum rice or rices for Traffic Signal and Lighting System and no additional compensation tivill be allowed therefor. P p 7-1.10 TRAFFIC STRIPES AND PAVEMENT MARKINGS. Traffic Stripes and Pavement markin s shall be thermoplastic and shall conform to Section 84-2, "Thermoplastic Traffic .Stripes and Pavement g nd these s ecial rovisions. Markings, of the Standard Spec~ficat~ons, a p p 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. Where s ecired on the plans the contractor shall use permanent striping tape of a type approved by the p ' rnia De artment of Transportation, except that STAMARK Brand Pavement Tape, Bidymmetric 1.75 Grade, Califo p 22 manufactured b 3M Company, shall not be used. Pavement tape shall be installed in accordance with the Y manufacturer's specifications. MEASUREMENT. Traffic Stripes will be measured by the lineal foot of Striping Detail specified. The pavement -tape will be measured and paid for as paint traii'ic stripe. Striping Details are referenced in the bid items, the plans and the Standard Plans. PAYMENT. The contract prices paid per linear foot for application of Traffic Stripes set forth in the plans, Standard Specif cations and these Special Provisions shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in applying said stripes, markings and permanent tape. 23 N 7-2 TRAFFIC SIGNALS AND LIGHTING SECTI~ 7-2.01 TRAFFIC SIGNAL AND LIGHTING SYSTEM. Traffic signal and lighting system shall conform to the provisions in Section 86 of the Standard Specifications and these special provisions. 7-2.01.01 F(JUNDATIONS. 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. -2 01.02 STANDARDS STEEL PEDESTALS AND POSTS. Standards, steel pedestals 7 ~ and. osts shall conform to the provisions in Section 86-2.04, "Standards, Steel Pedestals and Posts", of p the Standard Specif ications and these special provisions. A ull rope shall be installed in all mast arm poles with luminaires from the hand hole at the base of the P ole up through the luminaire arm to the luminaire. The pull .rope shall be nylon or polypropylene with a p minimum tensile strength of 500 pounds. At least 2 feet of pull rope shall be doubled back into the pole or arm at each termination. 7-2.01.03 CONDUIT. Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions. nduits ma be installed b either 'acking/drilling oropen trench methods except where a specific Co Y , y J method is required on the plans. Trenching in Pavement Method" for installation of conduit in pavement, except in paved medians, shall conform to the following specii ications: 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 placed in the bottom of the trench and the trench shall be backfilled with a one (1}sack slurry cement backfill. Slurry cement backfill shall be placed to within 0.20 feet of the avement surface. The to 0.20 feet shall be backfilled with asphalt concrete produced from commercial p p quality paving asphalt and aggregates. 3. Prior to spreading asphalt concrete, paint binder shall be applied as specified in Section 39-4.02, "Prime Coat and Paint Binder," of the Standard Specifications. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surface of uniform smoothness, texture, and density. 4. All excavated areas in the pavement shall be backfilled except for the top 0.20 foot, by the. end of each work day. The top O.ZO 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. 24 ull ro a conformin to Section 86-2.OSC "Installation" of the Standard Specification shall be included Ap p g in all conduit for installation of future conductors. 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 jackingldrilling are necessary. Removal P and replacement of entire sidewalk area for jacking/drilling pits is also allowed. De endent upon adverse soil conditions or other circumstances encountered at the time of construction, p . the Engineer may specify which of the above methods may be used. 7-2.01.04 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. 7-2.01.05 CONDUCTORS AND ~VVIRiNG. Conductors and wiring shall conform to the rovisions in Section 86-2.08, "Conductors," and Section 86-2.09, "Wiring," of the Standard P Specifications and these special provisions. CONDUCTORS -The Contractor shall use multi-conductor electrical cables for all circuits except .lighting 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 o tical detector cable (3-M Opticom Mode1138 or equal) shall have four conductors of AWG #20 p 7X28 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.returntyire for optical detector power c. Yellow for optical detector. signal #1 d. Blue for optical detector signal #2 7-2.01.06 SERVICE. Service shall conform to the provisions in Section 86-2.11, "SERVICE", of the Standard Specifications and these special provisions. Unless otherwise noted, service pedestal shall be Type IIIBF, per Caltrans Standard Plan ES-2E, with for hotoelectric unit and shall be furnished with 60 amp, 240 volt, 3 pole main breaker and. the window p following branch circuit breakers: Am s Phase Volts Branch Metered No. 1 50 1 110 Traffic Signal. Yes 4 2 30 1 110 Lighting No The En ineer will arrange with the serving utility to complete service connections to service points g shown on the plans and will pay all required costs and fees required by the utility. 25 7-2.01.07 TESTING. Testing shall conform to the provisions in Section 86-2.14, "Testing," of the Standard Specifications and these special provisions. The signal shall not be placed in flashing mode, with signal faces uncovered, prior to Functional Testing. FUNCTIONAL TESTING. All functional testing shall conform to the. provisions is Section 86 2.14C "Functional Testing," of the Standard Specifications and the following paragraph: Functional test period is included in the number of working days to complete the project as described in SECTION 4, "BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES" of these special provisions. 7-2.01.08 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 Speci:f ications, shall be amended to read as follows: Post top slip-fitters and terminal compartments shall be cast bronze orhot-dip galvanized ductile iron. 7-2.01.09 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 li ht sources, each consisting of luminous tubing and power supplies for the luminous tubing. g The messa a late shall be 1/8 inch nominal thicknessultraviolet-stabilized, prismatic-patterned gp polycarbonate plastic; 3/16 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 ~vhen the message plate is in use or is washed. The symbols shall be the only illuminated portion of the message plate. The messa a late shall be sealed to a polycarbonate case to form a dust tight and weatherproof module. gP 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. 26 7-2.01.10 LUMINAIRES. Luminaires shall conform to the provisions in Section 86-6.01, "High Intensity-Discharge Luminaires," of the Standard Specifications and these special provisions. 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. 7-2.01.11 PHOTOELECTRIC CONTROLS. Photoelectric controls shall conform to the rovisions in Section 86-6.07, "Photoelectric Controls", of the Standard Specifications and these special P provisions. Each luminaire shall be provided with a Type IV photoelectrical control. 7-2.01.12 CONTROLLERS, CABINETS AND AUXILIARY EQUIPMENT. The Ci will furnish the controller and cabinet assembly for each location. The central pad on the ty 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. - 3 DETECTORS. Detectors shall conform to the provisions in Section 86-5, "Detectors," of 7.2.01.1 the Standard Specifications and these special provisions. Location and layout of detector loops shall. be as directed by the Engineer. CONSTRUCTION MATERIALS: ~ -'n cables shall conform to the rovisions in Section 86-S.OIA (4), "Construction Loop detector lead i P Materials," of the Standard Specifications and these special provisions. Loo detector lead-in cables shall be Type B, and shall conform to the following: p Loo wires in the ull box shall be twisted at a minimum rate of 5 turns per foot, and .the splice must be p P 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 s ade connectors used to attach to terminals inside the controller cabinet shall be crimped and p soldered to the conductor. INSTALLATION DETAILS: Installation details shall conform to the provisions in Section 86-S.OIA 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. nductors are installed in slots cut in the pavement, the slots shall be filled with epoxy sealant After co conforming to the requirements in Section 95-2.09, "Epoxy Sealant for Inductive Loops," to within 118 ' f the avement surface. The sealant shall be at least 112 inch thick above the top conductor in the inch o p saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. ' ealant s cified above slots may be filled with either of the following materials: In heu of the epoxy s pe 1. An elastomeric sealant conforming to Section 86-S.OIA (5) of the Standard Specifications. 27 1 2. As haltic Emulsion Inductive Loop Sealant conforming to Section 86-S.OIA (5) of the Standard P . Specifications. Identification of each conductor pair shall consist of labeling the phase and detector slot number (e.g. - 6J2L, $J8U, 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 s ant. 7-2.01.14 GUARANTEE. The Contractor shall furnish a written guarantee to the City on the form attached, guaranteeing all systems, except trailic signal lamps, installed under this contract for a period of one (1) year from the date of acceptance of the work. The guarantee, properly executed, shall be filed with the Ci before notice of completion and final acceptance is made by the City of the work described ty on the plans and these special provisions. MEASUREMENT AND PAYMENT. Payment for signals and lighting shall conform to the provisions in Section 86-8, "Payment", of the Standard Specifications and these special provisions. nsationforast-in-drilled hole concrete pile foundations shall be considered as included in the Full compe . contract lump sum price paid for the item requiring foundations and no separate payment will be made therefor. 7-2.02 TRAFFIC SIGNAL INTERCONNECT ..Traffic Signal Interconnect shall conform to Section 86 of the Standard. Specifications and these special provisions. Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions. Si nal Interconnect Cable shall be sixltwelve pair as shown on the plans and .shall conform to the , g rovisions in Section 86-2.08E, "Signal Interconnect Cable," of the Standard Specifications and these special P provisions. . The conductors shall be solid # 19 AWG annealed copper in twisted pairs. The conductors- shall be no less than 4 turns er 14 inches for twelve pair cable and 3.5 turns per 14 inches .for six pair cable. The cable shall p have a corrugated copolymer-coated 8-mil aluminum tape applied longitudinally over the core wrap. These cables must meet the requirements of PE-39 and ANSUICEA 5-84-608-1988. ro a conformin to Section 86-Z.OSC "Installation" of the Standard Specification shall be included in all A pull p g interconnect conduit for installation of future conductors. MENT AND PAYMENT. Full com ensation for furnishing. and installing traffic interconnect including MEASURE p conduit cable, ull rope, pull boxes, LB connectors, sidewalk replacement, excavation, trenching, backfilling and P avement atching shall be considered as included in the contract price paid per lineal foot of Tra.~ic Signal p P Interconnect, and no additional compensation will be made therefor. 7-2.02.01 TRAFFIC SIGNAL INTERCONNECT CONDUCTOR Shall conform to 3 Section 7-2.0~ of these special provisions. MEASUREMENT AND PAYMENT. Full compensation for furnishing and installing Interconnect Conductor into existing conduit shall be considered as included in the contract price paid per lineal foot of Trail'ic Signal Interconnect Conductor, and no additional compensation will be made therefor. 28 I 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 emulsion for ,p use ~n sealing inductive wire loops and leads imbedded ~n asphalt and Portland cement concrete. This sealant is suitable for use infreeze-thaw environments. 2.0 APPLICABLE SPECIFICATIONS The followin s ecifications, test methods and standards in effect on the opening date of the Invitation gp 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 80I0•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 com osition of the loop sealant shall be a sand filled, pourable, water emulsified bitumen. It will be p the manufacturers responsibility toproduce cone-component product to meet the properties specified herein. 3,2 Characteristics ofthe Sealant 3.2.1 Residue by evaporation, weight percent 70 Minimum Use ASTM D2939 ~h content wei ht ercent SO to 65 3.2.2 As g p Use ASTM D2939 29 As Baltic Emulsion Inductive Loop Sealant 8040-41A-15 P 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 I25 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 50 10%relative humidity. Condition mandrel and specimens 2 hours at 75 2deg.F. before test. Use aluminum panels, 0.03 inches thick (Q panel or equal). '1 Stren h si 20 minimum 3.3.2 Tensi a gt , p , 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 Elon ation % 2.0 nun~mum g , Same conditions as 3.3.2 use ASTM D2523 3 3.4 Slant-shear stren to concrete, psi, 150 minimum, . Use California Test Method No. 434, Part VIII. Space with no loss dam blocks with 0.25- inches between slant faces, seal . of adhesion to p sides and bottom with tape and fill with tl~e well stirred concrete sample, strike off the excess. Dry in 140deg.F oven to constant weight and condition l day at 75 +l- 2deg.F before testing. Load rate to be SOOO lbslminute. 3.3.5. Resistance to water No . blistering, Use ASTM D2939, Alternative B re- emulsification orloss ofadhesion 9 3.4 Workmanship 3.4.1 The sealant shall be properly dispersed and any settling shall be easily redispersed with minimum resistance to the sidetivays manual motion of a paddle across the bottom of the container. It shall form a smooth uniform roduct of the proper consistency. If the material cannot be easily redispersed due to p excessive settlement as described above or due to any other cause, the sealant shall be considered unfit for use. 30 As haltic Emulsion Inductive Loop Sealant ~ 8040-41A-15 p 3.4.2 The sealant shall retain ali 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.o 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 1 s othen~vise ermitted b the En ineer, the material shall be sampled at the place. of manufacture Un es p Y g and application will not be permitted until the material has been approved by the Engineer. _ 5.o 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 manufacturers batch number. The manufacturer shall be responsible for proper shipping labels as outlined in Code of Federal Regulations, Hazardous Materials and Regulations Board, Reference 49 CFR. 6.0 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. 31 Asphaltic Emulsion Inductive Loop Seat~nt 8040-41A•IS b.2 Patents The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work, and agrees to indemnify and save harmless .the State of California, and its duly authorized representatives, from -all suits at law or action of every nature for, or on account of, the use of any patented materials, equipment, devices or processes. b.3 Certificate of Compliance The manufacturer shall furnish a Certificate of Compliance with each batch of sealant, in accordance with the provision of Section b-1..07 of California Department of Transportation Standard Specifications, July 1992. t 32 y PROPOSAL FOR TRAFFIC SIGNAL AND LIGHTING SYSTEM ON OLD RIVER ROAD AT CAMINO MEDIA To the City Clerk of the City of Bakersfield: ndersi ed as bidder, declares that the only persons or parties interested in this proposal as principals The u gn ~ ~ n other erson firm or co oration; that are those named herein; that this proposal is made without collusion with a y p ~ refull examined the location of the proposed work, the annexed .proposed form of contract and the plans he has ca y ~ al is acce ted that he will contract with the City of therein referred to; and he proposes and agrees if this propos p r field in the rescribed form of contract hereto annexed, to provide all necessary machinery, tools, apparatus B es , P f construction and to do all the work and furnish all the materials in accordance with the plans and and. other means o ' r he above filed in the office of the Finance Director of the City of Bakersfield and as specified in the specifications fo t ' e manner and time therein prescribed, and according to the requirements of the Engineer as therein set contract, in th he will take in full a merit therefor the unit prices or lump sums set forth in the following schedule: forth, and that p Y r i ned further a rees that in case of default in executing the required contract, with necessary bonds, The unde s g g ' a s not includin Sunday, after having received notice that the contract is ready for signature, the within .ten (10) d y , g roe of the Ci of Bakersfield. roceeds of the check or bid bond accompanying his bid shall become the p p riy tY p Bidder acknowledges receipt of the following addendum: ' learl list an and all addenda numbers received for the project above. and.on the lower left hand The bidder shall c y y corner of the sealed bid return envelope. UNIT OF ITEl1Z UNIT PRICE EXTENSION Item ESTIMATED (in figures) PRICE No. QUANTITY MEASURE (in figures) .580 SQFT Remove Tra~"ic Stripes and 1. Pavement Markin s 2. 2 EA Remove Roadside Signs 3. 3 EA Install Roadside Signs 4 glp LF Permanent Striping Tape 5. 500 SQFT Pavement Markings SIGNED Biddcr . Page 1 of 2 33 T OF ITEM UNIT PRICE EXTENSION ITEI~'I ESTIMATEll UNi (in Figures) PRICE N QUANTITY ~ MEASURE (in iigure~) 0 6 40 LF Striping (Detail 28) 1 LS Trans Signal and Lighting 7. S .stem 150 LF Traffic Signal Interconnect 8, 2210 LF TraiEc Signal Interconnect 9. Conductor SIGNED Bidder TOTAL S Company Address P.O. BoY City State Zip Code Area Code Telephone Number License No. and Expiration Date NS MADE HEREIN ARE MADE UNDER PENALTY OF PERJURY THE REPRESENTATIO Page 2 of 2 34 it ion Price has been calculated by multiplying the Estimated Quantity by the Unit Price. In . The Este s ' he Estimatcd uanlit shall be unity. The Bid Total is the sum of all Extensions. Bidder the case of lump sum items, t Q y Prices and/or the Bid ' se of an discre ancy between the Unil Price(s) and the respective Extension ( ) agrees that in ca y p ' l~ 11 revail and the bid submitted shall be the correctly computed sum of all correctly Total, the Umt Pace(s) s a p ' vided however, if the amount set forth as a Unit Price is unintelligible or omitted,ten computed Extension Prices, pro ~ hall be used to determine the correct Unit Price in the amount set forth in the Extension Price column for the item s accordance with the following: 1 m sum items, the amount set forth in the Extension Price column shall be (1) Asto u p the Unit Price. . unit basis items, the amount set forth in the Extension Price column shall be (2) As to ' ' d b the estimated quantity for the item and the price thus obtained shall be divide y the Unit Price. LIST OF SUBCONTRACTORS • r 'ect shall com fete the follotiving form, setting forth the All persons or parties submitting a bid proposal on the p o~ p ~ or labor or rei~dcr ' n of tl~c mill sl~o or o[~ice or each subcontractor wlio ill perform ti` ork o name and the locatio p ' ~ nstruction of the work orimprovement inexcess ofone-half of one (l /o) , sen~ice to the Contractor in or about the. co vhichever is neater, and the ime Contractor's total bid, or TEN TI~OUSAND DOLLARS ($10,000), ~ g percent of pr • h subcontractor, This list is to be completed and submitted «ith said bid portion of the work which will be done by eac proposal. Description of portion Subcontractor s Name of work subcontractor and Street Address Cit State Zi P (attach additional sheets if needed) 35 1 IDAVIT TO BE EXECUTED BY BIDDER NONCOLLUSION AFF AND SUBMITTED WITH BID SIGNAL AND LtGHT1NC SYSTEM ON OLD R1VER ROAD AT CAMINO MEDLA TRAFFIC Stale of California.) . )SS: County of ) being f rst duly stivorn, deposes and Name sa s that he or she is of y Company Title ' 'n bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, the party making the foregoi g • r anization or co oration; that the bid is genuine and not collusive or sham, that partnership, company, association, o g ~ ~ i der io ut in a false or sham bid, and has not the bidder has not directly or indirectly induced or solicited any other b d p • fired connived or a recd-with any bidder or any1one else to put in a sham bid, or directly or indirectly colluded, consp ~ g ' iddin • that the bidder has not in any manner, directly or indirectly, sought by that anyone shall refrain from b g~ f the bidder or an other bidder or to fix a reement, .communication, or conference with anyone to fix the bid price o Y • g t element of the bid price, or of that of any other bidder, or to secure any advantage agains .any overhead, profit, or cos • n ract of an one. interested in the proposed contract; that all statements. contained in the public body awarding the co t y • rther that the bidder has not, directly or indirectly, submitted his or her bid price or any the bid are true, and, fu , eats thereof or divulged information or data relative thereto, or paid, and will not pay, breakdo~~ n thereof, or the cont ' ncrshi com an ,association, organization; bid depository, or to any member or agent any fee to any corporation, part p, p Y thereof to enectuate a collusive or sham bid." Signature of Bidder Business Address Place of Residence Subscribed and sworn to before me this_______day of ,19._____• 36 To the State of California, Department of Transportation. NONCOLLUStON AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) with Title 23 United States Code Scctioil l 12 and Public Contract Code 7106 the bidder In accordance id is not made in the interest of, or on belialF of, any undisclosed person, partnership, company, declares that the b • ' it or cor oration; that the bid is genuine and not collusive or sham; that t11C btddcr leas clot association, organizatio , p ' ~ 'n uced or solicited any other bidder to put in a false or sham bid, and has not directly or directly or indirectly i d • fired connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone indirectly colluded, consp , ' m biddiil • that the bidder has not in any manner, directly or indirectly, sought by agreement, shall refrain fro g~ ' onfcrence with an one to fix the bid price of the bidder or any other bidder, or to fix any communication, or c Y f the bid rice, or of that of any. other bidder, or to secure any advantage against the overhead, profit, or cost element o p contract• that all statements contained in the ublic bod awarding the contract of anyone interested in the proposed , P Y ' uriher that the bidder has not, directly or indirectly, submitted leis or her bid price or any bid are true; and f ntents thereof or divulged il~formation or data relative thereof, or paid, and will not pay, breakdown thereof, or the co , ' rinershi tom an association, organization, bid depository, or to any member or agent any fee to any corporation, pa p, p Y thereof to effectuate a collusive or sham bid. • Tlic aliovc Noncollusion Affida~►it is Dart of tilt Proliosal. Signing this NOTE. P1•u losal on tilt signature lioi•tion tlicrcof shall also constitute signature of this Noncollusion Affida~~it. Bidders arc cilutioncd tliiit malting a false cci•tification may subject tilt ccrti~icr to criminal prcisccution. 37 Accompanying this proposal. is the words "cash $ "casl~icr's check," "certified check," or "bidder's bond," as the (NOTICE. Insert case may be), in amount equal to at least ten percent of the total of the bid. The names of all ersons interested in tl~e foregoing proposal as principals are as follows: p IMPORTANT NOTICE ' r r their interested erson is a corporation, state legal name of corporation, also names of the If bidde o P ' Greta treasurer, and manager tllercof; if a copartnership, state true name of firm, also names • president, se ry, . . ' ' ' rtncrs com osin firm; if bidder or other interested person ~s an individual, state first of all individual cops p g and last names in full. ' rdance with att act roviding for the registration of Licensed in acco p Contractor's License No SIGN HERE Signature of Bidder ' i n the lc al name of the .corporation shall be set forth above together with the signature NOTE--If bidder ~s a corporal o , g ~ rued to si ~n contracts on behalf of the corporation; if bidder is a copartnership, the true of the officer or officers autl o g he armor or arincrs authorized to sign name of the firm shall be set. forth above together with the signature oft p p i nature ' he co artnershi ; and if bidder. is an indi~►idual, his signature shall be placed above. If s g contracts ~n behalf of t p p er of a cor oration or a incmber of a parincrsliip, a Power of Attorney must be oii file ~s by an agent, otlicr than an offic p ' kersfield rior to o cuing bids or submitted tivith the bid; otherwise, the bid will be with the City Clerk of the City of Ba p p disregarded as irregular and unauthorized. Business Address Tclcpl~one No. Place of Residence Dated , 19_____. 38 BIDDER'S BONDTO ACCOMPANY PROPOSAL (Not necessary if cash or certified check is with bid) KNOW ALL MEN BY THESE PRESENTS: THAT WE as principal, and as surely, are held and firmly bound unto the City of Bakersfield, a body politic and corporate of the State of California in the sum of _ dollars to be paid to said City, for which payments, well and truly to be made; eve bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally by these .presents. TIIE CONDITION OF TI-I IS OBLIGATION IS SUCH: That if the certain proposal, hereunto annexed, to construct in the City of Bakersfield as referred to in the NOTICE TO CONTRACTORS attached hereto, is accepted by the Council of said City and if the above bounden rinci al, heirs, executors, administrators, successors and assigns, shall duly enter info and execute a p p. contract, to construct s~~id improvements aforementioncd,snd shall execute and deliver the two bonds required by law, within ten days (not including Sunday) from the date of a notice to the above bounden principal, that -said contract is read for execution, then this obligation shall become null and void, otherwise it shall be and remain in full force Y and effect. IN WITNESS WHEREOF, we have hereunto set our bands and seals this day of ,19 (Seal) (Seal) (Seal) 39 STATE OF CALIFORNIA ) ss. COUNTY OF ) On this day of ,19 ,before me, a notary public in and for the County of , Slate of California, personally appeared personally known to me proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within- instrument as the Attorney in Fact of and acknowledged to me that. he/she subscribed the name of thereto as surety, and his own name as Attorney in Fact. IN WITNESS WHEREOF I have hereunto set my hand and affixed my official. seal the day and year in this certificate first above Written, Notary Public in and for said County and State 40 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 OLD RIVER ROAD AND CAMINO MEDIA awarded on ,between the City of Bakersfield (hereinafter referred to as the City), and the undersigned, which contract provides for the installation of lighting and/or traffic signal system ,and under which contract the undersigned has furnished and installed such system, the follotiving guarantee of the said system is hereby made. Should any of the equipment installed pursuant to said contract, except lighting elements, prove defective or should the .system as a whole prove defective, due to faulty workmanship, material furnished, or method of installation, or should said system or an art thereof fail to operate properly, as planned, due to any of the above causes, all within (1) year after date on which said YP contract is accepted by the City, the undersigned agrees to reimburse the City, upon. demand, for its expenses incurred in restoring said stems 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 Ci shall have the o tion to make any needed repairs or replacements .itself or to -have such replacements or repairs ty p he Cit. the undersi ned shall have the o tion done by the undersigned. Prior to such .replacement or repair work being done by t y, g p to make an needed re airs or replacements. In the event the City elects to have said work performed by the undersigned, the Y p undersigned agrees that the repairs shall commence to be made and such materials as are necessary shall commence to be furnished and installed within Twenty-Four (24) hours of the date specified in the City's written notircation. Contractor shall rosecute tivith due diligence to complete the work within a reasonable period of time, as specified in the City's written p notircation. Said stem will be deemed defective within the meaning of this guarantee in the event that they fail to operate as originally intended by the manufacturers thereof and in accordance with the plans and specifications included in said contract. Date Contractor's Signature Firm Address 41 GUARANTEE MATERIAL AND WORKMANSHIP r. 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 OLD RNER ROAD AT CAMINO MEDIA 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 undersi ned has installed such facilities, the follo«Jing guarantee of the said facilities is hereby made: g When the project is completed and accepted, eve 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 ~vork, 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 re lace, at our own cost and expense, any work and/or materials that tive may disturb or displace in p 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 period of time and in the event of our failure to so comply, we collectively and expressly do hereby authorize the City and/or the Ci 's re resentative, or the agent of either of them, to proceed to have such work done at our expense and we will ty p honor and pay the cost and charges therefor upon demand. This arantee is made expressly for and runs to the benefit of both the City of the above mentioned l~ construction project and the City's representative, and shall be enforceable by either of them. s DATE Contractor's Name Authorized Signature 42 y HOLD HARMLESS AGREEMENT CITY OF BAKERSFIELD IT IS HEREBY AGREED that , agrees to indemnify and hold harmless the City of Bakersfield, its agents, employees or any other persons against loss or expense ' fees b reason of the liabilit im osed by law upon the City, except in cases of the City's including attorneys y y p sole negligence, for damage because of bodily injury, including death at any time resulting therefrom, sustained by any person or persons, or on account of damage to property arising out of or in consequence of (Agreement name) IT IS FURTHER UNDERSTOOD. AND AGREED that the Contractor shall (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 43 SAMPLE SAMPLE 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 (Califorj~ia Co~oratioft, Hcrn~aii Corpotatioft, Delcrwat•e Cor~aoration, Ir~dividlr~rl, etc. referred to herein as "CONTRACTOR." RECITALS WHEREAS, CONTRACTOR represents CONTRACTOR is experienced and «~ell qualified in the field of construction; and WHEREAS, CITY desires to employ CONTRACTOR to as set forth herein. NOW, 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 specircally 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 5. Performance Bond 6. Material and Labor Bond 7. Letters of transmittal, if any 8. All provisions required by la~v to be inserted in this contract tivhether actually inserted or not. 9. Hold Harmless Agrcemc~lt 10. Current State of California DAS 140 Form (if required by Specifications) 2, COMPENSATION. CONTRACTOR shall be paid for services performed under this Agreement as follows: 44 The compensation set forth in this paragraph shall be the total compensation for the services provided by CONTRACTOR, including all out-of-pocket costs incurred. CITY shall pay no fee other than the compensation listed in this paragraph unless otl~envise agreed to in writing by the CITY. 3. PAYMENT PROCEDURE. CONTRACTOR shall be paid for services rendered after receipt of an itemized invoice for the work completed and approved by City in accordance with the terms of this Agreement. Payment by City to CONTRACTOR shall be made within thirty (30) days after receipt and approval by City of CONTRACTOR's itemized invoice. 4, q WAIVER OF DEFAULT. ~ The failure of any party to enforce against another a provision of this Agreement shall not constitute a waiver of that party's right to enforce such a provision at a later time, and shall not serve to vary the terms of this Agreement. 5. LICENSES. CONTRACTOR shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement any licenses, permits and approvals which are legally required for CONTRACTOR to practice its profession. G. STANDARD OF PERFORMANCE. All work shall be performed in conformity with all legal requirements and industry standards observed by a competent practitioner of the profession in California. 7. MERGER AND MODIFICATION. This contract sets forth the entire Agreement between the parties and supersedes all other oral or written representations. This contract may be modified only in a writing approved by the City Council and signed by all the parties. 8. EXHIBITS. In the event of a conflict between the terms, conditions or specifications set forth in this Agreement and those in exhibits attached hereto, the terms, conditions, or specifications set forth in this Agreement shall prevail. All elhibits to which reference is made in this Agreement are deemed incorporated in this Agreement, ~vhether or not actually attached. 9. TERMINATION. This Agreement maybe terminated by any party upon ten (10) days written notice, served by mail or personal service, to all other parties. 10. COMPLIANCE WITH. ALL LAWS. CONTRACTOR shall, at CONTRACTOR's sole cost, comply with -all of the requirements of Municipal, State, and Federal authorities now. in force, or which may hereafter be in force, pertaining to this 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 notiv 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 agent or employee of the City for any purpose and is not 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 li;~l~ility insiir~nce, 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: 45 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 injury, with limits of not less than one million dollars ($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. All olicies re wired of the CONTRACTOR shall be primary insurance as to the City, its mayor, council, officers, p q a ents em to ees, or volunteers and any insurance orself-insurance maintained by the City, its mayor, council, g p Y officers a ents em to ees, and volunteers shall be e:~cess of the CON'I'RACTOR's insurance and shall not contribute g ~ p Y with it. Insurance is to be laced with insurers with a Bests' rating of no less than A:VII. Any deductibles, selfinsured p retentions ar 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 prior to execution of this Agreement and approved by the City in writing. licies shall contain an endorsement providing the City ~vith thirty (30) days written notice of cancellation or All po material Chan a in policy language or terms. All policies shall provide that there shall be continuing liability thereon, g nottivi!hstandingary recovery on any policy. The insurance re wired hereunder .shall be maintained until all work required to be performed by this Agreement is q satisfactorily completed as evidenced by written acceptance by the City. T R shall furnish the Cit Risk Manager with a certificate of insurance and required endorsements The CONTRAC 0 y evidencin the insurance required. The City may tivithhold payments hereunder if certificates of insurance and g endorsements required have not been provided. Unless otherwise a roved by the .City, if any part of tl~e work under this Agreement is subcontracted, the "basic pp insurance re uirements" set forth above shall be provided by, or on behalf of, all subcontractors even if the City has q approved lesser insurance requirements for CONTRACTOR. 13. INDEMNITY. CONTRACTOR shall indemnify, defend, and hold harmless Ci its off cers, a ents and employees against any and all liability, claims, actions, causes of action or demands ty~ ~ g ' i rative or 'udicial tribunals of any kind whatsoever, arising whatsoever against them, or any of them, before admen st ~ out of connected with, or caused by CONTRACTOR, CONTRACTOR'S employees, agents or independent contractors or com anies in the erformance of, or in any tivay arising from, the terms and provisions of this Agreement whether p p or not caused in part by a party indemnified hereunder. 14. EXECUTION. This Agreement is effective upon execution. It is the product of negotiation and therefore shall not be construed against any party. 4b 15. NOTICES. All notices relative to this Agreement shall be given in writing and shall be ersonall served,~or sent by certified or registered mail, and be enective upon actual personal service or p Y de ositin in the United States mail. The parties shall be addressed as follows, or at any other address designated by P g notice: CITY: CITY OF BAKERSFIELD PUBLIC WORKS DEPARTMENT Annex Building, 2nd Floor 1501 Tru~tun . venue (805) 326=3724 CONTRACTOR: 1G. FOR M. Any la~vsuit pertaining to any matter arising under, or grooving out of, this contract shall be instituted in Kern County, California. 17. ASSIGNMENT. This contract shall not be assigned by any party, or any party substituted, without prior tivritten consent of all the parties. 18. BINDING EFFECT. The rights and obligations of this Agreement shall inure to thebenefit of and be bindin u on, theparties tothe contract and their heirs, administrators, executors, personal gp representatives, successors and assigns. 19. ACCOUNTING RECORDS. CONTRACTOR shall maintain accurate accounting records and other written documentation pertaining to atl costs incurred in performance. of this Agreement. Such records and documentation shall be kept at CONTRACTOR's office during the term of this Agreement, and for a eriod of three ears from the date of the final payment hereunder,. and said records shall be made available to City p y representatives upon request at any time during regular business hours., 20. CORPORATE AUTHORITY. Each individual executing this Agreement nd warrants the arc dul authorized to execute and deliver this Agreement on behalf of the corporation or represents a y y or anization, if any, named herein and this Agreement is binding upon said corporation or organization in accordance g with its terms. Z1. TAX. NUMBERS. "CONTRACTOR's" Federal Tax ID Number . Is CONTRACTOR a corporation? Yes No (Please check one.) 47 ,,S IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed, the day and year first-above Written. "CITY" "CONTRACTOR" CITY OF BAKERSFIELD By BY BOB PRICE Mayor Please Print or Type Name & Title APPROVED AS TO FORM: By JUDY K. SKOUSEN City Attorney By ALAN DALE DANIEL Assistant City Attorney APPROVED AS TO CONTENT: COUNTERSIGNED: By By RAUL M. ROJAS GREGORY J. KLIMKO Public Works Director Finance Director 48 [To be completed by the Contractor, if he elects to substitute securities in lieu of retention]. ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION THIS ESCROW AGREEMENT is made and entered into by and behveen 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 Otivner, Contractor, and Escrow Agent agree as follows: 1. Pursuant to Section 22200 of the Public Contract Code. of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by Owner pursuant to-the Construction Contract entered into bct<veen the Owner. and Contractor for in the amount of dated (hereinafter referred to as the "Contract"). When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the Owner Within ten (10) days of tlic deposit. The market value of tl~c securities at the time of the substitution shall. be at least equal. to the cash amount then required to be withheld as retention under the terms of the Contract between the Owner and Contractor. Securities shall be held in the name of _ , and shall designate the Contractor as the beneficial owner. 2. The Owner shall make progress payments to the. Contractor for such funds which othenvise would be withheld from ro ress .payments pursuant to the Contract provisions, provided that the Escrotiv Agent hold securities in the pg form-and amount specified above. 3. Alternatively, the 0«mer may make payments directly to Escrow Agent in the amount of retention for the benefit of the Owner until such time as the escrow created hereunder is terminated. 4. Contractor shall be responsible .for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses and payment terms shall be determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all .interest earned on that interest shall be for tl~e sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the Owner. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by ti~~ritten notice to Escrow Agent accompanied by written authorization from Owner to the Escrow Agent that 0`~-ner consents to the withdrawal of the amount sought to be withdrawn by Contractor. 49 7. The Owner shall have a right to draw upon the securities in the event of default by the Contractor, Uponseven (7) days' tivritten notice to the Escrow Agent from the Owner of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute tl~e cash as instructed by the Owner, 8. Upon receipt of written notif cation from the Owner certifying that the Contract is final and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. Tlie 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 ~~ritten notifications from the Owner and the Contractor pursuant to Sections (4) to (6), inclusive, of this agreement and the Owner and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10, The names of the persons who are authorized to give written notice or receive written notice on behalf of the Owner and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures, are as follows: On behalf of Owner: On behalf of Contractor: Title Title Name- ~ Name Signature Signature Address Address 50 On behalf of Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, tl~c Owner a»d 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. O~vncr Contractor Title Title Nanle .Name Signature Signature e 51 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT, WHEREAS, the CITY OF BAKERSFIELD, California, a municipal corporation, liereinafler designated the "Owner," has, on DATE OF AWARD}, 19 ,awarded to NAME OF CONTRACTOR) , a corporation organized and doing business under and by virtue of the laws of the State of California, hereinafter designated as the "Principal," a contract for the (PROJECT DESCRIPTION); and WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract; and NOW, THEREFORE, WE, the Principal, and .(LEAVE BLANK FOR BONDING COMPANY , as Surety, are held and firmly bound unto the .Owner in the sum of 100% OF AMOUNT A~UARDED AT COUNCIL MEETING) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. . THE CONDITION OF THIS OBLIGATION IS .SUCH, that if the above mentioned Princi al, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, p and well and truly keep and faithfully perform the .covenants, conditions, and agreements in the said contract. and anyalterationsrnade as therein provided, on his or their part, to be keptand 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 tivork, during which time if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns shall fail to make full, complete, and satisfactoryrepair 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 andlor faulty worlvnanship in the prosecution of the work done, the above obli anion in the said amount shall remain in full force and effect. However, anything in this paragraph to the g contrary notwithstanding, the obligation of tl~e Surety hereunder shall continue so long as any obligation of the Principal remains. And the said Surely, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terns of the contract or to the work to be perforl~ed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and, it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil- Code of the State of California. As a part of the obligation secured hereby a~~d in addition to the amount specif ed therefor, there shall be included costs and reasonable expenses and fees, including 52 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_, tl~e name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authorit~l of its governing body. Principal (Seal) Signature for Principal Title Surety (Seal) Signature for Surety Title (Attach notarization forin for each required signature.} t 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 tl~e same to the extent hereinafter set forth: NOW, THEREFORE, WE, the Principal, and CLEAVE BLANK FOR BONDING COMPANY) , as Surety, are held and firinly bound unto the Owner file 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, orassigns, -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 specif ed, .and in all respects according to their true intent and meaning, and shall indeti~nify 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 fxcd 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 obligation in file said amount shall remain in full force and effect. However, anything in this paragraph to tl~e contrary not<~ithstanding, 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 tl~e contract or to file work to be performed thereunder or the specifications 54 accompanying the same shall, in any Way, afrect its obligations on this bond, and it does hereby Waive notice of any ~ , such. change, .extension of time, alteration, or addition to tl~e teens 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 forni for each required signature.} 55 This form should be sent to the Joint Apprenticeship Committee _ of the craft or trade in the area o1 the site of the public work. If ou have an questions ~as to the address of .the appropriate P U B L1 C WORKS . y y Joint Apprenticeship Committee, contact the nearest office of CONTRACT AWARD INFORMATION ~~e Division of Apprenticeship Standards f DRS). Consult your iephone directory under California, State of, Industrial nelauons, for the OAS office in your -area. NAMEOFCONTRACtbR COt~lTRACTORS STATELiCENSENO° CONTRACTORS HALING ADDRESS - NUMBER b STREET, CITY, ZIP CODE AREA CODE b TELEPHONE NO. NAME b LOCATION OF PUBLIC WORKS PROJECT DATE OF CONTRACT AWARD GATE OF EXPECTED OA ACTUAL START OF PROJECT NAME b ADDRESS OF PUBLIC AGENCY AWAAD1rVG CONTRACT ESTIMATED NUIu~ER OF JOURNEYMEN HOURS APPRENTICES OCCUPATION OF APPRENTICE I Iu1M9ER To 8E EMPLOYED ~ APPROXIMATE-DATES TO BE CMPLOYEO I Check One Of The .Boxes Below: r' We re uest dis atch of a rentices) for this job. We voluntarily choose to comply with the applicable. Joint Box 1 U q P PP , A renticeshi Committee Standards for the duration of this job only, in training the apprentice(s). We. PP P as ume no other obligations to the committee or unions under State or Federal laws. We re vest dis atch of a prentice(s) #or this .job. We do not wish to follow the applicable Joint Box 2 ~ q P P A renticeship Committee Standards in training the apprentices; instead, we agree to employ and train PP a rentices in accordance with the California Apprenticeship Council regulations governing employment of PP ( ) a rentices on public work projects. We assume no other obligations to the committee or unions, under PP State or Federal ,laws. a roved to train a rentices by the applicable Joint Apprenticeship Committee and we will Box 3 ~ We are already pp PP employ and train under the Standards. . , uest the dis arch of a rentices} since apprentices are not required on this job under the Box 4 ~ We do not req p PP provisions of California Labor Code Section 1777.5, because: Signature Typed Name T~rle Dare State of California - Department of Industrial Relations DAS ta0 (New »sa~ DIVISION OF APPRENTICESHIP STANDARDS . fi t- 4 f