Loading...
HomeMy WebLinkAbout1999 Special Provisions Project T9K034i CITY OF BAKERSFIELD Pi CALIFORNIA NOTICE TO CONTRACTORS . SPECIAL PROVISIONS BID PROPOSAL AND_ CONTRACT FOR - TRAFFIC SIGNAL INTERCONNECT IN STALLATION ON TRUXTUN AVENUE: N STREET TO BEALE AVENUE BID OPENING: DATE: MAY 12,1999 TIME: 11:00 A.M. PROJECT NO.: T9K034 FEDERAL PROJECT N0. CML-5109(0401 CITY OF BAKERSFIELD i PUBLIC WORKS DEPARTMENT ;z1 ANNEX BUILDING, 2ND FLOOR ~QF~~I . i ~ @ 1501 TRUXTUN AVENUE ~ti j~ BAKERSFIELD, CA 93301 Pro'ect En ineer: R ~ ~ ~ ~ g ohert L. Tahlit ~ . TELEPHONE: (805) 32b-3996 ~ ~ c:Irltlt6kU531truxint.spc.wpd ~~~a ~ i  r TABLE OF CONTENTS . NOTICE TO CONTRACTORS . 1 SPECIAL PROVISIONS,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ~ 4 SECTION 1 -DEFINITIONS AND TERMS . . . . . . . . . 4 1-1.01 General 1-1.02 ' ' ' 4 Definitions and Terms 4 SECTION 2 -PROPOSAL REQUIREMENTS . . . . . . . . . 5 2-1.01 ' General Information 5 2-1.02 Approximate Estimate . . . .5 2-1.03 Examination of Plans, Specifications, Special Provisions, and Site of Work . 5 2-1.04 Rejection of Proposals Containing Alterations, Erasures or Irregularities . 5 2-1.05 Proposal Form 5 2-1.06 Bidder's Guarantee 6 2-1.07 Required Listing of Proposed Subcontractors . . . . . . . . . . 6 2-1.08 Bid Submittal Items 6 2-1.09 Omissions in Specifications and Drawings . . . . . . . . . . . 6 2-1.10 Withdrawal of Proposals . 6 2-1.11 Public Opening of Proposals 6 2-1.12 Relief of Bidders . 6 2-1,13 Disqualification of Bidders 7 2-1.14 Federal Lobbying Restrictions . . . . . . . . . . . . . . . , , , 2-1.15 Disadvantaged Business . 7 2-1.17 DBE Goal for this Project99 . .9 SECTION 3 -AWARD AND EXECUTION OF CONTRACT , , , , , , , , , , , , , , , , , , , , 10 3-1.01 General . 10 3-1.02 Award of Contract . 10 3-1.03 Contract Bonds 1 0 3-l. ' 04 Execution of Contract 10 3-1.05 Return of Bidder's Guarantees,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 10 SECTION 3-2 SUBMISSION OF DBE INFORMATION, AWARD, AND EXECUTION OF CONTRACT 3-2.01 General 11 3-2,Ola DBE Information 11 3-2.01 b Award of Contract 12 3-2.02 Performance of DBE Subcontractors and Suppliers , , , , , , , , , , , , , , , , , , , 12 3-2.03 DBE Records 12 3-2.04 Subcontracting 13 SECTION 4 -BEGINNING OF WORK, TIME OF COMPLETION AND LI QUIDATED DAMAGES . . 4-1.01 General 14 SECTION 5-GENERAL 15 5-1.01 State Contract Act Not Applicable 15 i 7-1.17 Splice Vaults ~ . 28 7-1.18 Traffic Signal Interconnect . . . . . . . . . 29 7-1.19 Detectors . 30 7-1.20 Testing . 7-1.21 • • . • 30 Guarantee 30 7-1.22 Payment 30 Detector Specifications 8040-41 A-15 PROPOSAL (Yellow Pages) . ~ Proposal Form Pt? I 31 Bidder's Bond ~ 34 ~ ~ Title 49, Code of Federal Regulations, Part 29 Debarment and Suspension Certification . Certificate of Assurance with Regard to Participating by Disadvantaged Businesses in Subcontractin g 37 P~'~ Noncollusion Affidavit ~ . 38 Local Agency Bidder-DBE Information . . . . . . . . . . ~ ~ Good Faith Effort Statement of DBEIWBE Participation , , , , , , , , , , , , , , , , , , , , , , , , , , Equal Employment OpportunityCerti~cation P~ ~ Z Disclosure of Lobbying Activities . . . . . . . . . . . . . . . . . SAMPLE CONTRACT Independent Contractor's Agreement . . . . . . . . . . . . . . . , , , • ~ -1 39-43 - ~ Faithful Performance Bond . ~ Material and ' ' ' .Labor Bond 4b ~ - d Escrow Agreement for Security Deposits in Lieu of Retention . . . . . . . . . , , ~ - ~ Guarantee -Material and Workmanshi , , , , , , , ' ' 48 I ~ p 51 l3 Guarantee -Equipment ~ . . 52 ~1 y- 111 CITY OF BAKERSFIELD DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS SEALED PROPOSALS will be received by the City of Bakersfield at the Office of the Purchasin Offi Truxtun Avenue, Bakersfteld, California Until 11: g cer, City Hall, 1501 00 o clock A.M. on Mav 12, 1999 to be publicly opened and read immediately thereafter in the City Council Chamber, for the following work: TRAFFIC SIGNAL INTERCONNECT INSTALLATION ON TRUXTUN AVENUE: N STREET TO BEALE AVENUE Plans and speciftcations, and forms of proposal, bonds, and contract, may be obtained at the offtce of the Pur ' Officer by postin a refundable de osit of ZERO chasing g p ($0.00) for each complete set. Refund of deposit will be made provided the plans and speciftcations are returned to the Purchasing Officer within twenty-one (21) da s from date of bid ' and the documents are in reasonable ood condition. The Ci y opening g ty assumes no responsibility for non-receipt of bids due to any delay, including but not lunrted to carver delay. It is the bidder's responsibility to meet the deadline stated abov e. No bid will be considered unless it is made on a proposal form furnished b the Purchasin Offtcer immediatel followin the SPECIAL P Y g ,which appears herein Y g ROVISIONS of the project, and is made in accordance with the provisions set forth under Section 2, "Proposal Requirements and Conditions", of the Standard Specifications. Each bid must be accompanied by the following items a. A proposal guarantee in accordance with the requirements of Section 2-1.07, "Proposal Guarant " of the Standard Speciftcations; Y ' b. Bidder's Bond; c. Title 49, Code of Federal Regulations, Part 29, Debarment and Suspension Certiftcation; d. Certiftcate of Assurance with Regard to Participation b Disadvanta ed Businesse ' Y g sin Subcontracting, e. Noncollusion Affidavit; f. Local Agency Bidder-DBE Information g. Good Faith. Effort Statement of DBE Participation, (If goal not met} h. Disclosure of Lobbying Activities Form. The City of Bakersfield reserves the right to reject any or all bids. Bids are required on the entire work described her ' ein. Substitution of securities for moneys retained to ensure performance shall be permitted ursuant to the rovisions an requirements of Public Contracts Code 22300. Eli ible sec ' ' p p d g unties include interest bearing demand deposit accounts, standby letters of credit, or any other security agreed to by the Contractor and the Cit of Bakersfteld. Th Y e request for substitution of securities to be deposited shall be submitted on the form entitled Escrow a reement for Securit De osi in Lieu of Retention", included in the back of these s ecial rov' ' g Y p is p p isions. The Contractor must possess a valid Class A or C-10 Contractor's License at the time this contract is awarded. The proposed work shall be done in accordance with the Standard Speciftcations of the De artment of Trans ortation Business, Transportation and Housin A enc dated Jul 199 p p g g Y, y, 2, insofar as the same may apply. l A sample contract is include in this bid package. Please review it carefully, this is the contract the Contractor . shall be expected to execute without alteration. If any changes are desired they must be submitted to the Cit fora royal. If Y PP approved, the changes will be issued to all prospective contractors. Contractor shall not be allowed to alter or ne otiat contract language after the acceptance of Contractor's ro sal. Failure to execu g e P Po to the contract without alteration may result in the rejection of the Contractor's proposal and the retaining of a different contractor b the Cit . Y Y 2 GENERAL DESCRIPTION OF WORK The work to be performed consists, in general, of installation of conduit, ull boxes s 1' modems, and traffic loop detectors. p ~ p ice vaults, conductor cable, CITY OF BAKERSFIELD RAUL M. ROJAS Public Works Director 3 CITY OF BAKERSFIELD, CALIFORNIA F DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS SECTION 1. DEFINITIONS AND TERMS 1-1-.O1 GENERAL. This work embraced herein shall be done in accordance with the Stands Specifications entitled "State of California, De artment of Trans rd P portation, Standard Specifications, July, 1992," as referenced herein, insofar as the same may apply, which specifications are hereinafter referred to Specifications, and in accordance with the followin • • as the Standard g special provisions. In case of conflict between the Standard Specifications and theses cial rovisions the s ' ' shall take precedence over and be used in lieu of such ~ P ~ pedal provisions conflicting portions. 1-1.02 DEFINITIONS AND TERMS, All definitions and terms in Sections 1 "Definitions " the Standard Specifications shall apply, exce t whenever the f ~ and Terms, of P ollowing terms or pronouns are used, the intent and meaning shall be as follows: City - City of Bakersfield, California. Department of Transportation, CALTRANS -The Engineering Department of the Ci of Bakersfi tY eld. Director -City Engineer. Engineer -The City Engineer, acting either directly or through properl authorized a ents suc acting within the sco of the articular duti Y g ~ h agents Pe P es entrusted to them. Laboratory -The designated laboratory authorized b the Ci to test m Y tY aterials and work involved in the contract. Standard Specifications -Standard Specifications of the De artment of Trans o ' P p rtation, Business, Transportation and Housing Agency, dated July, .1992. State -The City of Bakersfield. State Contract Act -Chapter 1, Division 2 of the Public Contract Code. The rovisions of ' apply to this contract. P this act do not Other terms appearing in the Standard Specifications, the general provisions, and the s ecial rovisi shall have the intent and meanings cified in Section 1 De ' ' P P ons, Pe fin~tion of Terms of the Standard Specifications. 4 SECTION 2 -PROPOSAL REQUIREMENTS 2-1.01 GENERAL INFORMATION. The Purchasing Officer of the Cit of Bakersfield ' Y ,California, will receive at her office, City Hall, 1501 Truxtun Avenue, in said City, unti111:00 o'clock A.M, on Ma 12 .199 v 9 sealed proposals for; TRAFFIC SIGNAL INTERCONNECT INSTALLATION ON TRUXTUN AVENUE: N STREET TO BEALE AVENUE The bidder's attention is directed to the provisions in Section 2, "Proposal Re uirements and C " q onditions, of the Standard Specifications and -these special provisions for the requirements and conditions which the bidder m of the proposal form and the submission of th • • ust observe in the preparation e bid. In addition to the subcontractors required to be listed in accordance with Section 2-1.054, "Required Listing of Proposed Subcontractors," of the Standard S cifications each r therein the name and address of each DBE su ~ ~ P oposal shall have listed bontractor to be used for credit in meeting the goals, and to whom the bidder proposes to directly subcontract portions of the work. The list of subcontractors shall also set forth the onion of work will be done by each subcontractor listed. A sheet for listin the subcon r p that g t actors is included in the Proposal. The form of Bidder's Bond mentioned in the last paragraph in Section 2-1.07, "Pro sal Guar " Specifications will be found followin the si nature a p° antY, of the Standard g g p ge of the Proposal. In accordance with Public Contract Code Section 7106,. a Noncollusion Affidavit is included in the Proposal. Signing the Pro osal shall also constitu ' P to signature of the Noncollusion Affidavit. 2-1.02 APPROXIMATE ESTIMATE. The Engineer's estimate of the uan i ' q t ties 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 Ci of Bak expressly or by implication a ree that the actual amount tY ersfield does not g 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 ma be dee expedient by the Engineer. Y med necessary or 2-1.03 EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISI ONS, AND SITE OF WORK, The bidder is required to examine carefiilly the site of work, the proposal, plans ands cifications and contra ' assumed that the bidder has rformed said examinati ~ ~ ct forms. It will be Pe on, 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 re uirements of ,the special- provisions, and the contract. It is mutuall q the specifications, y 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 Proposals ma be re'ected if the show OR IRREGULARITIES. Y J y 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 obviousl are unbalanced ma ' Y y be refected. 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 Pur ' form of which appears herein immediatel followin chasing Officer, the y g these special provisions. All proposals must give the prices proposed and must be signed by the bidder, with his address. If the pro sal is made b an indivi ' 1~ y dual, his name, telephone number and post office address must be shown. If made by a firm or partnership, the name and post office address of each mem ber of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state ' under the laws of which the corporation was chartered and the names, titles, and business addresses of the president, secreta and treasur rY er. The Contractor shall submit bids for the base bid plus the Additive Alternate 1 bid items. However, the award of the contract shall be based solely on the Total Base Bid. Either the base bid, or base bid lus the Additive Alterna ' option will be considered for award. The Additive Alternate 1 bi p to 1 bid d is subfect to the review and acceptance or refection by the County of Kern. Final determination to accept the base bid only or base bid lus the Additive Alternat P e 1 bid shall be made by the City of Bakersfield. 5 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 (3) years from the date of conviction an from bidding upon, or being awarded, a public works or services contr ~ Y person act with the agency under this part or from being a subcontractor at any tier upon the contract, if that person, or an artner, member officer director, responsible mans in officer or res nsibl Y p ' g g po a managing employee thereof, has been convicted by a court of competent jurisdiction of any charge of fraud, bribery, collusion, conspiracy, or an other act in violation of any state or federal antitrust law in connection with th y e 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 includin for the purposes of this article, the Regents of the Universi of California or the T ' g tY rustees 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 erson nor an subcontractor to be engaged by the rson has been convicted of an p y Pe y of the offenses referred to in this section within the preceding three (3) years. A form for the statement required by Section 10285.1 is included in the ro sal. P l~ . 2-1.13 DISQUALIFICATION OF BIDDERS. More than one ro sal fr ' p po om an mdiv~dual, firm, partnership, corporation, or combination thereof under the same or different names will not be considered. Reasonable rounds for believin that individual, firm, partnershi , co oration or combination g g any P rP thereof is interested in more than one proposal for the work contemplated may cause the rejection of all proposals in which such individual, firm, partnershi , co ration or combin ' thereof is interested. If there is reason for believin that c p anon g ollusion exists among the bidders any or all proposals .may be rejected. Proposals in which the prices obviously are unbalanced may be rejected. 2-1.14 FEDERAL LOBBYING RESTRICTIONS. Section 1352, Title 1352, -Title 31 United Sta ' ' tes Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to to pay for any person .:for influencing or attempting to influence a Federal a enc or Con ress in conne g Y g coon with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid con tract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as art f p o the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal a enc is included in Proposal. Standard Form is also included in the Pro sal. Si n' g Y the po g ing the Proposal shall constitute signature of the Certification. The above referenced certification and .disclosure of lobbying activities shall be included in each subcontract and an low r- ' contracts exceeding $100,000, All disclosure forms, .but not certifications Y e tier shall be forwarded from tier to tier until received by the .Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar u q arter in which there occurs any event that requires disclosure or that materially affects the accurac of the information in any disclosure form previousl filed b the Contractor Y contained Y Y ,subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: (1) A cumulative increase if $25, 000 or more in the amount aid or ex ected to be aid f ' P P p or influencing or attempting to influence a covered Federal action; or (2} A change in the persons}, employees(s), or Member(s) contacted to influence or attem t to influence a covered Federal Action. p (3) A change in the officer(s), employees(s), or Members(s) contacted to influence or attem t to influence a .covered Federal Action. p 2-1.15 DISADVANTAGED BUSINESS. This project is subject to Part 23, Title 49 Code of Federal ' Regulations entitled "Participation by Disadvantaged Business Enterprise in Department of Transportation Programs" . The Re ulations in their entirety are incorporated herein by this reference. g 7 2-1.16 DBE GOAL FOR THIS PROJECT. The Department has established the followin oal for disadvantaged businesses (DBE) participation for this ro'ect. g g PJ DISADVANTAGED BUSINESS (DBE) ten percent (10%). It is the bidder's responsibility to make a sufficient portion of the work available to subcontractors and su Tiers and to select those portions of the work or material needs consistent with the av ' PP ailable DBE subcontractors and suppliers, so as to assure meeting the goal for DBE participation. The Department has contracted with the following organization to assist -DBE's in preparing bids for subcontractin or su 1 in materials: g PP Y g TRIAXLE MANAGEMENT SERVICES, INC. -LOS ANGELES 2594 Industry Way, Suite 101-A Lynwood, CA 90262 Telephone: (310) 537-6677 FAX. N0. (310) 637-0128 Bidders may utilize the services of this organization to contact interested DBE's. 9 SECTION 3-2 SUBMISSION OF DBE INFORMATION t AWARD, AND EXECUTION OF CONTRACT 3-2.01 GENERAL. The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contrac " Standard Specifications and these special rovisions for the re uirements t , of the P q and conditions concerning submittal of DBE information, award, and execution of contract. The required DBE information shall be submitted on the "LOCAL AGENCY BIDDER -DBE INFORMATION" form included in the proposal. If such DBE information is not submitted with the bid, the DBE information form shall be removed from docume nts prior to submitting the bid. It is the bidder's responsibility to meet the goal for DBE participation or to provide information to establish that, rior to biddin the bidder made good. faith efforts to do so. P g' 3-2.OlA DBE INFORMATION. If DBE information is not submitted with the bid, the apparent successful bidder low bid the second low bidder and the third low bidder shall submit D ( der} BE information to the office at which bids were .received so the information is received by the Department no later than close of business on the fourth day, not including Sahuda s, Sunda and le al holidays, following the bid opening. DBE information sent b certified mail and stmarked on y y g Y Po or before the third day not including Saturdays, Sundays and legal holidays, following bid opening will be accepted even if it is received after said fourth da ' y following bid opening. Failure to submit the required DBE information by the time specified will be grounds for findin the bid or ro sal non-responsive. Other bidders need not submit DBE information unless re nested to do so g P ~ q by the .Department. When such request is made, the DBE information of such bidders shall be submitted so the information is received by the Department no later than close of business on the third day, not including Saturdays, Sundays and legal holidays, after said notification unless ' authorized..by the Department. ~ a later tune is The bidders DBE information shall establish that the DBE goal will be met or that a ood faith effo g rt to meet the goal has been made. Bidders are cautioned that even though their submittal indicates they will meet the stated DBE goal, their submittal should also include their good faith efforts information along with their DBE goal information to protect their eligibility for award of the contract in the event the Department, in its review, finds that the goal has not been met. The information to show that the DBE goal will be met shall include the names of DBE's and DBE 'oint venture artn with a complete description of work or su lies to be rovided b ea h ~ P ers to be used, PP P y c and the dollar value of each such DBE transaction. When 100 percent of a contract item of work is not to be performed or furnished by a DBE, a description of the exact portion of said work to be performed or furnished by that DBE shall be included in the DBE information, including the planned location of said work. (NOTE: DBE Subcontractors to whom the bidder proposes to whom the bidder proposes to directly subcontract portions of the work are to be named in the bid. See section 2-1.054, "Required Listing of Proposed Subcontractors," of the Standard S cifications and Section 2-1.01 of these special provisions, regarding listin of ro sed subcontractors. ~ g P Po ) The information necessary to establish the bidder's good faith efforts to meet the DBE oal should in g clude. (1) The names and dates of advertisement of each newspaper, trade paper, and minorit -focus a r in which Y P~ a request for DBE participation for this project was placed by the bidder; (2)The names and dates of notices of all certified DBE's solicited by direct mail for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBE's were interested. (3) The items of work for which the bidder requested subbids or materials to be supplied by DBE's, the information furnished interested DBE's in the way of plans, specifications and requirements for the work, and any breakdown of items of work into economically feasible units to facilitate DBE participation. Where there are DBE's available for doing portions of the work normally performed by the bidder, with his own forces, the bidder will be expected to make portions of such work available for DBE's to bid on. (4) The names of DBE's who submitted bids which were not accepted, a summary of the bidder's discussions and/or negotiations with them, the name of the subcontractor or supplier that was selected for that portion 11 3-2.04 SUBCONTRACTING. Attention is directed to the provisions in Section 8-1.01, "Subcontractin Specifications, Section 2, "Pro sal Re uirements and g, of the Standard f, Po q Conditions," Section 3-2, "Submission of DBE lnformation, Award, and Execution of Contract ,elsewhere in these special .provisions. The requirement in the third paragraph of said Section 8-1.01 that the Contractor shall erform with his own or ' contract work amountin to not less than ftft ercent P ganization g y p (50%) of the original contract price is not changed by the Federal Aid requirement specified under Required Contract Provisions Federal-Aid Construction Contracts", in Section 6-2 of th ese special provisions that the Contractor perform not less than thirty percent (30%) of the on final contract work wi g th his own organization. Each subcontract and any lower tier subcontract that ma in turn be made shall include h Y t e Required Contract Provisions Federal-Aid Construction Contracts", FORM .1273 Exhibit 12-3 incorporated in these special rovisions. This re uir P q ement shall be enforced as follows: Noncompliance shall be corrected. Payment for subcontracted work involved will be withheld from ro ress Pg payments due, or to become due, until correction is made. Failure to comply may result in termination of the contract. The DBE information furnished under Section 3-2.OlA "DBE Information" of these s eci ' ' ' p al provisions is in addition to the subcontractor information required to be furnished under said Section 8-1.01, "Subcontracting", and Section 2-1.07 "Re wired Listing of Proposed Subcontractors", of these special rovisions. ~ q P In accordance with. the Federal MBE regulations Section 23.45(f)(2} Part. 23, Title 49 CFR~ (1) No substitution of a DBE subcontractor shall be made at an time without the written c Y onsent of the Department, and , (2) ~ If a DBE subcontractor is unable to perform successful) and is to be re lac ' Y p ed, the contractor will be required to make good faith efforts to replace the original DBE subcontractor with another DBE subcontractor. The requirement in Section 2-1.15(H), "Disadvantaged Business", of these s ecial rovisions that DBE's must ' P P be certified on the date bids are opened does not apply to DBE substitutions after award of the contract. 13 SECTION 5. GENERAL 5-1.01 STATE CONTRACT ACT NOT APPLICABLE. Sections 1-1.40 "S "Arbitration," of the Standard S cifications ar tate Contract Act, and 9-1.10, Pe a deleted. This contract is not governed by the provisions of the State Contract Act. The adoption and use of the Standard Speciftcations in the performance of the work call ' be construed as an election b the Ci to r ed for in this contract shall not Y ty p oceed under Section 20396 of the Public Contract Code. In the event that a dis ute arises between the, parties, they are not obligated to submit the matter to arbitration in an form P written agreement). Y (although they may do so upon 5-1.02 ALTERATION IN QUANTITY OF WORK. Increases or decreases in work exceed' of $10,000 or which, together with all other previously approved than a orders for that con ing an amount g tract exceeds twenty ftve percent (25 of the original contract amount, must be authorized by the Cit Council. Y 5-1.03 CONTROL OF WORK. Control of work shall conform to the provisions in Section S " OF WORK," of the Standard Speciftcations and these s ecial ,CONTROL p provisions. Section 5-1.02 "Plans and Working Drawings", of the Standard Specifications is amended b addin th ' paragraph after the fourth paragraph: Y g e following Working drawings or plans for any structure not included in the laps furnished b the En ' P y gineer shall be approved by the Engineer before any work involving these plans shall be performed, unless a roval is waived ' ' ' by the Engineer. PP in writing Section 5-1.07 "Lines and Grades" of the Standard S cifcations is amende ' ~ d by adding the following paragraph after the first paragraph: Three consecutive points shown on the same rate of slo must be used in c Pe ommon, in order to detect any variation from a straight grade, and in case any such discrepancy exists, it must be re orted to the En ine discrepancy is not reported to the En ineer the Con P g er. If such a g tractor shall be responsible for any error in the finished work. The second paragraph in Section 5-1.07, "Lines and Grades" of the S tandard Specifications is amended to read. When the Contractor requires such stakes or marks, he shall noti the En ' ~ • fy gineer of his requirements in writing a reasonable length of time in advance of starting operations that require such stakes or marks. In no event sh a notice of less than 24 hours be considered a reasonable ~ all length of time. Section 5-1.08, "Inspection" of the Standard Specifications is amended by addin the followin ar the ftrst paragraph: g g p agraph after 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 En in ' g eer will be subject to rejection. 5-1.04 PREVAILING WAGES. Pursuant to Chapter l of Part 7 of Division 2 of the Labor Code c ' with Section 1720),. Contractor agrees that in rformin said Commencing Pe g work, by himself or through any subcontractor, eight hours' labor shall be a day's work and forty hours' labor shall be a week's work, and that Contractor sh the name and actual hours worked for all all keep an accurate record showing 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 wages and the general prevailing rate for holida and overtime to al in the construction of this pro'ect. The revailin rate f Y 1 workers employed J P g or each craft, classification or type of work is determined by the Director of the California Department of Industrial Relations, and his schedule of revailin rates is on f ' P g ile and available for inspection in the Public Works Department. The schedule is incorporated herein by this reference. The Ci shall h payroll records during normal workin hours and sh tY ave the right to inspect g all 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 ri t to investi ate conform • ' ~ g ante with the wage provisions 15 Nothing in this section shall be construed to impose tort liability on the awardin bod or an g y y of its employees. v The terms "Public Works" and "Awarding Body," as used in this section, shall have the Labor Code Sections 1720 and 1722 res ectivel . same meaning as in P Y 5-1.09 SOUND CON'T'ROL REQUIREMENTS. Sound control shall conform to the provisions in Section 7-1.OlI, "Sound Control Requirements," of the Standard Specifications and these s ecial rovi ' p p sions. The noise level from the Contractor's operations, between the hours of 9:00 P.M, and 6:00 A. exceed 86 dbA at a distance of 50 feet. This re uirement in no wa M•, shall not q y relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equi ment on the 'ob or related ' P ~ to the fob, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of 1 ' shall be avoided in favor of li ht warnin s exce t those re u'r oud sound signals g g p q i ed by safety laws for the protection of personnel. ,Full compensation for conforming to the requirements of this section shall be considered as included ' prices paid for the various contract items of work involved and no additional c m the ompensation will be allowed therefor. 5-1.10 PERMITS AND LICENSES. The Contractor shall procure all permits and licenses a all and fees, and give all notices necessary and incidental to the due and lawful ~ P Y charges prosecution of the work from any and all governmental organization which require. such permits, licenses or fees. The Contractor shall rocure a business li ' P tense m the City of Bakersfield. 5-1.11 WORKING HOURS. Contractor shall limit his field working hours from 7:00 A.M. to 4: M__onda~ou Frida . Any deviations must be re nested and in wri ' 30 P.M. q tmg and directed to the Construction Engineer at the Pre-Job Conference. Written approval from the Construction En ineer is re wired for w g q ork beyond these limits. Any ,time. work proceeds, which requires ins ion services for mor 'le al holida s or week ~ e than a 91/2 hour work day, or on g y ends, the Contractor will be charged for all associated overtime charges and said char es ma be wi from contract retention. g y thheld 5-1.12 LAWS TO BE OBSERVED. The Contractor shall kee him • future State and National laws and all P self fully Informed of all existing and 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 an w the work, and of all such orders and decrees of bodi Y ay affect the conduct of es or tribunals having any jurisdiction or authority over the same. 5-1.13 CONTRACTOR'S INSURANCE. The Contractor shall not commence wo ' he has obtained all insurance: re wired under this se ' rk under this contract until q coon 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 Con r t actor allow any Subcontractor to commence work on his subcontract until said certificates of insurance have been filed and a roved b the Ci Risk Works Department. Contractor shall be res nsibl PP Y ty Manager and the Public po a for any deductibles under all required insurance policies. 5-1.13A INDEMNITY. Contractor shall indemnify, defend, and hold harmless Ci its officers .and employees against an and all liabilit clai ty~ ,agents, Y y, ms, actions, cause of action or demands whatsoever against ..them, or any of them, before administrative or judicial tribunals of any kind whatsoever, arisin out of corn with, or caused by CONTRACTOR,. CONTRACTOR's em ~ g ~ ected ployees, agents or independent contractors or companies in the performance of, or in any way arising from, the terms and provisions of this A reement whether caused in part by a party indemnified hereunder exce t as ' ~ g. or not p limited by California Civil Code #2782. 5-1.13B INSURANCE. In addition to any other insurance or bond re uir q ed under this Agreement, the CONTRACTOR shall procure and maintain for the duration of this Agreement the followin es and li ' of insurance ("basic insurance re uirements" herein• g tyP mats q } a. Automobile liability insurance, providing coverage on an occurrence basis for bodil in'u , includin death, of one or more persons, ro llama e and r Y ~ ~ g P l~rtY g pe sonal m~ury, with lunits of not less than one 17 of Streets of the City of Bakersfield and shall conduct his operations in compliance therewith. . . P 5-1.16 RIGHT OF WAY. The right of way for the work to be constructed w' ill be provided by the City. The Contractor shall make his own arrangements, and pay all expenses for additional area re uired b him ' of right of way unless otherwise rovided in the s ci 9 Y outside of the limits P pe al provisions. 5-1.17 SUSPENSION OF CONTRACT. If at any time in the opinion of the City Council, the Contractor has violated any terms of this contract, failed to supply an adequate working force, or material of ro er ualit ' in any other respect to prosecute the work with the dili ence an ~ P P q Y, or has failed g d force specified and intended m and by the terms of the contract, notice thereof in writing will be served upon him, and should he neglect or refuse to rovide means for a satisf with the contract, as directed b the En ineer wi P actory compliance Y g thin the tune specified in such notice, the City Council in any such case shall have the power to suspend the operation of the contract. Upon receiving notice of such sus nsion, the Contractors ' said work, or such arts of it as the Ci Council m ~ hall d~scontu~ue P ty ay designate. Uponsuch suspension, the Contractor's control shall terminate, and thereupon the City Council, or its duly authorized representative; may em to other arties to c th P Y P arty a contract to completion, employ the necessary workmen, substitute other machinery or materials, -and purchase the materials contracted for i manner as the Engineer may deem ro r; or the Ci Council ma , n such P Pe ry y annul and cancel the contract and re-let the work or any partthereof. Any excess of cost arising therefrom over and above the contract price will be char ed a ainst the his sureties, who will be liable therefor. In the v g g Contractor and e ent of such suspension, all money due the Contractor or retained under the terms of this contract shall be forfeited to the Ciry; but such forfeiture will not release the con tractor or his sureties from liability or failure to fulfill the contract. The Contractor and his sureties will be credited with the amount of mone so forfeite any excess of cost over and above the contract rice arisin fr Y d toward p g om the suspension of the operations of -the contract and the completion of the work by the City as above provided, and the Contractor will. be so credited with an s lus remainin ' for such completion as determined b the En ' y ~ g after all dust clams y gu'ieer 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 Ci Council shall be bindin n ' ry g o all parties to the contract. 5-1..18 TEMPORARY SUSPENSION OF WORK. The En ineer shall ' g have the authority to suspend the work wholly or in part, for such .period as he may deem necessary, due to unsuitable weather, or to such other condi ' bons as are considered unfavorable for the suitable, prosecution of the work, or for such time as he ma deem necessa du failure on the part of the Contractor to ca out orders iven or Y rY~ a to the ~'Y g to perform any provisions of the work, or extra work that maybe done by City Forces. The Contractor shall immediately obey such order of the Engineer and shall not resume the w ork until ordered in writing by the Engineer. 5-1..19 PAYMENTS. Attention is directed to Sections 9-1.06 "Partial Pa e - " yin nts, and 91.07, Payment After Acceptance," of the Standard Specifications and these special. provisions. No partial payment will be made for any materials on hand which are furnished but ' not incorporated in the work. 5-1.20 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 appl Y The City may withhold funds, or because of subsequently discovered facts, nullify the whole or an art of any certificate for payment, to such extent as ma be necess to .rote Y P Y ary p ct the City from loss due to causes including but not limited to the following: a. Defective work not remedied; j b. Claims filed or information reasonably indicating probable filing of claims; . c. Failure of Contractor to make payment due for materials andlor labor; d. Information causing reasonable doubt that the contract can be completed for any unpaid balance; 19 SECTION 6. CONTROL OF MATERIALS 6-1.01 GENERAL. Control of materials shall conform to the provisions in Section 6, "Control of Materi " of the Standard Specifications and these special rovisions. ~s' P At the option of the Engineer, the source of supply of each of the materials shall be a roved b ' before delivery is started and before such material is us PP Y the Engineer ed in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by the contractor or producer of all materials to be used in the work examination as desired by the En ineer. ,for testing or g All tests of materials furnished by the contractor shall be made in accordance with commonl reco d standards of national organizations, and such special methods and tests as are rescri Y ~ p bed in the specifications. 6-1.02 BORROW, DISPOSAL AND MATERIAL SITES. The operation of any borrow or dis sal sites used by the Contractor to produce or dispose of material for this project shall com 1 with the re uiremen ~ P Y q is m the Standard Specifications ` and these special provisions. All provisions for water pollution, and sound control that apply within the limits of the contrac t 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 fugal inspection of the contract, they will drain, will blend with surrounding terrain, and will have a potential as a source of bl w' or other pollution which is no greater than when in their on final condition. o mg dust g If the Contractor obtains necessary permits for borrow, disposal or material sites from the authori Navin 'urisdicti or from the appropriate pollution control boards and such rmits contain re irem ~ ry gJ on Pe qu ents which conflict with the requirements in the first and second paragraphs of this section, the requirements of the permits shall govern over the conflictin re irements of thi provided the permit requirements have been approved by the En ineer. g ~ s section g Full compensation for complying with the requirements for borrow, disposal and material sites in this section shall . be considered as included in the contract prices paid for the items of work which require the use of the sites and no additional co will be allowed therefor. mpensation 6-1.03 CERTIFICATES OF COMPLIANCE. In accordance with Section 6-1.07 " of the Standard Specifications, the En ineer ma Certificates of Compliance, g y permit the use of certain materials or assemblies, prior to sampling and testing, if accompanied by a Certificate of Compliance. 6-1.04 BUY AMERICA REQUIREMENT'S, Attention is directed to the "Buy America" re uirements of the Surface Transportation Assistance Act of 1982 {Section 165 and the Interm q odal Surface Transportation Efficency Act of 1991(ISTEA) Sections 1041(a) and 1048(a}, and the regulations adopted pursuant thereto. In accordance with said 1 regulations, all. manufacturing processes for steel and iron materi aw and als furnished for incorporation into the work on this project shall occur in the United States. A .Certificate of Compliance, conforming to the provisions in Section 6-1.07, "Certificates of Com fiance" of the Specifications, shall be furnished for steel materials. The P ~ Standard certificates, in addition to certifying that the materials comply with the specifications, shall also specifically certify that all manufacturing processes for the material occurred in the United S with the exception that pig iron and processed, lletized and reduced iron tates; Pe ore manufactured outside of the United States may be used in the domestic manufacturing process for such steel and iron materials. The a lication of coatin s such as PP g , epoxy coating, galvanizing, painting, and any other coating that protects or enhances the value of such steel or iron material s shall be considered a manufacturing process subject to the "Buy America" requirements. A Certificate of Compliance, conforming to the provisions in Section 6-1.07, "Certificates of Com fiance " of the St Specifications, shall be furnished for steel and iron materials. P ~ andard The certificates, in addition to certifying that the material comply with the specifications, shall also specifically certify that all manufacturing proceses for the materials occurred in th e United States, except for the exceptions allowed herein. The requirements imposed by said law and regulations do not prevent a minimal use of forei n steel materials if th such materials used does not exceed one-tenth 0.1 % of 1 rcent g e cost of ( ) pe (1 of the total contract cost, or $2,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quality and value of an forei n steel and iron ' Y g prior to incorporating such materials into the work. 21 GENERAL DECISION CA990032 03/12/99 CA32 General Decision Number CA990032 Superseded General Decision No. CA980032 .State: California Construction Type: BUILDING DREDGING HEAVY . HIGHWAY County (ies) KERN BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include oil well drilling or water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 03/12/1999 COUNTY (ies) KERN ASBE0005B 09/21/1997 Rates Fringes INSULATOR/ASBESTOS .WORKER Includes the. application of all. insulating materials, protective . coverings, coatings, and finishings to all types of mechanical systems 28.21 7.53. ASBE0208B 06/01/1996 Rates Fringes ' ASBESTOS REMOVAL WORKER/ HAZARDOUS MATERIAL HANDLER Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all. insulation materials from mechanical systems, whether they. contain asbestos or not 19.70 4.81 BOIL0092F 10/01/1998 Rates Fringes .BOILERMAKER 28.81 9.81 TUBE WELDER .30.31 9.81 BRCA0004H 05/01/1997 Rates Fringes BRICKLAYER 22.72 6.53 BRCA0005P 11/01/1993 r Rates Fringes TILE SETTER: Edwards Air Force Base; and Naval Air Weapons Station, China Lake 20.65 3.40 SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: Tv monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings. Communication. ,Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Installation or maintenance of all sound and communications work performed at China Lake Naval Ordnance Test Station, Edwards .Air Force Base, Elk Hills Naval Petroleum Reserve, or at new or existing federal or state prisons shall be performed at the inside wireman wage rate and fringe benefit amount. Fire alarm work shall be performed at the inside wireman wage rate and fringe benefit amount. ELEC042SA 06/01/1998 Rates Fringes ELECTRICIANS: China Lake Naval Weapons Center and Edwards Air Force Base: Work on structures (defined as areas to which the public has access) t-hat do not exceed 6,000 sq. ft. and that do not exceed 3 stories 14.75 40 + 2.75 Tunnel work: Electrician _34.175 5.370 +6.30 Cable splicer; Heliarc welding 37.00 5.370 +6.30 All other work: Electrician 27.34 5.370 +6.30 Cable splicer; Heliarc welding 29.60 5.370 +6.30 Remainder of county: Work on structures (defined as areas to which the public has access} that do not exceed 6,000 sq. ft. and. that do not exceed 3 stories 13.75 40 + 2.75 Work on small commercial and tenant improvement projects of 10, 000 sq. ft. or less where metal-clad (MC) cable is used: Electrician 17.00 5.37a +6.30 Cable splicer 18.70 5.370 +6.30 Tunnel work: GROUP 5 26.73 10.15 GROUP 6 26.84 10.15 GROUP 7 26.96 10.15 GROUP 8 27.13 10.15 GROUP 9 27.30 10.15 GROUP 10 28.30 10.15 GROUP 11 29.30 10.15 GROUP 12 30.30 10.15 GROUP 13 31.30 10.15 TUNNEL WORK: GROUP 1 26.58 10.15 GROUP 2 26.87 10.15 GROUP 3 27.01 10.15 GROUP 4 27.23 10.15 GROUP 5 27.34 10.15 GROUP 6 27.46 10.15 GROUP 7 27.76 10.15 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Barge, brake,. compressor operator, Ditch Witch, with seat or similar type equipment, elevator operator - inside, engineer oiler, generator operator,. generator, pump or compressor plant operator, pump operator, signal, switch GROUP 2: Asphalt-rubber plant operator (nurse tank operator), concrete mixer operator - skip type, conveyor operator, fire person, hydrostatic pump operator, oiler crusher (asphalt or concrete plant), skiploader (wheel type up to 3/4 yd. without attachment), tar pot fire person, temporary heating plant operator, trenching machine oiler GROUP 3: Asphalt-rubber blend operator, equipment greaser (rack), .Ford Ferguson (with dragtype attachments}, helicopter radio (ground), stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant f-.ire. person, backhoe operator (mini-max or similar type},..boring. machine operator, box or mixer (asphalt or concrete), chip spreading machine operator, concrete cleaning decontamination machine operator, concrete pump operator (small portable}, drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum), equipment greaser (grease truck), guard rail post driver operator., highline cableway signal, hydra-hammer-aero stomper,. power concrete curing machine operator, power concrete saw operator, power-driven jumbo form setter operator, power sweeper operator, roller operator (compacting}, screed operator (asphalt or concrete), trenching machine operator (up to 6 ft.} GROUP 5: Equipment greaser (grease truck/multi-shift) GROUP 6: Asphalt plant engineer, batch plant operator, bit sharpener, concrete joint machine operator (canal and similar type}, concrete planer operator, deck engine operator, derrick (oilfield type), drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum), drilling machine operator (including water wells .incidental to building, heavy or highway construction}, hydrographic seeder machine operator (straw, pump or seed), Jackson track maintainer, or similar type,~Kalamazoo except Quad 9 cat.), rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck), rubber-tired earth-moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), tower crane repair person, tractor loader operator (crawler and wheel type over 6-1/2 yds.), Woods mixer operator (and similar Pugmill equipment) GROUP 10: Heavy-duty repair-welder combination (multi-shift) GROUP,il: Auto grader operator, automatic slip form operator, drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum), hoe ram or similar with compressor, mass excavator operator, mechanical finishing machine operator, mobile form traveler operator, motor patrol operator (multi-engine), pipe mobile machine operator, rubber-tired earth-moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck), rubber-tired self-loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units ) GROUP 12: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 13: Canal liner operator, canal trimmer operator, remote- control earth-moving equipment operator, wheel excavator operato GROUP 14: Rubber-tired earth-moving equipment operator, .operating equipment with push-pull system (single engine, Caterpillar,, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck), rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine - up to and including 25 yds, struck) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck), rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck), tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 17: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 18: Rotex concrete belt operator (or similar types), rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck), rubber-tired earth-moving equipment operator, operating in tandem (scrapers, GROUP 7: Pedestal crane operator; Shovel, backhoe, dra line clamshell operator (over 5 cu. yds. mrc); Tower crane r ` epair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up~to and including 25,ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds. mrc) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc}; Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc}, Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and includin 200 tons mrc}; Derrick barge operator (over 100 tons u to andg including 200 tons mrc};-Hoist operator, stiff le s Gu ' or similar type (over 100 tons u to and ~ g ~ Y derrick p including 200 tons mrc);. Mobile tower crane operator (over 100-tons up to and includin 200 tons mrc) g GROUP 12: Crane operator (over 2OO tons up to and includin 300 tons mrc); Derrick barge operator (over 200 tons u to andg including 300 tons .mrc}; Hoist operator stiff le s ' ,g Guy derrick or similar type .(over 200 tons, up to and including 300 tons mrc);. Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons}; Helicopter pilot; Hoist operator,- stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment} GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons ) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic GUNITE LABORERS: GROUP 1 20.86 11.02 GROUP 2 19.91 11.02 GROUP 3 16.40 11.02 HOUSEMOVERS (ONLY WHERE HOUSEMOVING IS INCIDENTAL TO A CONSTRUCTION CONTRACT): Housemover 15.50 8.38 Yard maintenance person 15.25 8.38 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents .per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. LABORER CLASSIFICATIONS GROUP 1: Cleaning .and handling of panel forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning. of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer,. .asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping;.Laborer, jetting;.. Laborer, temporary water and air lines; Material:. hose operator (walls, slabs, floors and decks); -Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form. raiser; Slurry seal crew (mixer operator, applicator operator, squeegee person, shuttle person, top person), filling of cracks by any method on any surface; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asbestos abatement; Asphalt shoveler; Cement dumper Lon 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked ,concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer (lead); Tank scaler and cleaner; Tree climber, faller, chain saw person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work GUNITE LABORER CLASSIFICATIONS GROUP 1: Nozzle person and rod person GROUP 2: Gun person GROUP 3: Rebound person LABO0220F 01/01/1999 Rates Fringes PLASTERER TENDER: Edwards Air Force Base; Elk Hills Naval Reserve; and Naval Air Weapons Station, China Lake 18.64 7.91 Remainder of County 14.96 7.91 LABO0882B 01/01/1997 Rates Fringes ASBESTOS REMOVAL LABORER 10.37 3.51 SCOPE OF WORK: Includes site mobilization, initial site cleanu . site preparation, removal of .asbestos-containin material and P~ toxic waste (including lead abatement and an oth ' y er toxic material), encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste (inclduing lead abatement and any other toxic materials) by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ' LABO1184A 07/01/1998 Rates Fringes LABORERS - STRIPING: GROUP 1 18.36 7,g5 GROUP 2 18.76 7.85 GROUP 3 20.33 7.85 GROUP 4 21.33 7,85 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment GROUP 2: Traffic surface abrasive blaster; pot tender - removal . of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; Work on wood frame structures 18.00 3.34 All other work 20.99 5.52 PAIN0169B 07/01/1998 Rates Fringes GLAZIER 23.19 7,7 8 FOOTNOTE: Welding in connection with glazing work: $1.00 per hour additional. PAIN1247A 10/01/1997 Rates Fringes SOFT FLOOR LAYER 19.47 5.66 PLAS0200A 08/06/1997 Rates Fringes PLASTERERS 23.38 4.04 PLAS0500B 07/01/1998 Rates Fringes CEMENT MASONS: Work onprojects where the total permit value of the general and all subcontracts is $12 million or less: Cement Mason; curb and gutter machine; Clary and similar type of screed operator (cement only); grinding machine (all types); Jackson vibratory, Texas ,creed and similar type screed operator; scoring machine operator 18.85 8.43 Cement mason (magnesite, magnesite - terrazzo and mastic composition, epoxy, urethanes and exotic coatings, Dex-O-Tex) 18.97 8.43 Cement mason,. floating and troweling machine operator 19.10 8.43 All other work: Cement mason; curb and gutter machine operator; Clary and similar type of screed operator (cement only); grinding machine (all types); Jackson vibratory, Texas screed and similar type .screed operator; scoring machine operator _ 20.81 10.43 Cement mason (magnesite, magnesite - terrazzo and mastic composition, epoxy, urethanes and exotic coatings, Dex-O-Tex) 20.93 10.43 Cement Mason -floating and troweling machine operator 21.06 10.43 SHEE0102E 01/01/1999 Rates Fringes EAST OF HWY. #395 FROM RED MOUNTAIN TO THE INYO COUNTY LINE: INDUSTRIAL SPECIALTIES SHEET METAL WORKER: Work on all air pollution control systems, noise abatement panels, blow pipe, air-veyor systems, dust collecting, baghouses, heating, air conditioning, and ventilating (other than. creature comfort) and all other industrial work, including metal insulated ceilings 25.21 12.82 SHEE0108A 10/01/1998 WEST OF HWY. #395 FROM RED MOUNT ates Fringes AIN TO THE INYO COUNTY LINE: SHEET METAL WORKER: Light commercial work (10,000 sq. ft. or less) - 16.43 2.25 All other work 22.90 8.62 TEAMOOIID 07/01/1998 Rates Fringes TRUCK DRIVERS: Edwards Air Force Base;-and Naval Air Weapons Station, China Lake.: GROUP 1 21.79 11.89 GROUP 2 21.94 11.89 GROUP 3 22.07 1.1.89 GROUP-4 22.26 11.89 GROUP 5 22.20 11.89 GROUP 6 22.32 11.89 GROUP 7 22.57 11.89 GROUP 8 22.82 11.89 GROUP 9 2 3.0 2 11. $ 9 GROUP 10 23.32 11.89- GROUP 11 23.82 11.89 Remainder of County: GROUP 1 19.79 .11.89 GROUP 2 19.94 11.89 GROUP 3 20.07 11.89 GROUP 4 20.26 11.89 GROUP 5 20.20 11.89 GROUP 6 20.32 11.89 GROUP 7 20.57 ~ 11.89 GROUP 8 20.82 11.89 GROUP 9 21.02 11.89 GROUP 10 21.32 11.89 GROUP 11 21.82 11.89 TRUCK DRIVER CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck-mounted broom for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3 . ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor . 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be~accompanied by a full statement of the interested party's position and by any information (wage payment data, project,description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review. Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Load Assistance Procedures Manual EXHIB PS&E Checklist Instructions IT 1 Z•E Attachment A SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS GENERAL: The work herein proposed will be financed i n whop or in part with Federal funds, and therefore all of the (This form need not be filled in if all 'oint venture firms are statutes, rules and regulations promulgated by the Federal Gov minority owned.) J ernment and applicable to work financed in whole or in part with Federal funds will apply to such work. The "Required Contract Provisions, Federal•Aid Construction Contracts, 1. Name of joint venture . Form FHWA 1273, are included in this Section l4. Whenever m said required contract provisions references are made to "SHA contracting officer," "SHA "resident engineer," or authorized .representative of the SHA, such references shall be 2. Address of point venture construed to mean "Engineer" as defined in Section l • I.18 of the Standard Specifications. PERFORMANCE OF PREVIOUS CONTRACT.-In ad• 3. Phone number of joint venture dition to the provisions in Section II, "Nondiscrimination," and Section VII, "Subletting or Assigning the Contract," of the re- quired contract provisions, the Contractor shall comply with the following: 4. Identify the firms which comprise the joint venture. (The The bidder shall execute the CERTIFICATION WITH RE• MBE partner must complete Schedule A.) GARD TO THE PERFORMANCE OF PREVIOUS CON- TRACTS ORSUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located in the proposal. No request for subletting or assigning any portion of the contract in ex- cess of 510,000 will be considered under the provisions. of a Describe he role of the MBE firm in the joint venture. Section VII of the required contract provisions unless such request is accompanud by .the CERTIFICATION referred t o . above, executed by the proposed subcontractor. NON-COLLUSION .PROVISION.-The provisions in th i s section are applicable to all .contracts except contracts for b. Describe very briefly the experience and business Federal Aid Secondary .projects. Title 23, United States Code, Section ] 11, requires as a qualifications of each non•MBE joint venturer: condition precedent to approval by the Federal Highway Administrator of the contract for this work that each bidder file a sworn statement executed by, or on behalf o~ the person, firm, association, or corporation to whom such contract is to be awarded, certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into S. Nature of the joint venture's business any agreement., participated in any collusion, or otherwise taken any action in restraint of free competitive bidding i n connection. with the submitted bid. A form to make the non- . collusion affidavit statement required by Section 112 as a 6. Provide a copy of the joint venture agreement. certification under penalty of perjury rather than as a sworn statement as permitted by 28, USC, Sec. 1746, is included in the 7. What is the claimed percentage of MBE ownership? _ proposal.. PARTICIPATION BY MINORITY BUSINESS EN- TERPRISES IN SUBCONTRACTING.-Part. 23, Title 49, 8.Ownership of joint venture: (This need not be filled in if Code of Federal Regulations applies to this Federal•aid project. , . Pertinent sections of sand Code are incorporated in part or in its described in the point venture agreement, provided by entirety within other sections of these .special provisions. question 6.). Schedule B-Information for Determining point Venture Eli• gibility . Revised 3-95 08.07.95 FR•1 Page l Z•63 February 1,1998 I (I Local Assistance Procedures Manual EXHIBIT l2•E PS&E Checklist Instructions ~ ~ Attachment B REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) h Disputes within the meaning of this clause include disputes Page between the contractor (or any of its subcontractors) and the I. General 3 contracting agency, the DOL, or the contractor's employees or II. Nondiscrimination 3 their representatives. III. Nonsegregated Facilities S 6. Selection of Labor: During the performance of this N. Payment of Predetermined Minimum Wage 6 contract, the contractor shall not: V. Statements and Payrolls 8 VI. Record of Materials, Supplies, and Labor 9 a. discriminate against labor from any other State, posses- VII. Subletting or Assigning the Contract 9 soon, or territory of the United States (except for employment VIII. Safety: Accident Prevention 10 preference for Appalachian contracts, when applicable, as IX. False Statements Concerning Highway Project....... 10 specified in Attachment A), or X Implementation of Clean Air Act and Federal Water b. employ convict labor for an u ose within ' Pollution Control Act 10 Y p rP the limas of the project unless it is labor performed by convicts who are XI. Certification Regarding Debarment, Suspension, on parole, su ervised release, or robation. Ineligibility, and Voluntary Exclusion 11 p P XII. Certification Regarding Use of Contract Funds for II. NONDISCRIMINATION Lobbying 12 (Applicable to all Federal-aid construction contracts and to ATTACHMENTS all related subcontracts of 510,000 or more.) A. Employment Preference for Appalachian Contracts 1. Equal Employment Opportunity: Equal employment (included ~n Appalachian contracts only) opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under I. GENERAL laws, executive orders, rules, regulations (28 CFR 3S, 29 CFR 1630, and 41 .CFR 60) and orders of the Secretary of 1. These contract provisions shall apply to all work per• Labor as modified by the provisions prescribed herein, and im- formed on the contract by the contractor's own organization posed pursuant to Z3 U.S.C. 140 shall constitute the EE0 and and with the assistance of workers under the contractor's im- specific affirmative action standards for the contractor's project mediate superintendence and to all work performed on the con- activities under this contract. The Equal Opportunity tract by piecework, station work, or by subcontract. Construction Contract Specifications set forth under 41 CFR 60.4.3 and the provisions of the American Disabilities 2. Except as otherwise provided for in each section, the con- Act of 1994(42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 tractor shall. insert in each subcontract all of the stipulations and 29 CFR 1.630 are incorporated by reference in this contract. contained in these Required .Contract Provisions, and further In -the execution of this contract, the contractor agrees to comply require their inclusion in any lower tier • subcontract or with the following minimum specific requirement activities of purchase order that may in turn be made. The Required Contract EEO: Provisions shall not be incorporated by reference in any- case. The prime contractor shall be responsible for compliance by any a. The contractor will work with the State highway agency subcontractor or lower tier. subcontractor with these Required (SHA) and the Federal Government in carrying out EEO Contract Provisions. obligations and m their review of his/her actrv~Ues under the contract: 3. A breach of any of the stipulations .contained in these Re- quired .Contract Provisions shall be sufficient grounds for b. The contractor will accept as his operating policy the termination of the contract following statement: 4. A breach of the following clauses of the Required Contract "Iris the policy of this Company to assure that applicants Prov~s~ons may also be grounds for debarment as provided ~n are employed, and that employees are treated during employ- 29 CFR 5.12: meet, without regard to their race, religion, sex, color, na- tional origin, age or disability. Such action shall include: Section I, paragraph 2; employment, upgrading, demotion, or transfer; recruitment or Section IV, paragraphs 1, 2, 3, 4, and recruitment advertising; layoff or termination; races of pay or Section V, paragraphs 1 and 2a through 2g. other forms of compensation; and selection for training, in- cluding apprenticeship, preapprenticeship, and/or on-the-job S. Disputes arising out of the labor standards provisions of training: " Section IV (except paragraph S) and Section V of these Required Contract Provisions shall not be subject to the general 2. EEO Officer: The contractor will designate and make disputes clause of this contract. Such disputes shall be known to the SHA contracting officers an EEO Officer who will resolved in accordance with the procedures of the U.S. De- have the responsibility for and must be capable of effectively partment of Labor (DOL) as set forth in 29 CFR S, 6, and 7. Form 1213 -Revised 3.9i 08.01.95 FR-3 Page 12-b5 February 1,1998 Local Assistance Procedures Manual EXHIBIT I - PS&E Checklist Instructions 2 E Attachment B 1. Unions: If the contractor relies in whole or in part upon 9. Records and Reports: The contractor shall kee such unions as a source of employees, the contractor will use his/her records as necessary to document compliance with the EEO best efforts to obtain the cooperation of such unions to increase requirements. Such records shall be retained fora eriod of opportunities for minority groups and women within the three years following completion of the contract w r P and to effect referrals by such unions of minority and be available at reasonable times and laces for i o k and shall unions, p nspection by~ au• female employees. Actions by the contractor either directly or thorized representatives of the SHA and the FHWA. through a contractor's association acting as agent will include the procedures set forth below: a The records kept by the contractor shall document the following: a. The contractor will use best efforts to develop, in coop- eration with the unions, joint training programs aimed (1) The number of minority and non-minorit rou toward qualifying more minority group members and women members and women employed in each work classification for membership in the unions and increasing the skills of on the project; minority group employees and women so that they may qualify for higher paying employment. (2) The progress and efforts being made in coo eration with unions, when applicable, to increase emplo ment o - b. The contractor will use best efforts to inco orate an ' ' y P rP portunities for minorities and women, EEO clause into each union agreement to the .end that such union will be contractually bound to refer applicants with- (3) The progress.and efforts being made in locatin , hir- out regard to their race, color, religion, sex, national origin, ing, training, qualifying, and upgrading minori and fe- .age or disability. male employees; and ty c. The contractor is to obtain information as to the refen~al (4) The progress and efforts bein made in securin practices and policies of the labor union except that to the ex- services of DBE subcontractors or subcontract g the tent such information is within the exclusive .possession of meaningful minority and female re resentation ors with the labor union and such labor union refuses to furnish such employees. P .among their information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to b. The contractors will submit an annual re rt to the SHA obtain such information. each July for the duration of the ro'ect indicatin P ~ ~ g the num- ber of minority, women, and non-minority group employees d. In -the event the union is unable to provide the contrac- currently engaged in each work classification re wired b th for with a reasonable flow of minority and women referrals contract work. This information is to be re orted on Form .within the time limit set forth in :the collective bargaining FHWA-1391. If on-the-job training is bein re wired b agreement, the contractor will, through independent recruit- special provision, the contractor will be re ug ed to collect merit efforts, fill the employment vacancies without regard to and report training data.. q race, color, religion, sex, national, origin, age or disability; making full efforts to obtain qualified and/or qualifiable mi- III NONSEGREGATED FACILITIES nority group persons and women. (The DOL has held that i t shall be no excuse that the union with which the contractor (applicable to all Federal•aid co ' has a collective bargaining agreement providing for exclusive nstruchon contracts and to referral faded to refer minority employees.) In the event the all. related subcontracts of X10,000 or more.) .union referral practice prevents the contractor horn meeting a. By submission. of this .bid the executi the obligations pursuant to Executive Order 1124b, as ~ on of this contract _ amended, and these special provisions, such contractor shall or subcontract,. or the consummation of this material supply immediately notify the SHA. agreement or purchase order, as appropriate, .the bidder, Federal-aid construction contractor, subcontractor, material 8. Selection. of Subcontractors, Procurement of Materials supplier, or vendor, as appropriate, certifies that the firm does and Leasing of Equipment: The contractor shall not not, maintain or provide for its employees any segregated discriminate. on the grounds- of race, .color, religion, sex, facilities, at any of its establishments., and that the firm. does national origin, age or disability in the selection and retention not. permit its employees to perform their services at any of subcontractors, including procurement of materials and leases location, .under its control, where segregated facilities are maintained The firm agrees that a breach of this certification of equipment. is a violation of the EEO rovisions of ' p this contract. The firm a The contractor shall notify all potential subcontractors further certifies that no ..employee will be denied access to and suppliers of his/hec EEO obligations under this contract. adequate facilities on the basis of sex or disability. b. Disadvantaged business ente rises DBE b. As used in this certification, ,the term "segregated facili- in 49 CFR 23, shall have a ual ~ ~ defined ties" .means, any waiting rooms, work azeas, restrooms and q opportunity to compete for washrooms, restaurants and other eating areas, time clocks, and perform subcontracts which the contractor enters into locker rooms, and other stora a or dressin ' pursuant to this contract. The contractor will use his best g g areas, parking efforts to solicit bids from and to utilize DBE subcontractors lots, drinking ..fountains, recreation or entertainment areas, or subcontractors with meaningful minorit rou and female transportation, and housing facilities provided. for employees y g P which are segregated by explicit directive, or are, in fact, seg- representation among their employees. Contractors shall regated on the basis of race, color, reli ion national ' obtain lists. of DBE construction firms from SHA personnel. age or disability, because of habi localgcust origin, _ t, om, or otherwise. c. The contractor will use his best efforts to ensure subcon- The only exception will be for the disabled when the tractor compliance with their EEO obligations. demands for accessibility override (e.g, disabled parking). . Form 1273 -Revised 3.95 08-07.95 FR-5 Page 12-b7 February 1,1998 Local Assistance Procedures Manual EXHIBIT 12-E PS&E Checklist. Instructions ' ' Attach ment B as stated in the wage determination or shall pay another bona (4) In the event the Bureau of Apprenticeship and Train- fide fringe benefit or an hourly case equivalent thereof, ing, or a State apprenticeshi a enc reco nized v P 8 Y g b, the Bureau, withdraws approval of an apprenticeship program, b. If the contractor or subcontractor, as appropriate, does the contractor or subcontractor will no longer be permitted not make payments to a trustee or other third person, he/she to ut~l~ze apprentices at less than the applicable predeter- mayconsider as apart ofthe wages of any laborer or mechanic mined rate for the comparable work performed by regular the amount of any costs reasonably ant~c~pated ~n providing employees until an acceptable program is approved. bona fide fnnge benefits under a plan or program, provided, that .the Secretary of Labor has found, upon the written b. Trainees: request of the contractor, that the applicable standards of the Davis•Bacon Act have been met. The Secretary of Labor may (1) Except as provided in 29 CFR 5.16 trainees will require the contractor to set aside in a separate account assets ~ not for the meeting of obligations under the plan or program. be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to 4. Apprentices and Trainees (Programs of the U.S. DOL) and individually registered in a program which has received prior approval, evidenced by formal certification and Helpers: by the DOL, Employment and Training Administration. a. Apprentices: (2) The ratio of trainees to journeyman-level employees on the fob site shall not be greater than permitted under the (I }Apprentices will be permitted to work at Less than plan approved by the Employment and Training Adminis- the predetermined rate for the work they performed when tration. Any employee listed on the payroll at a trainee they are employed pursuant to and individually registered rate .who is not registered and participating in a training in a bona fide apprenticeship program registered with the Plan approved by the Employment and Training Adminis- DOL, Employment and Training Administration, Bureau of tration shall be paid not less than the applicable wage rate Apprenticeship and Tra~n~ng, or with a State apprentice- on the wage determmat~on for the classification of work ac• ship. agency recognized by the Bureau, or if a person is em- Nally Performed. In addition, any. trainee performing work ployed in his/her first 90 days of probationary employment on the job site in excess of the ratio permitted under the as an apprentice in such an apprenticeship program, who is .registered program shall be paid not aess than the applica- not mdwidually registered m the program, but who has ble wage rate on the wage determmat~on for the work actu- been certified by the Bureau of Apprenticeship and -.ally performed. Trammg or a State apprent~cesh~p agency (where appropri- , ate) to be eligible for probationary employment as an ap- (3) Every trainee must be paid at not less than the rate Prentice. specified to the approved program for his/her level of progress, expressed as a percentage of the journeyman-level (2) The. allowable ratio of.apprentices to journeyman- hourly rate specified in the applicable wage determination. level employees on the fob site in any craft classification Trainees shall be paid fnnge benefits in accordance with shall not be greater than the ratio permitted to the contrac- the provisions of the trainee program. If the trainee for as to the entire work force under the registered program. .program .does not mention fringe benefits, trainees shall be Any employee listed on a payroll at an apprentice wage paid the full amount of fnnge benefits listed on the wage rate, who is not registered or otherwise .employed as stated determination unless the Administrator of the Wage and above, shall be paid not less than the applicable. wage rate .Hour Division determines that there is an apprenticeship listed m the wage determination for the classification of program associated with the corresponding ~ourneyman• work actually performed. In addition, any apprentice per- level wage rate on the wage determination which provides forming work on the fob site in excess of -.the ratio permitted for less than full fringe benefits for apprentices, in which under the registered program shall be paid not less than the case such trainees shall receive the same fringe benefits as applicable. -wage rate on the wage determination for the apprentices. .work actually performed Where a contractor or subcontractor is performing construction on a project in a (4) In the event the Employment and Training Adminis- locaiity other than that m which its program is registered, trat~on withdraws approval of a training program, the con• the ratios and wage rates (expressed in percentages of the tractor. or subcontractor will no longer be permitted to uti- journeyman-level hourly rate) specified in the contractor's line trainees at less than the applicable predeternined rate or subcontractor's registered program shall be observed. for the work performed. until an acceptable program is ap- proved. (3} Every ,apprentice must be paid at not less than the .rate specified In the registered program for the apprentice's c. Helpers: . level of progress, expressed as a percentage of the jour- neyman-level hourly rate specified in the applicable wage Helpers will be permitted to work on a project if the determination... Apprentices shall be .paid fringe benefits i n .helper classification is specified and defined on the accordance .with the provisions of the apprenticeship pro- -applicable wage determination or is approved pursuant t o gram. If the apprenticeship program does not specify fnnge the conformance procedure set forth in Section IV.2. Any benefits, apprentices must be paid the. full amount of fringe worker listed on a payroll at a helper wage rate, who is not ..benefits listed on the wage determination for the applicable a helper under an approved definition, shall be paid not classification. If the Administrator for the Wage and Hour less than the applicable wage rate on the wa e Division determines that a different practice prevails for the determination for the classification of work actua applicable apprentice classification, fringes shall be paid performed. y in accordance with that determination. Form 1213 -Revised 3.95 08.07.95 Page 12-69 February 1,1998 Local Assistance Procedures Manual EXHIBIT I2•E ' PS&E Checklist Instructions ~ ~ Attachment B c. Each contractor and subcontractor shall furnish, each grounds for debarment action pursuant to 29 CFR 5.12. week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employ- VI. RECORD OF MATERIALS, SUPPLIES, AND ees (including .apprentices, trainees, and helpers, described m LABOR Section IV, paragraphs 4 and 5, and watchmen and guards en- gaged on work during the preceding weekly payroll period). ~ . On all Federal•aid contracts on the National Highway Sys- The payroll submitted shall set out accurately and completely except those which provide solely for the installation of all of the information required to be maintained under pars- protective devices at railroad grade crossings, those which are graph 2b of this Section V. This information may be submit- constructed on a force account or direct labor basis, highway led in any form desired. Optional Form WH-347 is available beautification contracts, and contracts for which the total final for this purpose and may be purchased fran the Superinten• construction cost for roadway and bridge is less than dent of Documents (Federal stock number 029-005-0014.1), ~ 1,000,000 (23 CFR 635) the contractor shall: U.S. Government Printing Office, Washington, D.C. 20402. The .prime contractor is responsible for the submission of a. Become familiar with the list of specific materials and copies of .payrolls by all subcontractors. supplies contained in Form FHWA-47, "Statement of Matcri- als and Labor Used by Contractor of Highway Construction d. Each payroll submitted shall be accompanied by a Involving Federal Funds," prior to the commencement of work "Statement of Compliance," signed by the contractor or sub- under this contract. contractor or hisJher agent who pays or supervises the pay- ment- of the persons employed under the contract and shall b. Maintain a record of the total .cost of all materials and certify the following: suppliespurchased for and incorporated in the work, and . also of the quantities of those specific materials and supplies (1) that the payroll for the payroll penod contains the listed on Form FHWA-47, and in the units shown on Form information required to be maintained under paragraph 2b FHWA-47. of this Section V and that such information is correct and complete; c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data (2) that such laborer or mechanic (including each helper, required in paragraph lb relative to matenals and .supplies, a apprentice, and trainee) employed on the contract during final labor summary. of all contract work- indicating the total the payroll period has been paid the full weekly wages hours worked and the total amount earned. earned, without rebate, either directly or indirectly, and that no .deductions have been made either directly or 2. At the prime contractor's option, either a single report f indirectl fran the full wages earned, other than coverin all contract work or separate reports for the contractor ~ rmissible deductions as set forth in the Regulations, 29 and for each subcontract shall be submitted. Pe CFR 3; that each laborer or mechanic has been aid not less VII. SUBLETTING OR ASSIGNING THE CON- 3 TRACT O wa a rate and Erin a benefits or cash that, the applicable g , g egwvatent for the classif cation of worked performed, as specified in the applicable wage. determination incorpo- 1. The contractor shall perform. with its own organization rated into the contract. contract work amounting to not less than 30 percent (or a greater percentage >f specified elsewhere m the contract) of the t e. The weekly submission. of a properly executed certifica- total original contract pace, excluding any specialty items des- i lion .set forth on the reverse side of Optional Form WH-347 ignated by the State. Specialty items may be performed by sub- ~ shall satisfy the requirement for submission of the "Statement contract and the_ amount of any such specialty items performed of Compliance" required by paragraph 2d of this Section V. may be deducted from the total original contract pace before computing the amount of work required to be performed by the f. The falsification of any of the .above certifications may .contractor's own organization (23 CFR 635). subject the contractor to civil or criminal prosecution under 18 U.S.C.1001 and 31 U.S.C. 231. a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime con- .The contractor or subcontractor shall make the records tractor and equipment owned or rented by the prime contrac• re wired under aragraph 2b of this Section V available for tor, with or without operators. Such term does not include ins ection co in , or transcription by authorized employees or equipment of a subcontractor, assignee, or agent j re resentatives of the. SHA, the FHWA, or the DOL, and of the prime contractor. ~ shall.. rmit such representatives to interview employees ~ durin w Orkin hours on the job. if the contractor or b. "Specialty Items" shall be construed to be limited to subcontractor fails to submit the required records or to make work that requires highly specialized knowledge, abilities, them available, the SHA, the FHWA, the DOL, or all may, or equipment not ordinarily available in the type of con- after written notice to the contractor, sponsor, applicant, or tracting organizations qualified and expected to bid on the owner, take such actions as may be necessary to cause the contract as a whole and in general are to be limited to minor suspension of any further payment, advance,. or guarantee of components of the overall contract. funds. Furthermore, failure to submit the required records upon request or to make such records available may be Form 1273 -Revised 3.95 08.07-95 FR•9 Page 12-?1 February 1,1998 Local Assistance Procedures Manuel EXHIBIT 12•E PS&E Checklist Instructions ' ' Attachment B for the contract is under consideration to be listed on the EPA g. The prospective primary participant further agrees by submittin this ro osal that it will include the clause titled List of Violating Facilities, "Cerificagon Re ardin Debarment, Suspension, lneligibil- g g 4. That the firm agrees to include or cause to be included the ity and Voluntary Exclusion•Lower Tier Covered Transac- requiremcnts of paragraph 1 through 4 of this Section X in every lion," provided by the department or agency entering into nonexempt subcontract, and further agrees to take such action as this covered transaction, without modification, ~n all lower the government may direct as a means of enforcing such re• tier covered transactions and ~n all sol~c~tat~ons for lower tier quirements. covered transactions. XI. CERTIFICATION REGARDING DEBARMENT, h. A participant in a covered transaction may rely upon a SUSPENSION, INELIGIBILITY AND VOLUNTARY certification of a prospective participant in a lower tier cov- ered transaction that is not debarred, suspended, ineligible, EXCLUSION or voluntarily excluded from the covered transaction, unless • Covered it knows that the certification is erroneous, A participant 1. Iostructlons for Certificat~oa • Primary may decide the method and frequency by which it determines Transeetions: the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the (Applicable to all Federal-aid contracts • 49 CFR 29) "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs (Nonprocurement List) which i s a By signing and submitting this proposal, the prospec• compiled by the General Services Administration. five primary participant is providing the certification set out below, i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render b. The inability of a person to provide, the certification set in good faith the certification required by this clause. The out below will not necessarily result ~n denial of partic• knowledge and information of participant ~s not required to ipation in this covered transaction. The prospective par• exceed that which is normally possessed by a prudent person ticipant shall submit an explanation of why it cannot provide in the ordinary course of business dealings. the certification set out below. The certification or explanation will be considered in connection with the de• j. Except for transactions authorized under paragraph f of partment or agency's determination whether to enter into this these instructions, if a participant in a covered transaction transaction. However, failure of the prospective pnmary knowingly enters into a .lower tier covered transaction with a participant to furnish a certification or an explanation shall person who is .suspended, debarred, ineligible, or voluntarily dis ualify such a person from participation in this excluded from participation in this transaction, in addition t o q other remedies available to the Federal Government, the de- transaction. pargnent or agency may terminate this transaction for cause or c. The certification in this clause is a material represents- default. lion of fact upon which reliance was placed when the depart- ment or agency determined to enter into this transaction. If it is later determined that the prospective primary participant . knowingly rendered an erroneous certification, in addition to Certification Regarding Debarment, other remedies available to the Federal Government, the de• .Suspension, Ineligibility. and Voluntary partment or agency may terminate this transaction for cause of Exclusion-Primary Covered Transactions default. 1. The prospective primary participant certifies to the best d. The prospective primary participant shall provide im• of its knowledge and belief, that it and its principals: mediate written notice to the department or agency to whom ebarred sus ended, ro osed for this proposal is submitted if any time the prospectwe primary a. Are not presently d p P P part~c~pant learns that its certification was erroneous when debarment, .declared ineligible,. or voluntarily excluded submitted or has become erroneous by reason of changed tom covered ransactions by any Federal department or circumstances. agency; e. The terms "covered transaction," "debarred," "suspended," b. Have not within a 3•year period preceding this "ineligible," "lower tier covered tranansaction,M "participant,„ proposal been convicted of or had a civil judgment ren- "person," "primary covered .transaction, principal, dered against them for comm~ss~on of fraud or a criminal "proposal," and "voluntarily excluded," as used in this clause, offense ~n connection with obtaining, attempting to obtain, have the meanings set out in the Definitions and Coverage or performing a public (Federal, State or local) transaction sections of rules implementing Executive Order 12549. You or contract under a public transaction; violation of Federal may contact the department or agency to which this proposal or State antitrust statutes or commission of embezzlement, is submitted for assistance in obtaining a copy of .those theft, forgery, bribery, falsification or destruction of re ulations. records, making false statements, or receiving stolen g property; f. The prospective primary participant agrees by submitting d for or otherwise criminally this proposal that, should the proposed covered transaction c. Are not presently indicte 1 entit Federal, State be entered into, it shall not knowingly enter into any lower or civilly charged by a governments y tier covered transaction with a person who is debarred; or local) with commission of any of the offenses enumerated suspended,-declared ineligible, or voluntarily excluded Pram in paragraph lb of this certification; and participation in this covered transaction, unless authorized . by the department or agency entering into this transaction. Form 1213 -Revised 3.9S 08.07.95 FR-11 Page 12-73 February 1,1998 Local Assistance Procedures Manual EXHIBIT i - PS&EChecklist instructions 2 E Attachment B grant, loan, or cooperative agreement, the" undersigned shal I certification shall be subject to a civil penal of .not .less than complete and submit Standard Form•LLL, Dtsclosurc Form to 610,000 and not more than 5100,000 for each such failure. Report Lobbying," in accordance with its instructions. 3. The prospective participant also agrees by submitting his 2. This certification is a material representation of fact upon or her bid or proposal that he or she shall r wire that the lan- which reliance was placed when this transaction was made or guage of this certification be included in allow ' enured into. • ~ cr t,cr subcon- Subm~ssion of this certification is a prerequisite tracts, which exceed 6100,000 and that all such reel Tents shall for making or entering into this transaction ~mposrd by 31 certify and disclose accordingly. p U.S.C. 1352. Any person who fails to file the required FEDERAL-AID FEMALE AND MINORITY GOALS In accordance with Section II, "Nondiscrimination," of 177 Sacramento, CA: "Required Contract Provisions Federal•aid Construction Contracts" the following are the goals for female utilization: SMSA Counties: b920 Sacramento, CA ..................................N... 1 b. l Goal for Women CA Placer, CA Sacramento; (applies nationwide) ..............(percent) NNNH. 6.9 CA Yolo. The following arc goals for minority utilization: Non•SMSA Counties...N ........................N......N..... 14.3 CA Butte; CA Colusa; CALIFORNU ECONOMIC AREA CA EI Dorado; CA Glenn; CA Nevada; CA Sierra; Goal CA Sutter; CA Yuba. (Percent) l78 Stockton•Modcsto, CA: 174 Redding, CA: SMSA Counties: Non•SMSA Counties .............................N........ 6.8 S 170 Modesto, CA...............»...................»..... 12.3 CA I,~a~ssen; CA Modoc; CA Stanislaus. CA Plumes; CA Shasta; 81.20 Stockton, CA.......N 24.3 CA Siskiyou; CA Tehama CA San J uin. 115 Eureka, CA: Non•SMSA Counties..NHNNN..NNN.»N.NN.N...N.N.q 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; Non•SMSA Counties ................................N..... 6.6 CA CA Del Norte; CA Humboldt; Merced; CA Tuolumne. CA Trinity. 179 FresnaBakersfield, CA: _ 176 San Francisco-Oakland•San Josc, CA: SMSA Counties. SMSA Counties: 0680 Bakersfield, CA 19.1 7120 Salinas-Seaside• CA Kern. Mont 2840 Fresno, CA 26.1 erey, CA ....................................N........... 28.9 CA Fresno. CA Monterty. Non•SMSA Counties 7360 San Francisco-Oakland, CA 25.6 23.6 CA Alameda; CA Contra Costa; CA Kings; CA Madera; CA Merin; CA San Francisco; CA Tulare, CA San Mateo. 180 Los An eles CA: 7400 San lose, CA ...........................N................ 19.6 g ' CA Santa Clara. SMSA Counties: 7485 Santa Cruz, CA .............N.N....................... 14.9 0360 Anahcim•Santa Ana-Gard CA Santa Cruz en 7500 Santa Rosa, CA..N ...................N............... 9.1 Grove, CA........................................................ 11.9 CA Sonoma CA Orange. 8720 Vallejo•Fairficld• Napa, CA 17.1 4480 Los Angcles•Long CA Napa; CA Selene Beach, CA .............................N......................... 28.3 CA Los Angeles. 6000 Oxnard•Simi Vallcy- Non•SMSA Counties ..................N........................ 23.2 Ventura, CA..................................................... 21.S CA Lake; CA Mendocino; CA Ventura. CA San Benito. Fam 1273 -Revised 3.95 oa.a~•9s FR•13 ....Page 12.75 February 1,1998 SECTION 7, CONSTRUCTION DETAILS SECTION 7-1 GENERAL 7-1.01 RELATIONS WITH THE STATE OF CALIFORNIA, The Ci has been issued a within the State Highwa ri t of wa .However permit for work Y ~ Y , prior to beginning work, the Contractor shall obtain a permit in the Contractor's name. Any subcontractors which will do work within State Highway right of way must be listed on the contractor's permit or they will be required to obtain their own permit. The Contractor shall com 1 with all the of said permit. P Y provisions 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 com ensation will p be allowed therefor. 7-1.02 OBSTRUCTIONS. Attention is directed to Section 8-1.10, "Utility and Non-Hi wa Facilities " of the Standard S cifications the laps and th ' ' ~ Y ' 1~ p especial provisions. The Contractor will be required to work around public utility facilities and other im rovements that remain in place within the construction area or that are to be relocate p are to d and relocation operations have not been completed. In accordance with the provisions of Article 7-1.11,, "Preservation of Property, " and 7-1.12, "Res nsibili " the Standard Specifications, the Contractor will be li Po ty for Damage, of able to owners of such facilities and improvements for any damage or interference with service. resulting from conducting his operations. The exact location of under round faciliti ' g es and improvements within the construction area shall be :ascertained by the Contractor before using equipment that ma lama a such facilities ' with the services. Other forces ma be en a ed in movie or r • • • • • Y , g or interfere Y g g g emov~ng utility facilities or other improvements or maintaining services or utilities. The Contractor shall cooperate :with such forces and conduct his o erations in such a mane ' any unnecessary delay or hindrance to the work bein r p er as to avoid g pe formed by other such forces. .:Any .delay to the Contractor due to .utility relocation whether or not the utility is shown or correctl located on the plans will not be compensated for as idle .time. However, additional contract tim Y e commensurate with such delays may be allowed. .Prior to commencement of .any. phase of construction involvin landsca in or irri ' g p g gation systems, the Contractor shall contact the City Parks Division at 32b-31.17 for the purpose of ascertaining the locations and current o er ' of all landscape irrigation wiring, mainlines, laterals and other p atonal status facilities. ' Due care shall be taken to minimize damage to existing irri ation s stems and lant m ' g Y p atenals. The Contractor shall be responsible for repairing and reconnecting severed or damaged lines and/or wirin and re lacement of material at his own cost. In the event of interru tion of ' g p damaged plant p irrigahon operations due to damage by the Contractor, the Contractor shall be responsible for maintaining the health of plant material in the area for .the duration of irri ati ' g on interruption. Existing land subdivision monuments and stakes shall be :full rotected from ' y p damage or displacement and they shall not be disturbed unless directed by the Engineer. Due care shall be taken to minimize lama a to existin stain d The Contractor shall be responsible for re airin lama ed areas g g pe concrete. P g g .Where pullboxes are installed within stamped concrete areas Contractor shall insure a neat sawcut or in-kind replacement of stampedconcrete area boundin the ullbox. g P Attention is directed to the fact that nuisance water may be present at all times along the ro'ect. It will be the responsibility of the Contractor to provide for handlin of said water and an p ~ g y 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. .PAYMENT. Except in the case of extra work, full compensation for conforming to the re uirements of this article shall be considered as included in the prices aid for the various items q P of work and no additional compensation will be made therefor. 7-1.03 MAINTAINING TRAFFIC. The Contractor shall furnish, install and maintain si ns, li hts fla s and other warning and safety devices when performin work which interfer g g ' g g es with or endangers the safe movement of traffic on any street or highway. 22 PAYMENT. Full compensation for conforming to the requirements of this article shall be considered as includ ' paid for various items of work and no additional allowan ed in the prices ce will be made therefor. 7.1.05 EXISTING HIGHWAY FACILITIES. The work performed in connection with various existin facilities shall conform to the provisions in Section 15, "Existing Hi hwa Facilities " of the S g g Y tandard Specifications and these special provisions. Existing City highway signs and street markers shall remain the property of the Ci .Such si ns and street markers shall be relocated and maintained Burin cons ~ g g traction so as to convey the same intent that existed prior to construction. Existing City highway signs and street markers shall be placed in their permanent position b the Contractor's forces prior to completion of construction. Si removed from the ro'ect are y ~ p ~ a shall be delivered to the City Corporation Yard at 4101 Truxtun Avenue. PAYlV1ENT. 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 allowed therefor. 7-1.06 REMOVE CONCRETE. Removing concrete shall conform to the provisions in Section 15, "Existin Highway Facilities", Section 16, "Clearing and Grubbing", and Section 19-1.04 "Removal and g Disposal of Buried Man-Made Objects", of the Standard Specifications and these special provisions. Concrete removed shall be disposed of in accordance with the provisions in Section 7-1.13, "Dis osal of Material Out ' Highway Right of Wa of the Standard S cifications. P side the Y pe MEASUREMENT AND PAYMEN'T', Full compensation for conforming to the requirements of this article shall.be considered as included in the unit pnces paid for various items of work and no additional coin ensation will be allow therefor. P ed 7-1.07 CLEARING AND GRUBBING. Clearing and grubbing shall conform to the provisions in Section 16, Clearing and Grubbing", of the Standard Specifications and these special provisions. Clearing and grubbing shall be limited to those areas actuall affected b the Tanned cons Y Y p traction as directed by the Engineer. PAYMENT. Full compensation for conforming to the requirements of this article shall be consi dered as included in the pnces. paid for various items of work and no additional compensation will be allowed therefor. 7-1.08 DUST CONTROL. Dust control shall conform to the provisions in Section 10, "Dust Contro", of the standard Specifications and these special provisions. It shall be the Contractor's responsibility to prevent a dust nuisance from originating from the site of the work as a result of his operations, or the traveling public, during the effective eriod of this contract. Preventative measures to be taken by the Contractor shall include but sh P all not be limited to the following: a. ,Water shall be applied to all unpaved areas as required to prevent the surface from becomin d enough to permit dust formation. g ~ b. Paved surfaces over which vehicular traffic is permitted to travel shall be kept free of dirt. In residential areas, a self contained, pick-up type, power broom with water distribution system shall be used.. 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 res onsibilit for Bus y P y t control as set forth herein. PAYMENT. Full compensation for conforming to the requirements of this article shall be considered ' as included in the pnces paid for various items of work and no additional compensation will be allowed therefor. 7-1.09 FINISHING ROADWAY. Finishing roadway shall conform to the provisions in Section 22, "Finishin Roadway", of the Standard Specifications and these special rovisions. g P In addition to the conditions, provisions and requirements of Section 22-1.01, "Description", of the Standard S ecifications the following shall apply: P ' The Contractor shall remove, from all affected areas, whether inside or outside the project limits, all excess 24 H. Pavement sections that buckle or heave 2 cm (314")or more must be saw cut and re laced i ' City of Bakersfield En ineer. Concrete sidew p n kind as required by g alk sections, median islands, above ground utilities, pull boxes that buckle or heave must be saw cut and/or replaced in kind. Sidewalk and/or curb and utter must nearest undamaged section. g be replaced to the I. Traffic control for receiver operator shall be discussed at the pre job meetin if necess g ary J. Contractor shall provide directional drilling as-built plans containing the followin information: g 1. Location of entry and exit point. 2. Radius of curvature. 3. Location and clearances of all other facilities. 4. Depth of coverage at 10' intervals. 5. Length and size of excavations. 6. City right-of way lines. 7-1.10A.1 DIRECTIONAL DRILLING PIT AND RECEIVING PIT SHALL BE: A. Located at least 3.05 m (10') from edge of pavement on conventional hi hwa ' g ys in rural areas for perpendicular crossings. B. Located at least 1.52 m (5')behind concrete curb or AC dike on conventional highwa s in urban areas for Y perpendicular crossings or on concrete sidewalk for longitudinal installation. C. Located at least 1.52 m (5') outside toe of slope in embankment areas. D. Directional boring and receiving pits de er than five feet shall be ' ~ incompliance with CAL-OSHA requirements. Shoring and bracing for pits located within 4.57 m (1 S')of traffic lanes on the City hi hwa shall not exten than 1.0 m (36")above pavement rade unless oth g y d more g erwise authorized by the City's inspector. 7-1.10A.2 EXCAVATION AND BACKFILL: Excavation and. backf ll not specifically covered by these rovisions shall be ov P g erned by applicable provisions of Section . 19 "Earthwork" of Caltrans Standard Specifications dated July 1995. Prior to placin successive structural 1 layer shall be graded and compacted, and shall meet the d' g ayers, each gra ing tolerance specified by the appropriate provision. of Caltrans Standard Specif ications, dated July 1995. No excavation shall be left open after workin hours. At the end of e day if any excavation that leaves a dro off of more th g ach working p an O. I5' in depth within 12' of the edge of pavement shall be sloped at a maximum 4:1, backfilled or covered with a steel plate at the end of each work day. Steel lates shall be of suffi ' thickness to support legal truck traffic. p .dent 7-1.10A.3 DAMAGES: Any damages to private or public facilities shall be immediatel re orted to Ci of B Y P ty akersfield inspector and repaired or replaced to City of Bakersfield Standards or facility owner requirements, at the expense of the Contractor. The Con tractor shall be responsible for locating and protecting all underground facilities that maybe in the work areas. Before any excavation, the Contractor shall call USA UNDERGROUND ALERT Ph:1-800-227-2600. 7-1.11 CONDUIT. Conduit shall conform to the provisions in Section 86-2.05, "Conduit " of the St Specifications and these special provisions. Conduit shall be ~ andard PVC Schedule 40 of Standard Iron Pipe Sizes. 7-1.12 MULTIDUCT CONDUIT. Where 4-inch conduit with innerduct is to be installed b tr y enchmg or boring as specified in the plans, a factory assembled conduit system with four (4) innerducts is re uired. Other s in accordance with these special provisions ma be allowed. q ystems Y The conduit shall be Schedule 40 PVC. Each innerduct shall be 1.1 S inch (I. D. minimum), manufactured from 1 eth 1 or PVC. For alignment purposes, one innerduct shall be a different color than po Y y ene the others and shall be consistent for the project. UL listing is not required. Zb 1. Conduit shall be rigid non-metallic type. Conduit or Conduits shall be laced under e ' ' trench minimum 6 inches not to exceed 12 inches in width for c p xisting pavement in a onduit. Trench shall be cut using a rock saw or backhoe and all loose uncompacted material shall be removed from the bottom of the trench rior to 1 trench shall have a minimum depth of 24 inches below fin' p p acement of conduit. The fished grade. 2. The conduit shall be placed in the bottom of the trench and the trench shall be slurry cement backflll. Contractor shall ' backfilled with a two (2) sack insure that multiple conduits are completely encased in slurry cement backflll. Slurry cement backflll shall be placed to within 0.40 feet of the pavement surface. The to with Type B asphalt concrete roduced f p 0.40 feet shall be backfilled p rom commercial quality paving asphalt and aggregates. 3. Prior to spreading asphalt concrete, paint binder shall be applied ass cified in Section 39-4 " ' and Paint Binder," of the Standard S ciflcations. ~ .02, Prime Coat pe Spreading and compacting of asphalt concrete shall be performed per Standard Specifications to produce an asphalt concrete surface of uniform smoothness texture, and density. 4. All excavated areas in the pavement shall be baclcfilled except for the to 0.40 foot b the en day. The top 0.40 foot shall be laced within three 3 wor ' p ~ Y d of each work P O kuig days after trenching. Temporary roadmix or other acceptable temporary surface will be allowed on the top 0.40 feet until such a time as the permanent as halt surface i Permanent asphalt surface shall be placed within 15 workin da p s placed. g ys of trench being opened. 5. Trenches perpendicular to traffic that are greater than 6" in width shall be 1 placed in top 0.40 foot. Trenches aral p ated until permanent asphalt is p lel to traffic that are greater than 6" in width shall be plated until tem ora surface is placed in top 0.40 foot, p 6. No trench shall be opened in any street for the p se of la in i s or c ' ~ Y g p pe onduits more than .six hundred (600) feet in advance of the pipe or conduit placed therein. 7.1.16 PULL BOXES. Pull boxes shall conform to the rovisions ' » Standard S ciflcations the 1 p m Section 86-2.06, Pull Boxes, of the Pe pans, and these special provisions.. . All pull box assemblies shall include one knockout for 4" conduit and o " ne knockout for 4 multi-duct conduit on all sides to accommodate installation of conduit. Should an approved alternate multi-duct conduit asse the Contractor, the knockout for 4" multi-duct condui mbly be chosen by t at each end may be substituted by a larger size to accommodate this alternate conduit assembly. Where pull boxes are placed in existing stamped concrete areas stam ed co ' p ncrete of like kind shall be replaced to the limits of the removed concrete. Recesses for suspension of ballasts will not be required. PAYMENT. Full compensation for pull boxes and concrete removal and replacement including stamped concrete and asphalt concrete shall be considered as included in the contract price paid for Traffic Signal Interconnect and no se arate will be made therefor. P payment 7-1.17 SPLICE VAULTS. Splice vaults shall be 48"L x 30"W x 30"D nominal inside dime ' conform to Section 86-2.06 of the Standard S ciflcations. H nsions and shall pe old down bolts or cap screws and nuts shall be of brass, stainless steel or other non-corroding metal material. Each cover portion shall have inset liftin ull sl shall be "COMMUNICATION" on each cover secti g P ots• Cover marking on. Enclosures, covers and extensions shall be concrete gray color. Vaults and covers may be constructed of reinforced portland cement concrete or of non-PCC mater' ial. Non-PCC vaults and covers shall be of sufficient rigidity that when a 100- and concentrated Po force is applied perpendicularly { to the midpoint of one~of the long sides at the top while the opposite long side is su orted b a ri id surf be possible to remove the cover without the use of tools, pp Y g ace, it shall a 'h , When a vertical force of 1, 500 pounds is applied, 'through inch by 3-inch by 6-inch steel plate, to a non-PCC cover in place on a splice vault, the cover shall not f i shall not deflect more than 1/4 inch. a 1 and Splice vaults shall be installed as detailed and where shown on the plans. All s lice vaults and AASHTO HS 20-44 rating. p covers shall have an Splice vaults shall be installed at grade in paved areas. ~Q frV After conductors are installed in slots cut in the pavement, the slots shall be filled with epoxy sealant conformin to the uirements in Section 95-2.09, "Epoxy Sealant for Inductive Loo s" to within g ~ p one-eighth (1/8) inch of the pavement surface. The sealant shall be at least one-half (1l2) inch thick above the top conductor in the saw cut. Before setting, su lus sealant shall be removed from the adjacent road surfaces without the use of soly ~ ents. In lieu of the epoxy sealant specified above, slots may be filled with either of the following materials: a. An elastomeric sealant conforming to Section 86-S.OIA (5), "Installation Details", of the Standard S ecifications. P b. Asphaltic Emulsion Inductive Loop Sealant conformin to Section 86-5.01 A 5 "Install ' ' " g ation Details , of the Standard Specifications. Identification of each conductor pair shall consist of labeling the phase and detector slot number (e.g. - 6J2L, 8J8U 3ISU etc.) in permanent ink on a tag suitable for such purposes (Stuart Electric Ty Rap, Catalog No. TY5532 or approved a ual q ) Detector loops in concrete pads shall be sealed with epoxy sealant. PAYMENT. Full compensation for Inductive Loop Detectors shall be paid for at-the contract Lump Sum price for Finish Roadway which shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved for installing inductive loop detectors, and no additional compensation will be allowed therefor. 7-1.20 TESTING. Testing shall conform to the provisions in Section 86-2.14, "Testing," of the Standard Specifications and these special provisions. 7-1.21 GUARANTEE. The Contractor shall furnish a written g~~arantee to the City on the form attached, guaranteeing all systems, installed under this contract for a penod of one (1) .year from the date of acceptance of the work. The arantee properly executed, shall be filed with the City before notice of completion and final .acceptance is made by the City of the work described onthe plans and these special provisions. 7-1.22 PAYMENT. Payment for Traffic Interconnnect System shall conform to the rovisions in Section 86- P 8, "Payment", of the Standard Specifications and these special .provisions: 30 8040-41A-15 3.2.3 Firm set time, hours, 4 maximum test at one (1) hour intervals, use ASTM D2939. 3.2.4 Brookfield viscosity, Poise 50 to 125 RVT Spindle #3, 10 RPM at 75 + 2" F. 3.3 Properties of the Dried Film 3.3.1 Flexibility No full d epth use ASTM D2939, except air dry specimens to cracks constant weight at 75 + 1- 5 deg. F. and 50 + I -ten percent (10 relative humidity. Condition mandrel and. specimens two (2) hours at 75 + 2 deg. F. before test. Use aluminum panels, 0.03 inches thick (Q panel or equal). 3.3.2 Tensile Strength, Psi, 20 minimum cast sheets 0.25 inches thick and air dry at 751- + 5 deg. F., 50 + ten percent (10 relative humidity for minimum of sixteen (16) hours.. Load rate 0.05 incheslminute, use ASTM D2523. 3.3.3 Elongation, % . . 2.0 minimum Same conditions as 3.3.2 use ASTM D2523 3.3.4 Slant-shear strength to concrete, psi, • 150 minimum Use California Test Method No. 434, Part VIII. Space damp with no loss of blocks with 0.25 inches between. slant faces, seal sides and adhesion to concrete bottom with tape, and fill with the well stirred sample, strike off. the. excess. Dry in 140. deg. F. oven to constant weight and ...condition one (1) day at 75 + 2 deg. F. before testing. Load rate to be 5000 lbs/minute. 3.3.5 Resistance to water, N . o blistering Use .ASTM D2939, Alternative B re-emulsification or loss of adhesion 3.4 Workmanship 3.4.1 The sealant. shall be properly dispersed and any settling shall be Basil reds rsed with ' ' Y pe minimum resistance to the sideways manual motion of a paddle across the. bottom of the container. It shall form a smooth uniform product of the proper consistency. If the material cannot be easily redispersed due to excessive settlement as described above or due to any other cause, the sealant shall be considered unfit for use. 8040-41A-15 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. 6.2 Patents The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work, and agrees to indemnify and save harmless. the State of California, and its duly authorized representatives, from all suits at law or action of every nature for, or on account of, the use of any patented materials, equipment, devices or processes. 6.3 Certificate of Compliance The manufacturer shall furnish a Certificate of Compliance with each batch of sealant, in accordance with the .provision of Section 6-1.07, of California Department of Transportation Standard Specifications, Januar Y 1988. ~ STATE OF CALIFORNIA ~ DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT Pmt TR•Ol 10 (NEW 5/92) 0698- NUT-0343 Dist/Co/Rte/PM In compliance with {check one): 06-KER-204-3.409 Your application of A ril 23, 1998 _ Util' ~ rty Notice No. of Ma 7, 1998 ee Agreement No. of $ ~~]EMP'fED $ 0.00 ornance on Amount ayment Amount R/VI/ Contract No. of ~ NIA S NIA Bond Company Bond Number (1 J Bond Number C~) T0~ City of .Bakersfield 1501 Truxton Avenue Bakersfield, Ca 93301 ATTN: Theodore D. - tiVright PHONE: X805)-326-3575 , PERMITTEE and subject to the following, PERMISSION IS HEREBY GRANTED t • o. enter upon State Highway right-of-way of KER•204 Union Aven Ove ~ ~ ue) at intersection with Truxton Avenue rpass Service Road in the City of Bakersfield, to bore approx~rnatel 116 LF of 4" P signal interconnect conduit as r attached & a r v y VC traffic wide traffic i ~ PP o ed .plan sheet. The conduit is a part of a Ci s .gnat interconnect system. ~ The work included in this rmit shag be accom li • "p Pe p• shed ~n strict accordance with all items of the attached apartment of Transportation Encroachment Permit General Provisions TR•0045 Rev. 8/9 " ' • particular to the followin : ( ~ ~n general and ~n 9 I. Nom: In accordance with Item 6, Permittee shall noti the De rtment's R • advance of th ~ pa epresentatwe, two (2j da s in e intent to begin work under this. permit: y NOTLFY CALTRANS FIELD REPRESENTATIVE: RON VANCE, 805-395-2576 AND ELECTRICAL REPRESENTATIVE: -CLIFF TERRY 805.395.2595 The folbwing attachments are also included as part of this permit.. In addition to fee th (Check applicable): a permittee will be billed actual costs for: X Yes No General Provisions Yes X No R Yes X No Utirity Maintenance Provisions _ e~ew X Yes _ No Inspection _ Yes X No Special Provisions X Yes X Yes. No A Col-OSHA permit required prior to beginnin wo - - - - - r1E~ Work 9 If any excavation is deeper than 5'. pf any Coltrons effort expended Yes X No The informofion in the environmental documentation has been reviewed and considered rior to approval of this permit. p This permit is void unleu the work is Completed before December 31 .1998. This permit is to be strictly Construed and no other work other thou specifically mentioned is hereby authorized. No project work shall be commenced until all other necessary permits and environmental cleoronces have been obtained. RC(4}, (0~ APPROVED: { cc: D0, RVYV, STM (2), RIW Utilities JTripp, Cliff Terry attach: T 11, TR•0163, Plans Bart Bohn Director District b -Central Re ion BY: evin 1. r ,Chief ermit Branch Page 1 of 4 STATE OF CAIIFORNIA'° DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT RIDER " TR-0122 (REV 5/92) Collected by Permit No. (Original) N/A 0698-NUT-00343 Rider fee Paid Dist/Co/Rte/KP(PMj . . d ~ EXEMPTED 06/KER-204/5.486(3.409) Date Rider Number ~ I~ March 8, 1999 0699-NRW-0130 ~ ~ ,1 ~ , ' ~ l; ~Jl + ~ A 1.~ `i ~ X99 NEAR i 7 ~ r T0: itlr of Bakersfield 1501 Truxtun Avenue Bakersfield, CA 93301 ATTN: Theodore D. Wright PHOI~E: ~$~?5)•32b-3575 - . : PERMITTEE In compliance with your request of Febr~ua~ry 19, 1999, we are hereb amendin th encroachment permit as follows: y 9 e above numbered 1. Date of completion extended to: No Change (August 31, 1999 2. Permission is given to perform the additional work as er belo • p w. To include the installation of an additional 4" .PVC Conduit to be bored at the sam ' & :running. parallel to the earlier a roved conduit. as a location pp per the attached & approved plans. This additional conduit shall be owned & operated and maintained b Count of Kern Permit #Ofi99-NDP-0157. Y Y under 3. Due to the additional work, Item 2 of AUTHORIZED CANT RACTORS In the original permit #0698-NUT-0343 is modified to read as: A Deposit of $420.00 for inspection by CALTRANS Field En ineer. Th ' of review time and 5 hours of Caltr g e deposit allows for 1 hour ans inspection. Except as amended, all other terms and provisions of the original permit shall remain in effect. RSC(3), (o} APPROVED: cc. D0, RWV, STM (2) Cliff Terry (6okersfield) - Permit File #0698-NUT-0343 Permit File' #0699-NDP-0157 ottoch: Plans, copy of Permit #0698-NUT-0343 Burt Bohn Director District 6 - Centrol Re ion BY: Roy Chopro P.E., Permit Engineer Phone: (805} 862-5180 ,Kevin 1. Brodie, ief ~ Per it Bran h NAME: City of Bokersfield PERMIT 0698-NUT•0343 DATE: Moy 7,1998 G II. AUTHORIZED CONTRACTORS: Your prime contractor will be issued an encroachment ennit to do the w of following items to the Office of Permits De ar p ork upon submittal p tment of Transportation, 1352 West Olive Ave., P.O. Box 12616, Fresno, CA 93778, Ph: (209} X88-4058. 1. A Standard Encroachment Permit Application. 2. Deposit of $280.00 for inspection by CALKS Field En 'neer. The ' of review time and. 3 hours of Caltrans i ~ deposit allows for 1 hour nspectlon. If less hours are used, the Contractor will be refunded the difference. If more hours are re uired, the Contractor ' difference. q will be billed for the In accordance with Item 4, any Contractor or Sub Contractor not name the Permittee's A roved Contractor's List is r din this permit or , p, equired to apply for and obtain an encroachment permit pnor to starting work in the State right-of-way. III. THE WORK INCLUDED IN ~ THIS PERMIT WITHIN THE STATE RIGHT•O~W ACCOMPLISHED IN STRICT -ACCORDANCE WI AY SHALL BE TH .THE ATTACHED "DEPARTMENT QF TRANSPORTATION. ENCROACHMENT .PERMIT GENERAL. PROVISIONS TR-004 ~ GENERAL AND THE .FOLLOWING IN PA 5 REV 819 IN RTICULAR: Item 7. Standards Of Construction and the following: SURVEY MONUMENTS: In addition to the requirements of De artment of Tr ' Standard Spe ' 'cations ]ul 1995, Section 7-1.11 "Pr p ansportatlon Business and Pr y ~ enervation of Property" and Section 8771, ofessions .Code, the permittee shall physically inspect the work site .and 1 aurvey monuments prior to commencement of work. Monuments shall ovate in accordance with the r uiremen ~ referenced or reset eq is of the Business and Professions Code. PIPES CONDUITS & UNDERGROUND FACILITIES: Pi ' ' pes, conduits and underground facilities within the State right-of-way shall be installed in accordance with th ' .portions of Caltrans Standard S ' 'cations ~ 1 e applicable throw h ~ ~ l y 995, and the attached .sections UG1 g UG22, ~ Caltrans Encroachment Permit Underground Utili Provisions TR-016 (revised 11197}. ~ 3 CABLES AND CONDUITS: All conduits and cables loc ated within State Highway nght of way shall have a minimum cover of 36 inches. Item 9. Permit At Work Site Item 12. Pedestrian And Bicyclist Safety When the work area encroaches u on a sidewalk walkwa P y, or crosswalk area, special consideration must be given to pedestrian safety. Protective barricades, fenan han ' and bridges, together with warnin and idanc drails e devices and signs must be .utilized so that the assa ewa for g ~ p g y pedestnans, especially blind and other physically handica ed, is safe and well defined. pp Item 13. Protection • Of Traffic and the .following: CONSTRUCTION SIGNS: Permittee shall install and maintain construction z n ' .whenever work is being performed within the State ri ht-of-wa , o e signs S Y LANE CLOSURE: Whenever there is work within six feet of shall close the lane b 1 a traffic lane, the permittee y p acing appropriate advance signs, flag trees, reflective cones and furnish all necessary safety devices including flagmen and flashin arrow boards t r ..protect and direct hi hwa traffic in conformance wi g ~ o p operly $ Y th the attached Department of .Transportation Standard Plan No. T-11 'Traffic Control System for Lane Closure On Multilane Conventional Highways". The full width of the traveled wa shall be o en f y p ed or Poge 2 of 4 ~ I NAME: Cary of 8okersfield PERMIT 0698•NUT-0343 DATE: Moy 7, 1998 problem. Equipment and vehicles shall be placed as far from the ed a of possible. g traveled way as Work shall be left in a clean, well oomed condition as Ins ector. Location mark r ~ du'ected by Caltrans Engineer or p e s are to be placed near the right-of-way as possible. Any work not covered by plan or conditions of this permit shall be com feted i with current Caltrans Standards as directed b Caltrans Fiel p n accordance y d Representative. All Personnel working within the State Highway right-of-way shall wear the re uir vest, jacket or shirt. q ed orange If at any time the Permittee's installation become in conflict with an a ansion improvements of the State highwa facilities, the Permittee wi y ~ or Y 11 relocate or lower, as the case may be, the conduit or other facilities as required by Caltrans at the ex erase of the Permittee and with no cost or other clauns to Caltrans. p CONFLICT WITH STATE CONTRACTS: If for any reason this work comes in confl' ' work in progress under State Contract and both o erations lct with p cannot be accomplished at the same time, the State Contract work shall take recedence. p ANY CHANGE OF SCOPE OF WORK FROM THE APPROVED PLANS, WITHIN CALTRANS RIGHT•OF-WAY, REQUIRES AN APPLICATION FOR THE CHANGE AND ISSUANCE ENCROACHMENT PERMIT RIDER PRIOR TO ANY OF ~ WORK CHANGE BEING ACCOMPLISHED. CONDITIONS: Beginning work on this rmit constitutes full Pe agreement and acceptance of all conditions mentioned above. Poge 4 of 4 STATE OF CALIFORNIA, CErART1~tENT OF TRANSPORTATION Specifications for traffic control s stems. Th ENCROACfI~tENT PER,1fIT GENERAL PROVISIONS y esc General Provisions TR•00•t5 (REV. 10/93) are not intended to impose upon the perrnittcc, by third parties, any duty or standard of cart, greater than or different from, as required 1• AUTHORITY: The Department's authority to issue encroachment by law. permits is providod under, Div. 1, Chpt. 3, Art. I, Sect. 660 to 73•t of 15. biINIhlUltii INTERFERENCE WITH TRAFFIC; the Streets and Highways Code. plan and conduct work so as Permittee shall inconvenience to the traveling public; attraffice shall possible Z, REVOCATION: Encroachment permits are revocable on fi~~e days unrcasonabl dela ed. ~ be notice unless othenvrse stated on the permit and except as pros~ided place properly attired fl ~ ~ canto sttonal tughways, permitter shall by la~v for public corporations, franchise holders, ~d r() op or warn the traveling public and utilities. These in compliance with the Manual of Traffic Controls and lnstn,ctio~ to General Provisions and the Encroachment Permit Utility Pros isions Fiagoers Pamphlet. -arc subject to modification or abrogation at any time. Permittees joint use agreements, franchise right, reserved rights or any other 16. STORAGE OF EQUIPMENT AND MATE agreements for operating purposes in State highway nght of way are material storage in State right of way shall c~omLl • Ewuipment and e.~ceptions to this revocation. Specifications, Standard Plans, and S ial Provisio y ith Standard permittee places an obstacle within 3.63 m (lZ~ feet off tlientravel~ 3• DENIAL FOR NONPAYI`IENT OF FEES: Failure to pay permit way, the permittee shall lace rem mi ' ~ fen when- due can rault in rejection of future applicanons and P pow iing ~YPc K)• denial of permits. 1?. CARE OF DRAIlYAGE: Permittee steal ' I provide alternate drainage 4• ASSIGNMENT: No other than the -for., any work interfering with an existing drainage facility in PAY permittee or permitter s compliance with the Standard~Specifications, Standard plans and/or authorized agent is allowed to work under this permit. as directed by the Department s representative. S• ACCEPTANCE OF PROVISIONS: Permittee understands and 18. RESTORATION AND REP agrees to accept then General Provisions gad all attachments to this is ~ RIGHT OF ~VAY: Permittee permit, for any work to be performed under this permit. responsible for testoruion and repair of State highway right of way resulting from perntitted work (State Strxts and Highways 6, BEGIIVIVING OF tiVORK: When traffic is got impacted (see Sections. 670 et. seq.). Number 3S), the permittee shall notify the Department's 19. RIGHT OF WAY CLEAN UP: U a co le ' representative, two days before the intent to start pernutted pernutta shall remove and p° ~ don of arork, work Permittee shall notify the Department s Representative tf the materials, etc. off the ri ht ofdwa~Tbe ~ u~' brush, timber, rl► is to be interrupted for a period of five (S) days or more, unless shall be as it was before work started, ae~hetia of the highway otherwise carted upon. All work shall be performed on weekdays during regular work hours, excluding holidays, unless otherwise 20. COST, OF WORK: Unless stated in the specified m this partite written fit' agreement, the Pmt. or a se permittee shall bear all costs incurred for work STANDARDS OF CONSTRUCTION: ,the ,State right of way and waives all claims for All work performed v~•rthtn indemnification or contribution from the State, highway right of way shall conform to recognized construction standards and current Department Standard Specifications, 21. ACTUAL COST BILLING: When a 'fled in ' Department Standard ,Plans • High and Low Risk Facility Department wi~I bdl ~ permittee actual~costs at the ' die ~eficanons, and Utility Special„Provisions. Where reference is hourly -rate for encroachment emits. qtly ~ to Contractor and Engineer, these are amended to be read as ~ "Permitter and Department representative " 22 AS-BUILT PLANS: When aired, 'tree steal . i'~9 , P~ I submit one (I) set of asbuilt plans in compliance with Department's nquiremeats. 8. PLAN CHA~N'GES: Changes to plans, specifications, gad permit Plans shall be submitted within 30 der aft provisions are not allowed without prior approval from the State approval of work ~ ~ ~ ~ ~ completion and representative. 9. INSPECITON' AND APPROVAL: As•Built Plans or aaompanying correspondence steal! not inclade All work is ~ subject to disclaimer statements of gay kwd. Such statements shall constitute monitoring and inspection. Upon completion of work, perrtuttee shall non-compliance with .these visions. F ' ' nest a final inspection for acceptancx and approval by the and. signed As-Built plans shall because for bond pt0`vide complete partment. The local agency pernuttee .shall not give final b the or deposit retention construction approval to its contractor until final acceptance and X Department. approval by the Department is obtained. ~ 23. PERMITS FOR RECORD PURPOSES ONLY: When work in right of way is within an area under a Joint Use Agreement (JUA) or 10. PERI~'IIT AT WORKSITE; Permittee shall keep, the permit a Consent to Common package or a copy thereof, at the work site and show it upon request is iss>ud to ~t mnittxs forg~eeerr ant (CCUA), a fee exempt permit to an De artment rc raentative or law enforcement officer. ~ P ~ of providing a notice and Y P P If the record of work. The Permittee's prior right shall be preserved permit package is not kept and made available at the work site, the without the intention of creating new or different ri r work shall be suspended. obligations. "Notice and Record Pu rposes Only" shall be s~ o across the. face of the pernut. I1. COh'FLICTLI'G ENCROACHMENTS: Permittee shall yield start if work o ongoing, prior authorized, work adjacent to or within the 24. BONDING: The permittee shall file bonds ' mats of the project site. When existing encroachments conflict with amount set b the De m advance, m die new wail;, the pesmittx sh~I bear all cost for rcarran ements, y Partment. Failure to ttiaiataia bond(s) in fall (e.g., relocation, alteration, removal, tic.).- g force and effect wilt result is the Department stopping of all work and Woking perniit(s). Bonds are not required of public corporations. of privately owned utilities, unless permittee failed to 1Z. PER►1~IITS FR01~I OTHER AGENCIES: This permit is invalidated tom I with the if the permittce has not obtained all permits necessary and required sure y tom is~res ionsible for ditions under a prior permit. Thc b law, PAY Po any latent defects as provided m Y from the Public Utilities Commission of the State of California Code of Civil Procedures, Section 331.15. Local a eacv California (P(,1C), California Occupational Safety and 'Health permittee shall tom I with Administration (Cal-OSHA), or an other ublic a en • • P Y requirements established as follows: in Y p g cy having recognition that project construction work done on State property will jurisdiction. not be directly funded and paid by State, for the u ose of I3, PEDESTRIA.~' AND BICYCLIST SAFETY: A safe protecting stop notice claimants and the interests of State lrc~ Live to mrrumum successful ro ect tom lotion, passageway of I? I meter 4' shall be maintained throuo P I P the local agency Puttee agrees to O .h the work require. the construction contractor furnish both a payment and area at existing pedestrian or bicycle facilities . At no time shall performance bond in the local agency s name with both bonds pedestrians ~ diverted onto a portion of the street used for vehicular complying with the requirements set forth in Section 3.1.0? of State's traffic. At lo<•acions where sate alternate passageways cannot b~; current Standard Specifications before rfo i pro~~ided, appropriate signs and barricades shall be installed at the construction work. Thc local a enc ~ ~ rig ~Y Prof limits of construction and in adti~ance of the limits of construction at indemnify,. and hold harmless the Stateyi offerers and emdloend, the nearest crosswalk or intersection to detour pedestrians to from all. project construction related claims by contractors and ~aU facilities across the street. stop notice or mechanic's lien claimants. The local a enc also g Y agrees to remedy, in a timely manner and to State's satisfaction, any I4. PUBLIC TRAFFIC CONTROL: As required bylaw, the permittee latent defects occurring as a result of the project construction work shall pro~•ide traffic control protection warning signs, li~~ ts, safety devices, etc., and take all otl~rr measures necessary for traveling 25. FUTURE MOVING OF INSTALLATIONS: P'ermitta understands public's safet}•. Day and night time lane closures shall comply with and agrees to rearrange a permitted installation upon request by the the Manuals of Traffic Control,, Standard Plans, and Standard Department, for State construction, rcconstniction, or maintenance i :'!T'% OF CA,Z,IrOR,r,Zp .DEPARTMENT OF TRA.~ISPORTATION ENCROA PERMIT UNDERGROUND TR • 0163 (Rev,11144 PROVISIONS UG1 Crossing Roadway by Boring and Jackin or 1`unnelin ; using and/or from the top of pavement in order to fill g S any voids caused by the work covered under this The increments for grout holes inside the i e permit. .Pipes shall normally be bored and jacked or tunneled underneath 2.43 meter 8' stn p p shall be pavement without disturbing same. Pavement or roadwa shall not Bgered and located 22-112 degrees Y from vertical axu of the casing. Pressure shall not be cut unless specifically allowed by the permit. Service pipes exceed 34.41kPa S si will not be petmiaed inside of culverts used as drama a structures. (P g) for a duration sufficient to fill g al! voids. Schedule of contractors work hours shall be subtniaed prior to the start of work. F. The installation of m ' ultiple caswgs shall be installed aith a minianum of 1.1R diameters clearance between Caltruis will allow the installation of UncasedHlgh-pressure casin s, but not 1 Natural Gas Pipeline Crossings in specific circumstances, at g ~ ~ 45.12 centimeter (18 locations where the specific conditions of Memorandum The clearance betty "Exception to Policy" (see Appendix H} dated October 31, 1994, een casings crossing freeways shall be signed by R.P. Weaver, De u Director of Pro'ec ~'o C2) diameters minimum, but not less than 60,96 pry ~ t Development, centimeter (24 can be met. G. The casings placed within freeway right-ofway shall All bores shall be .accomplished by the dry•bore method. Other extend to the access contr ' methods of born are robibited unless of lines. 8 , p specifically approved by the Department s engineer. 8entontte may be used as a lubricant ~ H, qr~ . onl , g cuaers, if used, shall be a mazunum of 2.54 y centuneter (1 larger than the casin .Voids g caused by the use of wing cutters shall be grouted in accordance Casing shall be a steel conduit with a minimum inside diameter with "E" above. sufficiently larger than the outside diameter of the pipe or ducts to accommodau placement and removal. The casing can be either I. A band welded to the leadin ed e o Steel Pipe, New, Used or with approved connector system. If it is ~ laced 8 B f the casing should a Used pipe, it shall be a roved b the De a p square to alignment. The band should not pp y p rnnent's engineer or be placed on the bosom edge. Flaring the lead section on representative before installation. bores- over 30.48 meter 100' ( )shall not be permiaed. Casin s: J . All casing lengths shall equal to the auger length. ,,y A. ~ A11 pipes 15.24 centimeter ~6") or larger in diameter K, . The casings .within conventional highways shall extend shall be placed within a steel casing. Installation of 1.S2 meter S' multiple pipes or ducts, re ardless of diameters Obeyond the back of curb or pavement, or g ,shall to the right of way line if less. Where PCC cross- tur require a steel casing. exists, the casin shall extend at 1 ~ 6 east 1.52 meter {S'} beyond .the back of the cross-gutter, or to the, right of B. Minimum wall thickness for steel pipe casing for wa line if less. different sized pipes areas follows: Y Bore pit and receiving pit normally shall be: Minimum .Walt Thickness A. Located at least 3.04 -meter (10') or more from the ed e Casin Pi to 46 Meter Over 46 Meter g of pavement on conventional highways in rural areas. 1S.24cm to 11.11cm 0.63cm 0.63cm B. Located 1.52 meter S' beh' (6" tQ 28 (114 114" O ~ the concrete curb or AC ( ) dike on conventional highways in urban areas. 16.2cm to 96.S2cm 0.95cm 1.27cm CJO" to 38 {318 (111 C. 1.52 me 101.6cm to 152.4cm 1.21cm 1,9c ter (5 }outside the toe of slope of embankment (40" to 60 l n" m areas. t ) (3/4 ) 157.48cm to 182.88cm 1.9cm 1.9cm D. Located outside freewa ri (62" to 72 (3l4 (314 Y ght of way. E. Adequauly fenced andlor have a Type•K barrier placed C. Spiral welded casing is not authorized. wound them. D. The ends of the casing shall be plugged with ungrouted F. Ade uatel shored in bricks or other suitable material approved b Caltrans' 9 Y accordance with Cal-OSHA , Y requirements. Shoring for. jacking and receiving pits representative. located within 4.51 meter 1 S' of ( ) traffic lanes on a state highway shall not extend more than 91.44 centimeter E• When required by the Deparoment's representative, the (36" above the ave p went grade unless otherwise pcrmiaee shall at his expense, pressure grout the area authorized by De artment's re ' between the pavement and the casing from within the sha 1 p presentative. Reflectors I be affixed to the shoring on the sides facing traffic. ~ Dona ~ STA'f~OF CALIFOR'~IA • DEPART;~~~1'I' OF TRANSPORTATION ENC~tOACHMENT PERMIT UNDERGROUND PROVISI ONS TR • 0163 (Rev. 11194) If the trees involved are close together and of such size that it is UGI6 impractical to protect all roots over 1.62 centimeter (3 in Pavement Remova • I. diameter, or when roots are less than 10.16 centimeter (4 in Pavement to be removed shall be saw cut at a ' ' diameter, outside tree drip line, special arrangements may be made 10.16 centimeter 4" to v' mmunum depth of whereby pruning of the tree tops to balance the root loss can pro ide a neat and straight pavement be break along both sides of the trench. AC pavement shall be saw done by the permittee under the close supervision of the District cut to the full depth. Landscape Specialist or District Tree Maintenance Supervisor. Manholes shall not be installed within 6.09 meter (20') of any Where the edge of the trench is within 0. 60 meter (2) of existing curb and gutter or pavement edge, the asphalt concrete pavement between the trench and the curb or pavement edge shall be UG10 removed. Pipes Along Roadway: Pipes and conduits paralleling the pavement shall be located as UG17 shown on the plans of located outside of pavement as close as Maintain Access: possible to the rights-ofway. Rthere facilities exist , a minimum sidewalk ' and bikepath width of 1.21 meter (4') must be maintained at all times for safe passage UGI1 through the work area. Borrow and Waste: Borrow and waste will be allowed within the work limits only as UGl8 specified in the permit. Sides of Open•Cut Trenches: Sides of open cut trenches in paved areas shall be kept as nearly UG12 vertical as possible. Trenches shall not be mo Markers: 'wider than re the 0.60 meter the outside diameter of the pipe to be laid therein, The permittee shall not place any markers which create a safety plus the necessary width to accommodate shot' hazard for the traveling public or Departmentai employees. mg' UG19 `UG13 Excavation Under Facilities: e~thodic Protection: , Where ii is necessary to excavate under existing curb and guaer, The: pnittee shall perform stray current interference tests on or under round ' ' ' ' g facilities, the void shall be backfilled with two (1} underground utilities under cathodic protection. The permittee sack cement-sand slu m• shall notify the Department prior to the tests. The permittee shall pe~orm any necessary corrective measures and advise the UG20 Department. Permanent Repairs to PCC Pavement: . Repairs to PCC pavement shall be made of Portland cement UG14 concrete containin a m' ' ' Tie-Backs. 8 inimum of 298.46 kilogram (6S8 lbs or 7 - sack) of cement per 0.91 cubic meter (cubic yard). Replacement A. Tiebacks shall be placed for the sole purpose of PCC pavement shall equal existin avement thiCkitess. 8 P The supporting shoring and/or soidier piles placed outside concrete shall be satisfactorily cured and rotected from State highway rigbts•ofway to facilitate permittee's disturbance for not less tha p n forty-eight (48} hours. Where excavation. necessary to open the area to traffic, no more than two 9b C2 ) percent by weight of calcium chloride .may be added to the mix B. Tiebacks shall be disconnecud from the shoring and/or and the road opened to traffic after six 6 hours. soldier piles one (1) year prior to releasin the bond. ( ) 8 UG21 UG1S Removal of PCC Sidewalks or Curbs: Installation by Open Cut Method: Concrete sidewaUcs or curbs shall be saw cut to the n When the permit authorizes installation by the open cut method, no marks and re laced a ual in dimensi Barest score mote than one lane of the highway pavement shall be o n-cut at p q onto that removed with score pe marks matching existing sidewalk or curb. any one time. My exceptions shall be in writing by the Department's representative. After the pipe is placed in the open UG1Z section, the trench is to be backfilled in accordance with Spot; specifications, temporary repairs made to the surfacing and that No earth or construction materials are to be dragged or scraped potion opened tIo traffic before the pavement is cut for the next across the highway pavement, and no excavated earth sba 1 1 be section. placed or allowed to remain at a loca ' ' If, at the end of the working day, backfillin o orations have not tion where it can be tracked been ro rl c g. p on .the highway traveled way, or any public or private approach by p pe y ompleted ,steel bridging shall be required to make the peraaittee s construction equipment, orb traffic enterin or the entire highway facility available to the traveling public. The leavin the bi hwa traveled wa y g pavement shall be cold planed to a de th uai to the thickness to g g Y Y• ~Y excavated earth or mud so P eq tracked onto the highway pavement or public or private approach the plating and to a width and length equal to the plating shall be immediately removed b the rmittee. dimensions. Y Pe - • x i ~ IY V 3 t A F w R l r r • ~r ~ ~ ~ ~ ~ y t I ! y ~ ■ ~ I~ ~ I' < is s ,r ~ ~ A ;1 ~ , I~ ~ ! ~i V'WV ~I lV Sl~i. I!I ►i.1 ~ ~j ~ G f ~ ! j fl ~ I ~~~~l~~ w~ ~r ~ , .r ~r ~ t ~ ~ r~ 1 r. ~r ~ ~w• i ~ ` 1 ~ 7 ~ o ~ ~ ~ ~ ~ have ,~~~n ~~~pro~ed~ for i~ , ~ .r~,,..._._ 1 j I ~ 43 ~ I 4 ; . - ~ ~I . . w ` w `r. gyn. ~r~ •s r!.~ r~ w.~ ~ a.,,, ~ U 1 ~ _ _ f i ~ ~ cD 1J~ . li 1 f l 11 ~~t 0 t~ y ~ ~ i 9 ~ ` 1 , vwn: RLT ~ ~ , ~~fi i~ee~: _ RLT SNE~'T j Checked 8y. i ,LIC ADO ~ ~ R1,~S ~~P~R?'df~'NT PROPOSAL FOR TRAFFIC SIGNAL, INTERCONNECT INSTALLATION ON TRUXTUN AVENUE: N STREET TO BEALE AVENUE To the City Clerk of the City of Bakersfield: The undersigned, as bidder, declares that the only ersons or arties inter p p ested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or co cation• examined the location of the ro osed w ~ , that he has carefully p p ork, the annexed proposed form of contract and the plans therein referred to• and he proposes and agrees if this proposal is accepted, that he will contract with the Ci of Bak form of contract hereto annexed to tY ersfield, in the prescribed provide all necessary machinery, tools, apparatus and other means of construction and to do all the work and furnish all the materials in accordance with the plans ands ecifications f in the office of the Finance Director of the Cit of p or the above, filed y Bakersfield and as specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will ' therefor the unit rites or lum sums set take m full payment . P p forth in the following schedule: The undersigned further agrees that in case of default in executing the required contract with ne • ten (10) days, not includin Sunda after hav' ~ cessary bonds, within g y, ing received notice that the contract is ready for signature, the proceeds of the check or bid bond accompanying his bid shall become the property of the Cit of Bakersfield. Y NOTE:The Contractor shall submit bids for the base bid plus the Additive Alternate 1 bid items. Howev er, the award of the contract shall be based solely on the Total Base Bid. Either the base bid, or base bid lus the Additive 1 bid option will be considered for award. The Additive Al p Alternate ternate 1 bid Is subject to the review and acceptance or rejection by the County of Kern. FEDERAL AID ITEMS ITEM ESTIMATED UNIT OF ITEM UNIT PRICE EXTENSION N0. QUANTITY MEASURE (in figures) PRICE (in figures) 1 • 1 LS Finishing Roadway 2. 5650 LF Traffic Signal Interconnect (4" Multiduct conduit 3. 155 LF Traffic Signal .Interconnect (3".Blank PVC) 4. 840 LF Traffic Si nal Interconnect 2" Blank PVC Total Base Bid $ AI)1)I'1'tVh: Al:l'h:KNA'C[~;1(1'I'N;MS 1-4 AkL NUN N'N;UN:kAI. All) l'1'E ' MS) ITEM ESTIMATED UNIT OF ITEM UN[T PRICE N0. QUANTITY MEASURE EXTENSION (in figures) PRICE (in figures) ~ • 1 LS Finishing Roadway 2. 5630 LF Traffic .Signal Interconnect 4" Multiduct co ' ( ndult) 3. 185_ LF Traffic Signal Interconnect (4" Blank PVC 4. 210 LF Traffic Si nal Interconnect 3" Blank PVC Total Additive Alternate 1$ Bidder's Signature Total Base Bid + Additive Alternate 1$ Bidder acknowledges receipt of the following addendum: Clearly list any and all addenda numbers received on this project, above and on the low er left hand corner of the sealed bid return envelope. Company Address P.O. Box City, State, Zip Code Telephone Number License No./Expiration Date TfIE REPRESENTATIONS MADE HEREIN ARE MADE UNDER PENALTY OF PERJURY Page 1 of 1 ~,2-~ TRAFFIC SIGNAL• INTERCONNECT INSTAL TRL'XTUN AVEN CATION ON UE: N STREET TO BEALE AVE~•UE The Extension Price has been calculated by multi 1 in the Esti sum items, the Estimated uan ' p y g mated Quantity by the Unit Price. In the case of lum Q tety shall be unity. The Bid Total is the sum of all Extensio P in case of any discrepancy between the Unit Prices and n .Prices. Bidder agrees that the respective Extension Price(s) and/or the Bid Total the Price(s) shall prevail, and the bid submitted shall be the correctl c ~ Unet y omputed sum of all correctly computed Extension Prices, provided, however, if the amount set forth as a Unit Price is unintel legible or omitted, then the amount set forth in the Extension Price column for the item shall be use d to determene the correct Unit Price in accordance with the follow' eng• (1) As to lump sum items, the amount set forth iA the Extension Pric e column shall be the Unet Price. (2) As to unit basis items, the amount set forth in . . the Extension Pace column shall be deveded by the estimated uan ' for the item and the price thus obtained shall be the Unit Price, Q tety LIST OF SUBCONTRACTORS Ali persons or parties submitting a bid proposal on the ro'ect shall coin 1 the location of the mill sh or p ~ p ete the following form, setting forth the name and oP office of each r who will perform work or labor or render servi ui or about the construction of the work or improvement in excess of one• ~ to the Contractor total bid, or TEN THOUSAND half of one percent (0.5 of pie Contractor's DOLLARS ($10,000), whichever is greater, and the rtion of thew ' done by each subcontractor..This list is to be coin feted and subm' po ork which well be P etted with said bed proposal. Subcontractor's Name and Street Address (Ci ,State Zi Description of portion ty P) of work subcontrac ted ~ P~2 ~ PROFOSAL FtJR: TRAFFIC SIGNAL INTERCONNE CT INSTALLATION ON TRUXTL'N AVENUE: N STREET TO BEALE AVENUE Accompanying this proposal is (NOTICE: Insert the words "cash ♦ "cashier's check," "certified " ' ~ " check, or bidder s bond, as the case maybe}, in amount equal to at least ten percent of the total of the bid. The names of all persons interested in the foregoing proposal as rinci als are as f P p ollows: IMPORTANT NOTICE: If bidder or their interested person is a co ration star r'po a legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; if a co artnershi state t names of all individual co artners com sin fi p p' rue name of firm, also P po g rm; if bidder or other interested person is an individual, state first and last names in full. • ~ • • • • • • • • e • • • • • • • • • • . • • • • • • • • • • • • • • • • • • ♦ • • • • • • ♦ • • • • • • • • • • • • • • • • • . • • e • • • • a • • • • • • • • • • • • • • • • • . e • • • • • o • • • • • • • • • • o • • . • • • • • • • • • • • • • • • • • • ♦ • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • . • • • • • • • • • • • ♦ • • • • • • • • • e • • • s • • . • • • • o • • • • • i • ♦ • • • • • • • • • • • • • • • • • • • Licensed in accordance with an act providing for the registration of Contractor's License Number: . Sign Here:. • . Signature of Bidder NOTE--If bidder is a corporation, the le al name of the co ' g rporation shall be set forth above together with the signature of the officer or .officers authorized to sign contracts on behalf of the co ration• if bidder ' name of the firm shall be set forth above to ~ is a copartnership, the true gether with the signature of the partner or partners authorized to sign contracts in .behalf of the copartnership;. and if bidder is an individual, his si ature shall be signature is by an agent, other than an officer ~ placed above. If of a corporation or a member of a partnership, a Power of Attorney must be on file with the City Clerk of the City of Bakersfield rior too nin bids or P pe g submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business Address : . Telephone Number . Place of Residence: . Dated: 'P ~ . BIDDER'S BOND . (To Accompany Proposal) (Not necessary if cash or certified check is with bid) KNOW ALL MEN BY THESE PRESENTS: THAT WE _ as principal, and _as surety, are held and firmly bound unto the City of Bakersfield, a body litic and co rat Po rpo a of the State of California, in the sum of dollars . to be paid to said City, for which payments, well and tnily to be made; we bind ourselves our ' heirs, executors and administrators, successors or assigns, jointly and severally by these presents. THE CONDITION OF THIS OBLIGATION IS .SUCH: That if the certain proposal, hereunto annexed, to construct in the City of Bakersfield as referred to in the NOTICE TO CONTRALTO RS attached hereto, is accepted by the Council of said City and if the above bounden principal, heirs, executors adm' ' inistrators, successors and assigns shall duly enter into and execute a contract to constru ' ct said unprovements aforementioned, and shall execute and deliver the two bonds required by law, within ten days (not includin Sunda fr g y) om the date of a notice to the above bounden principal, that said contract is ready for. execution, then this obli ation s g hall become null and void, otherwise _ it shall be and remain in full force and effect. IN WITNESS WHEREOF, we have hereunto set our hands. and ' seals this any o f , 19 . (Seal) (Seal) . (Seal) Page 1 of 2 ~ P ~ STATE OF CALIFORNIA ) ss. . COUNTY OF ~ On ,before me, personally appeared Personally known to me Provided to me on the basis of satisfactory evidence to be the rson s wh s sub Pe o e name(s) is/are scribed to the within uistrument and acknowledged to me that helshe/they executed the same in hislher/their authorised capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or he entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and affixed my official seal Signature of Notary - - OPTIONAL Though the data below is not required by law, it may prove valuable to persons relyin on the document and could g prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT []INDNIDUAL []CORPORATE OFFICER Title or Type of Document Title(s) []PARTNER(S} IMITED [GENERAL Number of Pa es g • ~~ATTORNEY-IN-FACT L~'I'RUSTEE(S) OGUARDIAN/CONSERVATOR OTHER: Date of Document SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES} Signer(s) Other than Named above 35 ~ P(t--~ TITLE 49, CODE OF FEDERAL REGULATIONS PART 29 DEBARMENT AND SUSPENSION CERTIFICAT ION The Bidder, under penalty of perjury, certified that, except as noted below helsh therewith in the capacity of owner, .partner, director officer a or any person associated ,manager: Is not currently under suspension, debarment, voluntary exclusion, or determinati ineligibility by any federal agenc ; on of Y Has not been suspended, debarred, voluntarily excluded or determined ineli ible b an federal agency within the past three (3 j ears; g y Y Y Does not have a proposed debarment pending; and Has not been indicated, convicted, or had a civil judgement rendered a ainst it b a c competent jurisdic#ion in any matter involvin fraud g Y ourt of g or official misconduct within the past three (3) years. If there are any exceptions to the Certifications, insert the exceptions in the followin g space: Exceptions will not necessarily result in denial of award, but will be considered in ' ' responsibility. For an exce tion noted ~ ~ determirnng bidder Y p above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal rosecution or ' ' P admm~strattve sanctions. The above Certification is part of the Proposal. Si nin this Pro osal ' 9 9 p on the signature portion thereof shall also constitute signature of this Certifications. Signature of Contractor Page 1 of 1 ~ CERTIFICATE OF ASSURANCE WITH REGARD TO PARTI DIS CIPATION BY ADVANTAGED BUSINESSES IN SUBCONTRACTING (Complete and submit with Proposal) Contract No. P I Y. It is the policy of the City of Bakersfield that disadvanta ed busin e 23) shall 9 sses (as defined m 49 CFR Part have the maximum opportunity to participate in the performance of ro'ects fi Federal funds. The disadvanta ed p 1 nanced ~n whole or in part with g businesses requirements of 49 CFR Part 23 apply to this a reement and the work to be performed pursuant to this agreement. g B I AT_IQN. Contractor agrees to ensure that disadvanta ed businesses ' shall. have the maxim • • g (as defined in 49 CFR Part 23) um opportun~r to participate ~n the performance of subcontracts for work financed in whole or in part with the Federal funds provided pursuant to this a re ' shau take all nece and r 9 ernent. In this regard, Contractor scary easonable steps in acx~ondance with 49 CFR Part 23 to ensure that disadvan businesses have the maximum op ortuni to coin P ty pete for and perform subcontract work. Additionally, Contractor agrees not to discriminate on the base of -race, color, national on in r ' g , o sex in the award and performance of subcontracts for work finances, in whole or in part, with the Federal funds ' to this agreement. provided pursuan t CERTIFICATION. Contractor certifies that: In accordance with the above described policy and obligation and the rovision " Goals for This Pro'ect" and p s of Section 2-1.14, DBE 1 Section fi-2, subm~ssron of DBE information, award, and execution of contract of the special provisions of this contract, affirmative action has been taken to consider disadvantaged businesses forth seek out and e portions of the work which are intended to be .subcontracted and that such affirmative actions are fully documented in m lour r available upon request. In addition Ilw Y ecords and are e will take such affirmative action on any future subcontracting relating to this contract. Dated Contractor Page 1 of 1 ~ P~_ NONCOLLUSION AFFIDAVIT (To be Executed by Bidder and Accompany Proposal) TRAFFIC SIGNAL INTERCONNECT INSTALLATION ON . TRUXTUN AVENUE: N STREET TO BEALE AVENUE State of California } )SS: County of ) ,being first duly sworn, deposes and says that Name he or she is of Title Company the party .making the foregoing bid; that the bid is not made in the interest of r o on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is enuine and not collusive or sham; that the bidder has not directl or indirec g • • y tly induced or solicited any other bidder to put in a false or sham bid, and has. not directly or indirectly colluded,. conspired, connived, or a eed with bidder or anyone else to put in a sham bid, or that an one shat ~ any . y 1 refrain from bidding; that the bidder has not ui any manner, .directly or indirectly, sought by agreement, communication, or conference. with an one to f the bid price of the bidder or any other bidder or to fix an overhead y ~ y ,profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public bod awardin the contra anyone interested in the pro sed Contract• that all s y g ct of 1~ tatements contained in the bid are. truce; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or an breakdown thereof r contents thereof, or divui ed information or data y ' o the g relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to an member or a ent thereof to effectuate a collusive or sham. bid. Under. nal y g . pe ty of perjury, the bidder declares that neither the bidder nor any subcontractor to be engaged by the bidder for this project has been convicted of an referred to in the California Public Contract C y offense ode. Signature of Bidder Business Address Telephone No. Place of Residence Subscribed and sworn to before me this day of 19 ~ Q ~ Local Assistance Procedure Manual PS&E Checklist instructions EXHIBIT 12•E Attachment L LOCAL AGENCY BIDDER-DB E INFOR;MATIQN . This information may be submitted with our bid ' ' bidder or the se Y Proposal. If ~t is not, and you are the .apparent low cond or third low bidder, it must be submitted and received b ' ' ' dater than the time s ecified in th y the adm~n~ster~ng agency no e s c~a! ~ rovisions. COJRTE./P.M.: BIDD • ER S NAME. CONTRACT NO.: ADDRESS: BID AMOUNT: S BID OPENING DATE: DBE GOAL FROM CONTRACT % ITEM OF WORK AND NAME OF DBE DOLLAR CONTRACT' DESCRIPTION OF WORK OR PERCENT . . ITEM N0.. SERVICES (Name of DBEs, Certification Nuinbcr, AMOUNT * TO BE and Telephone Number) DBE SUBCONTRACTED OR MATERIALS DBE TO BE PROVIDED Total Claimed S S Participation oho' ' If l00% of item is not to be performed or furnished b D8 describe be owned, of item to be orm~ or y E' exact portion, uiclud~ng planned location of work to furnished b DBE DBEs must be certified by Caltrans on the date bids are opened. Subcontractors and su ' cannot be used to meet goals on federally funded contracts. PPhcrs certified state•funded only ' * * Credit -for a DBE supplier, who is not a manufacturer is limited to 60% of the am "Disadvantaged Business" (DBE) of the special provisions ount paid to the supplier. (Sec Section I1V~ORTANT: Na ~ mes of DBE subcontractors and their respective. items of work list should be consistent with then ~ } ed above ame and items of work in the List of Subcontractors" submitted with onr bid ursuant to the Subcontractors Lis ' tin Law. Signature of Bidder Date Area Code tel. ~ ) No. Person to Contact (Please ty or rint Pe P Disaibu~on for NHS Projects: (1) Original•Caltrans DLAE for NHS Projects, (2) CopyLocal A Distribution for non•NHS Projects: (1) Ori final Local A en 8~Y project file 8 g ey project file DEPT. OF TRANSPORTATION FED D ( BE) MODIFIED DC-0E•19 (REV Q9-1&9S) i" Page 11.99 ~ February 1,1998 Loca! Assistance Procedures Manual EXHIB IT 15-H Good Faitb Effort Statement of DBE Participation GOOD FAITH EFFORT STATE]VIENT OF DBE PAR TICI~'ATION Federa!•aid Project No. Bid 0 enin Date P g Type of Work The (local agency) established a Disadvantaged Business Ente rise BE for this rP ~ }goal of , pro~ec~ The Contractor has committed to a goal of ,_,_/o, necessitatin a ood faith effort statement in accordance with 49 CFR 23.45. Our ro'ect file w g g p ~ s sho that a good faith effort was made. The following is a summary of that documentation: 1) Attendance at • or request for any pre•solicitation or pre-bid meetings: 2) Advertising in appropriate publications subcontracting. opportunities: (Name and date of publications) NAME DATE l l / ! ! / 3) Providing written notice to a reasonable number of DBEs seekin their interest in O g subcontracting opportunities being made available by the Contractor: (Sample letter attached} 4) Following up of initial solicitations of interest: (Names, type, result.) 5) Selecting portions of the work to be performed by DBE(s): (Include $ value) 6) Providing interested DBE(s) with adequate information: Page 15-35 February 1,1998 1'O . EXH1B[T 15-H Good F~Ith Et~ort Statement o~ DBE Pnrtici lion Loc'~ Assisbnce Procedures Mnnunl 7) Negotiating good faith with interested DBEs}: $ value of DBE ' ~ Bids and one taken} 8} Making efforts to assist interested DBE(s) in obtainin bondin li • and g g, nes of credit, or insurance; 9~ Effectively using the services of available • m~nor~ty community organizations, minority contractors groups, local, State and Federal Minority Business Assistance ~n the recru' and placement of DBE(s): (Name, date of coots i ~tment ct, nformation provided) Signature, local agency DBE Liaison Officer Distribution for NHS projects: (1) Original-Caltrans DLAE. (2) Copy • Local A e Pro' Dtstrtbution for tan-NHS 8 ~Y sect File .projects: (1) Original -Lora! Agerky Project File ` Page 15-36 February 1,1998 . Locol Assistooce Procedures Manual EXHIt3tT 12- PSdcEChecklist tostructioos E Attachmeot C (THE BIDDER'S EXECU770N ON THE SIGNATURE PORTION PROPOSAL OF THIS SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL ~ ~ . EQUAL EMPLOYMENT OPPORTUl11I'T'Y CERTIFICATI ON The bidder ro p posed subcontractor . ~ , hereb certifies that Y he has has not participated in a previous contract or subcontract sub'ect to the a ual o ' J q pportun ity clauses, as required by Executive Orders 10925,111 ~I4, or 11246, and that, where re wired he has filed w' q nth the Joint .Reporting Committee, the Director of the Office of Federal Contract Com fiance a Federal P Government contracting or administering agency, or the former President's Committee on E ual _ ~ 9 Employment Opportunity, all reports due under the a liable fillip ui PP g ceq cements. Note: The above certification is required by the. Equal Employment Opportuni Re lations of the ~ Secretary of Labor (41 CFR 60-1.7(b) (1)}, .and must be submitted by bidders and ro sed subcontractors onl in connection. with c • P ~ y ontracts and subcontracts which are subject to the equal. opportunity clause. Contracts and subcontracts, which are exempt from the a ual o rtuni clause are. set forth in 41 CFR b0-1.5. q P~ ~ (Generally only contracts or subcontracts of S 10,040 or under are exempt.} Currently, Standard Form l 00 (EEO-1) is the only report .required by the Executive Orders or their implementing regulations. .Proposed prime contractors and subcontractors who have artici ated in a reviou . P p p s contract or subcontract subject to the Executive Orders and have not filed the required reports should note -that 41 CFR 60.1.7(b) (l) prevents the award of contracts and subcontracts unless such contractor submits a report covenng the delinquent period or such other period specified by the Federal Hi hwa Adminrstration orb the Director Office of Federal 8 y Y ~ Contract Compliance, U.S. Department of Labor. 1 2~•=9 ~ 7 M . Febrr~ry 1,1998 Local Assistance Procedures Manual PS&E Checklist Instructions • • EXHIBIT 11-E Attachment F NONLOBBYING CER TIFICATION FORFEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submittin this bid or ro knowled a and belief that: g p posal, to the best of his or her g , (1} No Federal appropriated funds have been aid or will be ' • p paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or emplo ee of an Federal a Member of Congress, an officer or em to ee of Y Y agency, p y Congress, or an employee of a Member of Congress In connection with the awarding of any Federal contract, the makin of an F the makin of an Federal loan then g Y ederal grant, g Y e tering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract rant loan • ~g ,or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be aid to influencing or attem tin to influence an offic p anY person for p g er or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Con ress in connection with this Federal contract, ant loan or coo er g , p ative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure of Lobbying Activities," in accordance ' with its instructions. This certification is a material representation of fact upon which reliance was laced wh ' was made or entered into. Submission ~ ~ . , p en this transaction of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. An erson who fails t certification shall be sub' Y p o file the required sect to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or ro osal that that the lan ua e of this cert' p p he or she shall require g g ification be included in all lower tier subcontracts, which exceed $100 000 and that all such subrecipients shall certify and disclose accordin 1 . ' gY 12-4-84 Page 12-83 February 1,1998 P ~ l~3 ~ EXHIBIT 12-E Local Assis Attachment G tance Procedures Manual PS&E Checklist instructions INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES . This disclosure form shall be coin feted b ' p y the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material chap a to pursuant to title 31 U.S.C. Section 1352. T g previous filing he filing of a form is required for such payment or a reement to make payment to lobbying entity for influencing or attem tin to influen g agency, a Member of Con re p g ce an officer or employee of any g ss an officer or employee of Congress or an employee of a Member of Con ress in connection with a covered Federal action. Attach a continuation sheet for addi ' g space on the form is made uate. C tional information if the q omplete all Items that apply for both. the initial filing and material chan e report. Refer to the implementing guidance published by the Office of Mana ement a g additional information. g nd Budget for 1. Identify the type of covered Federal action for which lobb in activit is and/ influence the outcome Y g Y or has been secured to of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-u re material chan a to the information p port caused by a g previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted re ort b this r this covered Federal action, p Y eporting entity for 4. Enter the full name, address, city, State and zip code of the re ortin entit . I District if known. Check p g Y nclude Congressional the appropriate classification of the reporting entity that desi nates if it is or expects to be a prime or subaward reci lent. Identif the tier g p y of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to sub subgrants and contract awards under rants. contracts, 5. If the or a ' g g nization filing the report in Item 4 checks "subawardee" then enter the full name addre city, State and zip code of the prime Federal recipient. Include Con ressi ~ ss, b. Enter the name of the F g oval District, if known. ederal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For exam le De art United States Coast Guar p ~ p ment of Transportation, d. 7. Enter the Federal program name or description for the covered Fed ' . eral action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for rants coo ' agreements, loans and loan commitments. g ~ perative . 8. Enter the most appropriate Federal Identif in number ' Y g available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/ ro osal control number assigned by the Federal a enc .Include refixes - _ _ P p g Y) p , e.g., RFP DE 90 001. 9. .For a covered Federal action where there has been an award or loan commitmen agenc ,enter the Federal a t by the Federal Y mount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code of the lobb in entit en reportin entit identified in ite Y g Y gaged by the g Y m 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full addr from 10 (a). Enter Last Name F' ess if different first Name and Middle Initial (Ml}. 11. Enter the amount of compensation paid or reasonably expected to be aid b the re ' (item 4) to the lobb in entit item 10 . Indi p Y porting entity Y g Y ( ) Cate whether the payment has been made (actual or will be made (planned .Check all boxes h ~ tat apply. If this is a material change re ort, enter the cumulative amount of payment made or fanned to be mad p p e. 12. Check the appropriate box(es). Check all boxes that apply. If a ment is made throu contribution, s ecif the nature p Y gh an in-kind p y and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, s ecif nature. p Y Page 12-86 February 1,1998 . ► L~ Local Assistance Procedures Manual PS&E Checklist Instructions EXHIBIT 12-E Attachment G 14. Provide a specific and detailed description of the services that the lob ' byist has performed or well be expected to perform and the date(s) of any services rendered. Include all re ara activity not just time s ent in actual conta P p tort' and related p ct with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Members of Con r 15. Check whether g ess that were contacted. or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, rint his/her nam ' p e title and telephone number. Public reporting burden for this collection of information is estimated to av including time for reviewin inst erage 30 minutes per response, g ruction, searching existing data sources, gathering and maintainin the data needed, and completing and reviewing the collection of information. Send co g estimate or. an other as ect of this coil ~ mments regarding the burden Y p ection of information, including suggestions for reducing this burden to the Office of Management and Budget, Paperwork Reduction Pro'ect 0348-004 20503. ~ ( 6), Washington, D.C. SF•LLL-Instructions Rev. 06-04-90«ENDIF» Page 12-87 February 1,1998 1 ~ Local Assistance Procedures Manual PS&E Checklist instructions EXHIBIT 11-E Attachment C DISCLOSURE OF LOBBYING ACTT PITIES Complete this form to disclose lobbying activities pursuant to 31 U.S. C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type; . a aonbau ~ b. ~o(ferlappGcabon a a~iliai a 000~°~ a postawan! b. mat~ial dtange R ~ For Materiel Chan On ~ ~ ~ "ep°rt 4. Nance and Adress of Reporting Entity; 5. ff Re rti po n9 Enttiy in No. 4 is Subawardee. Enter ❑ SubaMwardee Name and Address of Prime: Tier , if known Conip~ionai Diahict, n1►mown: Congroasiorml ~ • District, Down. 6. Federal DepmtniendAgency; T, . Federal Program NamelDescripdon. CFDA Number, if appli~ble 8. Federal Action Number, if known: 9. Award Amo unt, d known: 10, a. Nance and Address of lobbying En tih► b. Individuals Performing Setrvices (indu~ address if rd individual, last name; first name, MI): ~'ffenent from No. )Oa ~ 1 (lastname, fastname, Mq: (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply}' 13. _ Type of Payment (check all that aPPIY} S ❑ actual planned . a. retainer 1Z. Form of Payment (check all thata~~~y}: b. one-time fee a. t~sh c. commission b. in-end; speafy: nature d. contingent fee e. deferred f. offer, 14. Brief.Description ofServices Performed or to be ormed and Da • ern b s or me ~ ~s} of Sernce, including offrcer(s}, P y~ mber(s} contacted, for Payment Indicated in Item 11: (mach Continuation Sheet(s) rf necessary) 15. Continuation S~eet(s}attached: Yes No ~ . 16. irdonnatlon requested tlrs roan a wlhonzed by Title 3t U.S.C. Sectlon t~ TMs duaoa~e d bbbying adivitles is a material Signature: upon whch retranoe was representation d tact plaeoed uY tl'° tler ataove when the h'ansac6on was Print Name: made a entered nb. Ths ~sdosure is requred Pursuant to 31 U.S.C. t352. This i~arnatlon w~1 be reported to die Congress semi•amu~lyand wi be avabble nor public inspectlon, llny person who rob to file ~ required dsdosure Title: shat be subject to a dvtl penalty d not less don 610.000 and not mono than stoo,ooo tar each tai~re. Telephone No.: Date: F®der~ ~ Au~on~ed ton lordl Standard Form • lll~~ Standard Forth 111 Rev. Ot-03.95 Page 11-85 February 1,1998 ~~v AGREEMENT N0. CONSTRUCTION PROJECTS AGREEMENT THIS AGREEMENT is made and entered into on by and between the CITY OF BAKERSFIELD, a municipal corporation, ("CITY" herein and a California Co oration Hawaii Cor oraf~on Delaware Cor oration Individual etc. "CONTRACTOR" herein), RECITALS WHEREAS, CONTRACTOR represents CONTRACTOR is experienced and well qualified in the field of construction; and WHEREAS, CITY desires to employ CONTRACTOR to ("project herein), 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 to be performed consists, in general, of " ro'ect" herein , The scope of work shall include all items and rocedures necessa t P ry o properly complete the task CONTRACTOR has been hired to perform, whether specifically included in the sco a of work or not. P The following shall be deemed to be part of this agreement as if fully set forth herein: A. Notice to Contractors . B• Special Provisions C. Bid Proposal D. Bidder's Bond E. Performance Bond ' F. Material and Labor Bond G• Letters of transmittal, if any H. All provisions required by law to be inserted in this contract whether actually inserted or not. I. Current State of California DAS 140 Form (if required by Specifications) 2. COMPENSATION. Compensation for all work, services or products called for under this Agreement shall consist of a total payment of Dollars $ -which shall be aid as f II p o ows. The compensation set forth in this section shall be the total compensation under this A reement includin 9 g, but not limited to, all out-of pocket costs and taxes. CITY shall pay only the compensation listed unless otherwise agreed to in writing by the parties. ~-1 3. PAYMENT PROCEDURE. CONTRACTOR shall be paid for services rendered, minus a ten percent (10%) retention, after receipt of an itemized invoice for the work completed and approved b CITY in accordance with the terms of this A reement. Pa ment y 9 y by CITY to CONTRACTOR shall be made within thirty (30) days after receipt and approval by CITY of CONTRACTOR's itemized invoice. 4. WAIVER OF DEFAULT. The failure of any party to enforce against another a rovision of this Agreement shall not constitute a waiver of that P 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. 6. STANDARD OF PERFORMANCE. All work shall be performed inconformity 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 ma be modifie y d 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, ors ecifications set P forth in this Agreement shall prevail. All exhibits to which reference is made in this Agreement are deemed incorporated in this Agreement, whether or not actually attached. 9. 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 now in force or which may hereafter be in force. 10. INDEPENDENT CONTRACTOR. This Agreement calls for the performance of the services of CONTRACTOR as, an independent contractor. CONTRACTOR is not an agent or em to ee of the PY CITY for any purpose and is not entitled to any of the benefits provided by CITY to its emplo ees. This Agreement shall not be construed as formin y g a partnership or any other association with CONTRACTOR other than that of an independent contractor. 11. INSURANCE and BONDS. In addition to any other insurance or bond required under 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: 11.1 Automobile liability insurance, providing coverage on an occurrence basis for bodily injury, including death, of one or more persons, property damage and personal injury, with limits of not less than one million dollars ($1,000,000) per occurrence; and the policy shall: 11.1.1 Provide coverage for owned, non-owned and hired autos. 11.1.2 Provide contractual liability coverage for the terms of-this Agreement. 40 11.2 Broad form commercial general liability insurance, providin covers e n occurrence basis for bodil in'u in g 9 o an y j ry, cluding 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 olic shall: P Y 11.2.1 Provide contractual liability coverage for the terms of this A reement. g 11.2.2 Contain an additional insured endorsement in favor of the City, its ma or, council officers, agents, employees and volunteers. Y ' 11.3 Workers' compensation insurance with statutory limits and em to er's liabilit insurance with limits of not less than p Y Y 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 policies required of the CONTRACTOR shall be primary insurance as to the CITY its ma or c officers, a ents, em to ees or volunteer ~ Y ouncil, 9 P Y .sand 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. Insurance is to be placed with insurers with a Bests' rating of no less than. A:VII. An deductible Y s, self insured retentions or insurance in lesser amounts, or lack of certain types of insurance otherwise required by this Agreement, or insurance rated below Bests' A:VII, must be declared rior to execution of this Agreement and approved b the CITY in writin p Y g. All policies shall contain an endorsement providing the CITY with thirt 30 da s w ' . cancellati Y ( ) y ntten notice of on or material change in policy language or terms. All policies shall provide that there shall be continuing liability thereon, notwithstanding any recovery on any polic . Y The insurance required hereunder shall be maintained until all work required to be erformed Agreement is satisfactoril com I p by this y p eted as evidenced by written acceptance by the CITY. , The CONTRACTOR shall furnish the City Risk Mana er with a certifi ' 9 Cate of insurance and required endorsements evidencing the insurance required. The CITY may withhold pa ments hereunder if certificates of insurance and endorsements r Y equired have not been provided. ' Unless otherwise approved by the CITY, if any part of the work under thi s Agreement is subcontracted, the "basic insurance requirements" set forth above shall be provided b , or on behalf of I subcontractors even if the CITY Y , a I has approved lesser insurance requirements for CONTRACTOR. CONTRACTOR shall provide performance, labor and material bonds in amounts and in a form ' suitable to the CITY. CITY shall approve in writing all such security instruments prior to the commencement of work on the project. 12. INDEMNITY. CONTRACTOR shall indemnify, defend, and hold harmless CI a ents .and em to ees a TY, its officers, g p y gainst any and all Lability, claims, actions, causes of action or demands whatsoever against them, or any of them, before administrative or judicial tribunals of an kind whatsoever, arising out of, connected with, or caused b Y y CONTRACTOR, CONTRACTOR's employees, agents or independent contractors or companies in the performance of, or in an wa arising from, the terms and provisions of this A reement wh Y Y g ether or not caused in part by a party indemnified hereunder, except as limited by California Civil Code section 2782. 41 s-3 13. EXECUTION. This Agreement is effective upon execution. It is the rod all parties are equal) res onsible for a P uct of negot~at~on and Y p uthorship of this Agreement. Section 1654 of the California Civil Code shall not apply to the interpretation of this Agreement. 14. NOTICE S. All notices relative to this A reement shall be iv 9 g en in writing and shall be personally served or sent by certified or registered mail and be effective u on actual ers or depositing in the United States mail. The p P onal service parties shall be addressed as follows, or at any other address designated by notice: CITY: CITY OF BAKERSFIELD PUBLIC WORKS DEPARTMENT Annex Building, 2nd Floor 1501 Truxtun Avenue Bakersfield, California 93301 (805) 326-3724 CONTRACTOR: 15. FORUM. Any lawsuit pertaining to an matter arisin Y g under, or growing out of, this contract shall be instituted in Kern County, California. 16. ASSIGNMENT. This contract shall not be assi ned b an g y y party, or any party substituted, without prior written consent of all the parties. 17. BINDING EFFECT. The rights and obligations of this A reem ' of, and be bindin u on th 9 ent shall inure to the benefit g p e parties to the contract and their~heirs, administrators, executors, personal representatives, successors and assigns, and whenever the context so requires, the masculine gender includes the feminine and neuter, and the sin ular number inctud 9 es the plural. This Agreement may be executed in any number of counterparts, each of which shall be original and. be effective as such. considered as an 18. TITLE TO DOCUMENTS. All documents, tans and drawl p ngs, maps, photographs, and other papers, or copies thereof .prepared by CONTRACTOR. pursuant to the terms of this A reeme upon preparation, become the ro ert of the 9 nt, shall, p p y CITY, 19. ACCOUNTING RECORDS. CONTRACTOR shall maintain accurate accountin other written documentation ertainin to II g records and p g a costs incurred. in performance of this Agreement. Such records. and documentation shall be kept at CONTRACTOR's office durin the term of this Agreement, and for a period of three ears fro ~ 9 y m the date of the final payment hereunder, and said records shall be made available to CITY representatives upon request at an time durin re business hours. Y g gular 20. ,CORPORATE AUTHORITY. Each individual executing this A reement re resen 9 p is and , warrants they are duly authorized to execute and deliver this Agreement on behalf of the cor oration or organization, if any, named herein and this A reement is bin ' p i g ding upon said corporation or organization in accordance with its terms. 42 . 5- ~ 21. TAX NUMBERS. CONTRACTOR's Federal Tax ID Number CONTRACTOR is a corporation? Yes,_____ No_____ (Please check one.) IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed, the da and Y year first-above written. "CITY" "CONTRACTOR" CITY OF BAKERSFIELD BY~ By: BOB PRICE Ma or ' Y Title Please Print or Type Name & Title APPROVED AS TO FORM: BART J. THILTGEN City Attorney By: ALAN DALE DANIEL Assistant City Attorney APPROVED AS TO CONTENT: PUBLIC WORKS DEPARTMENT COUNTERSIGNED: By: By: RAUL M. ROJAS ' GREGORY KLIMKO Public Works Director Finance .Director 43 . FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT, WHEREAS the CITY OF BAKERSFIELD, County of Kern, State of California, a municipal corporation, hereinafter designated the "Owner "has on OF AWARD 19 ~ DATE awarded to NAME OF CONTRACTOR) , a corporation organized and doin business under and by virtue of the laws of the State f g o California, hereinafter designated as the Principal, a contract for the Traffic Si nal Interconnect Installation on Truxtun Avenue: N Street to Beale Avenue; and WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the faithf ul performance of said contract; and NOW, THEREFORE, WE, the Principal, and LEAVE BLANK FOR BONDING COMPANY as Sure. ty, are held and firmly bound unto the Owner in the sum of 100% OF AMOUNT. AWARDED AT COUNCIL MEETING) Dollars },lawful money of the United States, for the a ment of which sum, well and trul to be made we bin p y y d 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 ' heirs ' ' pal, his or its ,executors, administrators, successors, or assigns, shall in all things stand to and .abide by, and well and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and any alterations made as therein provided, on his or their part, to be kept and erformed at the time and in the manner therein p 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 brow ht on this bond will 9 , 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 obli a i ' g t on in the said amount shall hold good fora .period of one (1 }.year after the completion and acce tance of the said work, durin which time if the. P 9 above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns shall fail to make full, com lete and satisfa p ctory repair and replacements or totally protect the said Owner from loss of damage made evident Burin said eriod of one year from the date of acce tan g p p ce of said work, and resulting from or caused by defective materials andlor faulty workmanship in the prosecution of the work done, the above obli ati n ' g o m the said amount shall remain in full force and effect. However, anything in this pars ra h to the contra notwithstandin the obli ati n 9 p ry g, g o of the Surety hereunder shall continue so long as any obligation of the Principal remains. 44 b And the said Surety, for value received, hereby stipulates and a rees that no chap 9 ge, extension of time, alteration, or addition to the terms of the contract or to the work to be erformed thereun P der orthe specifications accompanying the same shall, in an wa affect i Y y, is obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition t o the terms of the contract or to the work or to the specifications. Said Surety hereb waives the rovi ' Sections 2819 and 2845 of Y p sions of the Civil Code of the State of California. As a part of the obligation secured hereby and in addition to the amounts ecified therefor h p , t ere shall be included costs and reasonable expenses and fees, including reasonable attorne 's fees inc rr Y u ed by the Owner in successfully enforcing such obligation, all to be taxed as costs and included in an judgment rendered. Y IN WITNESS WHEREOF, the above mentioned parties have executed this instrument under t ' this heir seals day of ,19_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersi ned representative, ursuant to authorit of its g ' P y governing body. Principal (Seal) Signature for Princi al Ti P tle Surety (Seal) Signature for Suret Titl Y e (Attach notarization form for each required signature.) Page2of2 45 MATERIAL • LABOR BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, the CITY OF BAKERSFIELD, County of Kern, State of California h r ' e einafter designated the "Owner," has, on Date of Council Meetina,_,19 , awarded to Nam e of Contractor a organized and doing business under and by virtue of the laws of the State of California, hereinafter designated as the "Principal," a contract for Pro'ec ~ t Name and WHEREAS; said Principal is required to furnish a bond in connection and with said contra ' ' ct, providing that if said Principal, or any of his or~its subcontractors, shall fail to pay for an materials r ' ' or other su lies used in u on y , p ovisions, pp p ,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 a the same p y to the extent hereinafter set forth: NOW, .THEREFORE, WE, the Principal, and Leave Blank for Bondin Com an a held and fir oo-p-x-' s Surety, are mly bound unto the Owner the penal sum of 50 of Amount Awarded at Council Meetina 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. a successors 'ointl and sev rid J y erally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said P ' rmcipal, his or its heirs, executors, administrators, successors, or assigns, shall fail to pay for-any material, rovisions or other supplies used in u on for P ' p , or about the performance of the work contracted to be done, or for any work or labor thereon. of any kind or for any amount due under the Unem to merit Insuran with res ect to -work r p y ce Code p o labor performed under the contract, or for any amounts due, or to be withheld pursuant to Sections 18806 of the Revenue and Taxa i .ton Code of the State of California with respect to such work or Labor, as required by the provisions of Cha ter 11 division V Titl the Government Code of th p ~ e I of e State of California.; or with respect to any work or labor for which a bond is required by the provisions of Sections 3247 throu h 3252 of the Civ' g it Code of the State of California,.and provided that the persons, companies, or corporations so furnishin said ' provisions, or other su li g materials, pp es, appliances, or power use, in, upon, for, or about the performance of the work. contracted to be executed or performed, or any. person who erforms work. or lab r p o upon same, or any person who supplies both work and materials, thereto, shall have com -lied with provisions of said Civil P the Code, then said Surety will pay the same in or to an amount not exceedin the amount hereinabove set forth, and also will a i g p y n case suit brought upon this bond, such reasonable attorney's fees to the Owner as shall be .fixed by the court. 6 46 5-~ This bond shall insure to the benefit of the Owners and an and all ersons c Y p ompanies, and corporations and their respective assigns entitled to file claims under ap licable State law _ includin ,but not limited to Cali ' ' p ' g fornia Civil Code Section 3181, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereb sti ulates and a r Y P g ees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be erformed th the specifications accom an in p ereunder or p y g 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 Suret hereb waives the provisions of Sections 2 Y Y 819 and 2845 of the Civil Code of the State of California. IN WITNESS WHEREOF, the above mentioned parties have executed this instrument ' this under their seals day of ,19_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed b its undersi ned re resentative ursuant to a Y g P , p uthority of its governing body. Seal Principal Signature for Principal, Title Seal Suret Y Surety Address & Telephone No. Signature for Surety, Title 47 ~ - [To be completed by the Contractor, if he elects to substitute securities in lieu of r etention]. ESCROW AGREEMENT a FOR SECURITY DEPOSITS IN LIEU OF RETENTION THIS ESCROW AGREEMENT is made and entered into b and between whose address is y hereinafter called ''Owner", whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent". For the consideration hereinafter set forth, the Owner, Contractor, and Escrow A gent agree as follows: 1. Pursuant to Section 22200 of the Public Contract Code of the State of Californi a, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnin s re uired ' ursuant to the Con 9 q to be withheld by Owner p struction Contract entered into between 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. e ' arnings, the Escrow Agent shall notify the Owner within ten (10}days of the deposit. The market value of the ' ' ' securities at the time of the substitution shall be at least equal to the cash amount th en required to be withheld as retention under the terms of the Contract between the Owner and Contractor.. Securities shall be held in th e name of ,and shall designate the Contractor as the beneficial owner. 2. The Owner shall make progress payments to the Contractor for such funds which. otherwise would be withheld from progress. payments pursuant to the Contract provisions, rovided that the Es r ~ ~ ' P c ow Agent hold securities in the form and amount specified above. 3. Alternatively, the Owner may make payments directly to Escrow A ent in the am ' benefit of the Owner un ' g ount of retention for the til such time as the escrow created hereunder is terminated. -1- 48 ~-1~ 4. Contractor shall be responsible for paying all fees for the expenses incurred b Escrow A ent. in admi ' ' Y g nistering the escrow account. These expenses and payment terms shall be determined b the Contractor and E r A ent. Y sc ow g 5. The interest earned on the securities or the money market accounts held in escrow and all interest earn ed on that interest shall be for the sole account of Contractor and shall be subject to withdrawal b Contractor at an time and from time to time without n i Y Y of ce to the Owner. 6. Contractor shall have the right to withdraw all or an art of the rinci al in the Y p p p Escrow Account only by written notice to Escrow Agent accompanied by written authorization from Owner to the Escrow A ent that Owner consents to the withdrawal f g o the amount sought to be withdrawn by Contractor. 7. The Owner shall have a right to draw upon the securities in the event of default by the Contractor. U on seven p (7}days' written notice to the Escrow Agent from the Owner of the default, the Escrow A ent shall immediatel g y convert the securities to cash and shall distribute the cash as instructed by the Owner. 8. Upon receipt of written notification from the Owner certi in that the Contract is fin I f Y 9 a and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow A ent shall release to Contractor all securities and inter g est on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on de osit and payments of fees and char es. p 9 9. Escrow Agent shall rely on the written notifications .from the Owner and the Contrac ' for pursuant to Sections (4) to (6), inclusive, of this agreement and the Owner and Contractor shall hold Escrow A ent harmless from 9 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 exem tars of their res ective p P signatures, are as follows: On behalf of Owner: ~ On behalf of Contractor: Title Title Name Name Signature Signature Address Address _2_ 49 S On behalf of Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the Owner and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement b their ro er offs forth above. y p p cers on the date first set Owner Contractor Title ~ Title Name Name Signature Si nature 9 -3- 50 ~ IZ..