Loading...
HomeMy WebLinkAboutC-1475 - Construction of traffic signal, Newport Center Drive & Santa Rosar r j.. u -� JAN 7 A 1974 By the CITY COUNCIL ;v ce .. ,,..,, ,,Y wcACH TO: CITY COUNCIL FROM: Public Works Department January 14, 1974 CITY COUNCIL AGENDA ITEM N0. N -11 SUBJECT: ACCEPTANCE OF FEDERAL AID TOPICS PROJECT: TRAFFIC SIGNAL INSTALLATION AT NEWPORT CENTER DRIVE EAST /SANTA ROSA DRIVE (C -1475) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the installation of a traffic signal at Newport Center Drive East and Santa Rosa Drive has been completed to the satisfaction of the Public Works Department. The bid price was: $49,602.00 Amount of change orders: None Total contract cost: 49,602.00 Amount budgeted in Account No. 25- 5623 -076: 49,602.00 Funding was as follows: Federal TOPICS funds: City Gas Tax funds: The Irvine Company: $30,860.21 12,276.79 6,465.00 Total $49,602.00 The contractor is Smith Electric Company of Stanton, California. The contract date of completion was October 20, 1973. The work was completed and the signal energized on October 18, 1973. oseph Devlin ublic W ks Director PD:jfd AFFIDAVIT OF PUBLICATION NEWPORT HARBOR ENSIGN STATE OF CALIFORNIA 1 as. County of Orange j I. .......................................... ............................... being first duly sworn, and on oath depose and say that I am the printer and publisher of the Newport Harbor Ensign, a weekly newspaper printed and published in the City of Newport Beach, County of Orange, State of California, and that the. ?:" i1:. !. ,' ...... _ .............. ...... ...._...............I.._.._.... .- ...._ —... of which copy attached hereto is a true and complete copy, was printed and published in the regular issue(s) of said newspaper, and not in a supplement, .....1 ............. consecu- (Signed)......... ""� �z ?.. e . ` '. Subscribed and sworn to before me this .. V.`.'.!.h'.dayof ,r . .......... ......... ..........:................. 19......... . c:.b.:. ' �1 \Notary ublic in and for the County: of Orange, State of California. Gl C, A L �_ f t' (k ��� MARY A HP A��A` POkAN A, Ti�E IN GRAN F COI.NTY 1L1 ! OD dM15510N EXPIRES DEOEMBFF -"i x`17" LEGAL NOTICE LEGAL NOTIC CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received: at the ;eHice of the City Clerk, City Hall, Newport Beach, California, until 11:00 A.M. on the:i 18th day of May, 1973, at which tim%they will be opened and read, for performing work as follows: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY . LIGHTING AT NEWPORT CENTER DRIVE EAST -SANTA ROSA DRIVE INTERSECTION CONTRACT NO. 1475 Bids must be submitted on the proposal form, attached with the contract documents furnished by the Public Works Department. The additional. copy of the proposal form is to be retained by the bid* his rp06rds. Each bid must be accettRnied 6y caslyf' certified' check J or Bidder's Bond, nude *able to the City of Newport Beach, for an amount equat to at least 10 percent,of the amount bid. The title of the project and the words "SEALED'BID". shall be clearly marked on tht,.94tsid.e of the envelope con - j taining the bid. . The proposal documents that must be completed, execut ' ed, and returned in the sealed 144,4*: Sheet No..:, D -1 Title Sheet D -2 Bidding Sheet D -4 ' Signature Sheet and Affidavit D -5 Bidder's Bond D -6 Designation of Subcontractors D -7 .Non-CvJb00*aAffida4it ; 4k :p; D4 Certification, with reeaaq, to Performance of Pre -` vious .Contracts or SdV- eontr8tts subject to the Equal Opportunity use and .Pe filing of Re7i quired Reports. These documents; shall be a xed wittp;the signature and titles of the persons signing I behalf .. of the bidder:`For corporations, the signatures of Jbw.. resileM or Vice Pres- ident and Secretary or Assiseere`tary are required. and the Corporate Seal shall fixed to all docu ments requiring signatures.' In the of a Partnership,` the signature of at least one general r is required. No bids will be accepted fr ntractors unless they have been prequalified in actor ce With $ecthon 2 -1.11 "Competency of Bidders" and S o f;7 -1.01E "Contract- or's Licensing Laws," of the Sta `. If allfornia, Standard Specifications, Forms to be are: available from the City of Newport Beach, Public, Wofks DWartment. The City' shall not furnish proposal forma(` fotxy � ing purposes to any person who is required to .suEulit'& has not submitted a questionnaire and financial 'state " for prequalification to the State of California at least working days prior to the date fixed for publicly op s led bids and been prequalified by the State of Cajif. ' for at least ONE day prior to that date. Plans and" " t Documents, in- cluding Special Provisions and Pr may be obtained at the Public Works Department, Ci ,WWI at Beach, California. His requested that the P and Contract Docu- ments be returned within 2 weeks . er 'the bid opening. The City of Newport Beach here notifies all bidders that it will .affirmatively insure t -in any contract ent- ered into VWsuant to this advertisement, minority bus- iness enterprises will be afforded full opportunity to sub- mit bids in, response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The City reserves the right to reject any and all bids and to waive any informality in such bids. in accordance with the provisions of Article 2, Chapter 1, P i7 of the California Labor Code (Sections 1770 et seq,), City Council of the City of Newport Beach has asce d the general prevailing rate of per them wages in the 'locality in which the work is to be performed for each craft, classifications, or type of workman or mech- anic needed to execute the contract and has set forth these, items in Resolution No. 7423 adopted May 17, 1971. A copy! of said resolution is available in the offhce'of the City Clerk, All parties to the contract shall be governed by all provi- sions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The rate of compensation for any classification not listed in the schedule, but which may be required to execute the proposed contract, shall be commensurate and in accord with the specified rates for sitdilar or comparable classiN fications or for those ,performing similar. or comparable' This project will be partially financed with Federal funds under the TOPICS program. If there is a difference between the minimum Federal, State, or City wage rates , for similar classifications of labor, the contractor and his subcontractors shall -pay not less than the highest wage rate.. ' ' The improvement contemplated m the performaaee of this contract is a . TOPICS improvement over` which the State of California shall exercise general supervision awl, the State of California, therefore shall have the right to assume .full and direct control ov60 this'cogtracf- whenever the State Of California, . at its sole; discretion, shall deter- mine that #8 responsibility to the sole.. States so requires. rn such - t�¢sse$��aaf__i Contract Act will gover ' jNSTRitGfIt�O B fhemhseives pX �' 111A Plocati the proposed Work and by such other means as they umy prefer as to the actual conditions and requirements of the works and shall not at say time after submis" of the bid dispute; complain, or assert that there was & *'44sunderstanding In regard to the mature or amok of work 'to be done, Approved by the City Council of the City of Newport Hwb, 'ate of California on this 23rd, day of April, 1973. .,aura Laglos, City Clerk 'sh: April 26, 1973, in the Newport Harbor Ensign. ' ?7 a TO: CITY COUNCIL FROM: Public Works Department July 9, 1973 CITY COUNCIL AGENDA ITEM NO. G -2 SUBJECT: INSTALLATION OF TRAFFIC SIGNALS FINANCED WITH FEDERAL AID TOPICS FUNDS CONTRACT 1475: NEWPORT CENTER DRIVE AND SANTA ROSA DRIVE CONTRACT 1476: A. HIGHLAND DRIVE -20TH STREET AND IRVINE AVENUE B. DOVER DRIVE AND 16TH STREET C. SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE - BIG CANYON DRIVE RECOMMENDATION: Adopt a resolution authorizing the Mayor and City Clerk to execute Program Supplement No. 2 to the Local Agency - State Agreement No. 47 providing Federal funds for the subject contracts. DISCUSSION: On June 14, 1971 the Council adopted Resolution No. 7451 authoriz- ing the execution of Local Agency -State Agreement No. 47 for undertaking and financing the Newport Beach TOPICS Program. Article III, paragraph 5 of this agreement provides the following: 5. The program shall be in a form prescribed by STATE and shall designate the federal funds requested and the matching funds to be provided by LOCAL AGENCY and if a State Highway is involved, the matching funds to be provided by STATE. Adoption of the program by resolu- tion of the governing body of LOCAL AGENCY and approval by STATE shall cause such program to be a part of this agreement as though fully set forth herein. The program to be added to the Master Agreement covers two projects for the installation of traffic signals at the following locations: Contract 1475: Newport Center Drive -Santa Rosa Drive Contract 1476: A. Highland Drive -19th Street - Irvine Avenue B. Dover Drive -16th Street C. San Joaquin Hills Road -Santa Cruz Drive - Big Canyon Drive V � July 9, 1973 Subject: Installation of Traffic Signals Financed with Federal Aid Topics Funds Page 2. The Council awarded these contracts on May 29, 1973. The State forwards the programs to the local agencies for incorpora- tion into the Master Agreement after both the State and FHWA have approved plans and specifications for a project. Joseph T. 'Devlin Public korks Director DJ_W:hh n/ RESOLUTION NO. 8 Q3 6 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH TO INCLUDE PROGRAM SUPPLEMENT #2 TO LOCAL AGENCY-STATE AGREE- MENT #47, AND AUTHORIZING ITS EXECUTION ON BEHALF OF THE CITY OF NEWPORT BEACH WHEREAS, on June 14, 1971, the City Council of the City of Newport Beach adopted Resolution No. 7451 which auth- orized the execution of a Local Agency -State Agreement with the State of California in connection with undertaking and financing the Newport Beach "TOPICS" Program; and WHEREAS, City desires to include Contracts Nos. 1475 and 1476 covering installation of traffic signals at certain intersections in the City as part of said Agreement; and WHEREAS, in order to include the above - referenced projects under the terms of the Agreement, the State of California requires approval of Project Supplement #2, cover ing Contracts Nos. 1475 and 1476, by resolution of the govern ing body of the City. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that Project Supplement #2 to Local Agency -State Agreement No. 47 is hereby approved, and the Mayor and City Clerk are hereby authorized to execute the same on behalf of the City of Newport Beach. ADOPTED this _9th_ day of July —, 1973. ATTEST: City Clerk June 11, 1973 CITY COUNCIL AGENDA ITEM NO. H -2{G) TO: CITY COUNCIL FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL INSTALLATIONS AT THE FOLLOWING LOCATIONS: 1. Newport Center Drive and Newport Center Drive East and West. 2. _ewport,._Center Drive and Santa.Rosa.Drive.- 3. San Joaquin Hills Road and Santa Cruz Drive -Big Canyon Drive RECOMMENDATION: Adopt a resolution authorizing the Mayor and City Clerk to execute a reimbursement and right of entry agreement with The Irvine Company for the subject traffic signal installations. DISCUSSION: 1 // may•. i The City Council Policy Number F -9 covering the financing of Capital Improvements provides in General Provision No. 3, the following: "Where private streets or private entrances occur at the intersection of two arterial streets, the developer will be required to pay only for the additional signal work re- quired to signalize his entrance ". The subject three signal installations each have one private roadway or entrance belonging to The Irvine Company. The reimbursement agreement pro- vides for The Irvine Company to pay the following amounts for the signalization of the private entrances or roadways: Location 1 $ 6,300 Location 2 7,110 Location 3 9,035 Total 22,455 These amounts are the estimated costs of installing the additional signal equipment necessary to serve the private leg of the intersections. The right of entry portion of the agreement allows the City to install, operate and maintain the traffic signal equipment installed on Irvine Company property. The subject three traffic signals are part of the traffic signals being installed through the Federal Aid TOPICS Program. r-� 1 G Ucsep T. D lin Bbl i c llork Di rector L -, � i��iJ:hh RESOLUTION NO. A RESOLUTION OF THE CITY COU] -C4= OF THE CITY OF NEWPORT BEACH AUTHORIZING Tom.-. EXECU'T'ION OF A REIMBURSEMENT AND RIGHT OF ENTRY AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND THE IRVINE COMPANY FOR INSTALLATI0N OF CERTAIN TRAFFIC SIGNALS WITHIN THE CITY OF NE`r7PORT BEACH WHEREAS, there has been presented to the City Council of the City of Newport Beach a reimburse,_ent and right of entry agreement between the City of Newport Beach and The Irvine Company for the installation of the following traffic signals: (A) Newport Center Drive and Newport Center Drive East and West; (B) Newport Center Drive and Santa Rosa Drive; and (C) San Joaquin Hills Road and Santa Cruz Drive - Big Canyon Drive; WHEREAS, the City Council has considered the terms and conditions of said agreement and found them to be fair and equitable; NOW, THEREFORE, BE IT RESOLVED that said agreement is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ATTEST: ty C 0 ADOPTED this 11th day of June , 1973- Mayor DON:sh 6/8/73 f +� MAY 29 1973 By the CITY COUNCIL ;ITY OW 20"%V1wA1lM IIGkC,-i TO: CITY COUNCIL FROM: Public Works Department May 29, 1973 CITY COUNCIL AGENDA ITEM NO.-I-2 &nand (f) SUBJECT: FEDERAL AID TOPICS PROJECTS--FOR INSTALLATION OF TRAFFIC SIGNALS 1. Contract No. 1475 Newport Center Drive East - -Santa Rosa Drive 2. Contract No. 1476 (A) Irvine Avenue -- Highland Drive - -20th Street (B) Dover Drive - -16th Street (C) San Joaquin Hills Road - -Santa Cruz Drive- - Big Canyon Drive RECOMMENDATIONS: Adopt a resolution awarding Contract No. 1475 to Smith Electric Company of Stanton for $49,602.00 and authorizing the Mayor and City Clerk to execute the contract, subject to the approval of this award by the Federal Highway Administration (FHWA). 2. Adopt a resolution awarding Contract No. 1476 to Paul Gardner Corporation for $138,987 and authorizing the Mayor and City Clerk to execute the contract. DISCUSSION: Four bids for Contract 1475 were received and opened in the office of the City Clerk at 11:00 a.m. May 18, 1973. BIDDER BID 1. Smith Electric Co., Stanton $49,602.00 2. Paul Gardner Corporation, Ontario 50,980.00 3. Steiny & Co., Inc., Anaheim 51,980.00 4. Grissom & Johnson, Inc. - -Santa Ana 56,074.00 The low bid was 27% above the engineer's estimate of $39,000. This estimate was prepared last November and was based on the contract being awarded in January or February. Prices have ri.sen since that time. This rise is probably due to the number of TOPICS projects being advertised at this time. The length May 29, 1973 SUBJECT: Federal Aid TOPICS Project for Installation of Traffic Signals Page 3 Gas Tax Funds in the amount of $24,507.90 remain in the account for matching TOPICS funds. A budget amendment in the amount of $18,000 is required to provide matching funds for the subject projects. There are sufficient un- appropriated gas tax funds available to cover this amendment. The Gas Tax Contributions Fund requires a budget amendment in the amount of $97,000 to cover these projects. $22,037 will come from cooperative agreements with the City of Costa Mesa and The Irvine Company. The remainder is the previous- ly unbudgeted allocation of TOPICS funds. Last September the TOPICS Program was accelerated by two years. The cities were required to spend their full TOPICS allocation by June 30, 1973, in- stead of by June 30, 1975. When the 1972 -73 budget was prepared, the expenditure of only one year's allocation was anticipated. ept T' evlin lic Wdr s in jfd y3 APR 2 3 1973 By the C!TY CO'Ji1CIL TO: CITY COUNCIL FROM: Public Works Department April 23, 1973 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: FEDERAL AID TOPICS PROJECT - INSTALLATION OF A TRAFFIC SIGNAL AT NEWPORT CENTER DRIVE EAST AND SANTA ROSA DRIVE (CONTRACT NO. 1475) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m. May 18, 1973. DISCUSSION: This project provides for the installation of a traffic signal at Newport Center Drive East and Santa Rosa Drive. The plans were prepared by Herman Kimmel and Associates of Newport Beach. This project is the City's third Federal Aid TOPICS project. Plans and specifications have been submitted to and approved by both the State Division of Highways and the Federal Highway Administration (FHWA). They have authorized the City to advertise for bids. TOPICS funds will pay for 71.54% of the public improvements. The improvements required to signalize the private entrance into Fashion Island will be paid for by The Irvine Company. The engineers' estimate is $39,000 TOPICS City Gas Tax The Irvine Company TOTAL The funding breakdown follows: $22,800 9,100 7,100 $39,000 Sufficient monies remain in unappropriated Gas Tax Funds to cover the City share of the project. A budget amendment will be submitted for Council con- sideration at the time a recommendation to award is made. The estimated date of completion is October 8, 1973. lin Director February 22, 1974 Smith Electric Company 10792 Knott Avenue Stanton, CA 90680 Subject: Surety Summit Insurance Co. of New York Bonds No. 270817 Project Traffic Signal Installation at Newport Center Drive East /Santa Rosa Drive Contract No. 1475 The City Council on January 14, 1974 accepted the work of subject project and authorized the City Cleric to file a Notice of Com- pletion and to release the boards 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on February 5, 1974, in Book 11070, :Wage 471. Please notify your surety company that bands may be released 35 days after recording date. :aura Lagios, City Cleric LL:..wk coo Public Works Department RECORDING REQUESTED FY AND MAIL TO Laura Lagios, City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beech, CA 92660 2902 FREE C.$ NOTICE OF COMPLETION PUBLIC WORKS R 110 70PG 471 RECORDED IN OFFICIAL RECORDS OF ORANGE CC',U'IT Y. ^..4LIFORNIA 9:05 A.M. FEB 5 1974 J. WYLIE CARLYLE, County fcecorder To All Laborers and Material Men and to Every Other Person Interested; YOU WILL PLEASE TAKE NOTICE that on October 20, 1973 the Public Works project consisting of Federal Aid Topics Project - Traffi Installation at Newport Center Drive East /Santa Rosa Drive (C -1475) on which Smith Electric Company was the contractor, and Summit Insurance Co. of New York was the surety, was completed. VERIFICA I, the undersigned, say: CITY OF NEWPORT �BEACH n � � lic "rks Direc I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on February 4, 1974 at Newport Beach, California. I, the undersigned I am the City Clerk of the City of Newport Beach; the City Council of said City on January 14, 1974 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on February 4, 1974 at Newport Beach, California. t 1r Cle __ ort 2 =: 3. 13711. FREE NOTICE OF COMPLETION PUBLIC WORKS 0 eX 11060PG 821 RECORDED IN OFFICIAL RECORDS OF ORANGE COH^!TY, CALIFORNIA 9:05: A.M. JAN 21 1974 J. WYLIE CARLYLE, GmIZ'; nofder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on October 20, 1973 the Public Works project consisting of Federal Aid Topics Project - Traffic Signal Installation at Newport Center Drive East /Santa Rosa Drive (C -1475 on which Smith Electric was the contractor, and was the surety, was completed. I, the undersigned, say: I am the Public Works Director Notice of Completion is true of my own I declare under penalty of perjury Executed on 17. 1974 VERIFICATIC I, the undersigned, say: the City of Newport Beach; the foregoing pwled¢e. the foregoing is true and correct. Newport Beach, California. ERK I am the City Clerk of the City of Newport Beach; t)be City Council of said City on January 14, 1974 accepted the a�ove described work as completed and ordered that a Notice of Completion be filed. \ I declare under penalty of perjury that the foregoing is true and correct. Executed on January 17, 1974 at Newport Beach, California. 'rc CITY OF VEWPORT BEACH 4 le CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: February 4, 1974 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Traffic Signal Installaticn at Newport Center Drive East /Santa Rosa Drive Federal Aid Topics Project C -1475 Contract No. 1475 on which Smith E1er*trir Q mnany was the Contractor and Sundt Insuranoe Co. of New York was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. i 0. ZENITH NATIONAL INSURANCE C 0 LIPAN Y 2930 WEST IMPERIAL HIGHWAY • INGLEWOOD, CALIFORNIA 90303 - TELEPHONE 7S7 -0211 11 -7 -73 City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, California Re: Policy No.P 75512 6 -8 -73 to 6 -8 -74 Monthly Smith Electric Company Gentlemen: The above - captioned policy has been returned to this office for cancellation. You are hereby notified, as named Certificate Holder, that the above policy was cancelled effective at 12 :01 A.M. on 10 -1 -73 Very truly yours, ZENITH NATIONAL INSURANCE. COMPANY Cancellation Department 99 cc: Agent Insured File Branch Office 0 6 THE ST. WUL C O M PAN `��■ JULY 31, 1973 Serving you around fhe world... around (he c /ock FULLERTON SERVICE CENTER P. 0. BOX 4285 2600 E. NUTWOOD AVE. FULLERTON, CALIFORNIA 92634 PHONE 879 -2373 CITY OF NEWPORT BEACH CITY HALL 3300 W. N WPORT BLVD. NEWPORT BEACH, CA. RE: SMITH ELECTRIC POLICY #: 661NA6213 AGENT: FLAHERTY, ADAMS & DOLE THIS IS TO NOTIFY YOU OF TERMINATION OF ALL COVERAGE FOR THE INSURED AND CERTIFICATE HOLDERS EFFECTIVE 9 -1 -73. YOURS VERY TRULY, we I �'� l/ w -C C cA-J- NANCY PONTIUS PACKAGE DEPT. St. Paul Fire and Marine Insurance Company, St. Paul Mercury Insurance Company, The St. Paul Insurance Company �� ,,`/ } y y `r J ��' i...' .`�• Ci .�:: ,.. :.. � �� �� ,. °. n �� DATE 6 -27 -73 J. Harold Smith, Jr., An Indi*al d /b /a Smith Electric Co. Gentlemen; We have issued a new certificate for the above captioned on Job: Contract No. C -1475, due to new policy number, PLEASE return the original certificate issued for this job. An envelope is also enclosed for your convenience. Thank you. Mrs. R. Janssen //Y INS FLAHERTY, ADAMS & DOLE SONDS" "ce City of Newport Bh �1,, 0 TO Ci th Hall E; ? � P.O. BOX 2947 3300 W. NEWPORT B AFB Y� ���ri. (Fr y pp &p 3701 SUNNYSIDE DRIVE NEWPORT BEACH, CA. '%V' RIVERSIDE, CALIFORNIA 92506 L i TELEPHONE 7147841510 tiENlii! NAtlONA6 INSURANCE &&1PANY 6300 WILSHIRE BOULEVARD LOS ANGELES, CALIFORNIA 90048 Telephone 6515206 CERTIFICATE HOLDER AND ADDRESS: CITY OF NEWPORT BEACH CITY HALL 3300 W. NEWPORT BLVD. NEWPORT BEACH, CA. CERTIFICATE OF INSURANCE NAMED INSURED AND ADDRESS: J. HAROLD SMITH, JR., AN INDIVIDUAL d /b /a SMITH ELECTRIC CO. 10792 KNOTT.AVENUE STANTON, CALIFERNIA 90680 THIS IS TO CERTIFY THAT ON THE DATE BELOW THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THE COMPANY, ARE IN FULL FORCE AND EFFECT: Name of Coverage Policy Effective Expiration Limits of Number Date Date Liability Workmen's Compensation P75512 6 -8 -73 6 -8 -74 statutory Public Liability — Bodily Injury (Not Auto) $ ,000 each person $ ,000 each occurrence Public Liability — Property Damage (Not Auto) $ .000 each occurrence (Explosion, Collapse, Underground Hazards Not Covered Unless Otherwise Stated Herein) $ ,000 aggregate Products — Bodily Injury $ ,000 each person $ ,000 each occurrence $ ,000 aggregate Products — Property Damage $ .000 each Occurrence $ ,000 aggregate Specific Contractual — Bodily Injury $ .000 each person (Other Than Incidental Contracts As Defined In the Policy) $ ,000 each occurrence Specific Contractual— Property Damage $ .000 each occurrence (Other Than Incidental Contracts As Defined In The Policy) $ __000 aggregate • $ ,000 As Per Single Limit Endorsement r DESCRIPTION OF PREMISES AND /OR OPERATIONS COVERED: 6 4t, �y F�L JOB: CONTRACT NO. C -1475 h�� - 17 T� F I AM AWARE OF AND WILL COMPLY WITH SECTION 3700 OF THE LA C� RIJIRIJ��E EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COM ION OT6\ j UNDERTAKE SELF INSURANCE BEFORE COMMENCING ANY OF THE WORK. �c,ii`u`/ The Company will endeavor to give ten (10) days' written notice to the above Named Certificate- holder should any of the above described policies be cancelled before the normal expiration date thereof, but failure to give such notice shall impose no obligation or liability of any kind upon the Company. THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY OR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AF- FORDED BY THE POLICIES INDICATED ON THIS CERTIFICATE UNDER POLICY NUMBER. DATED AT RIVERSIDE, CALIFORNIA This 27th day of JUNE 1973 WC WA-10s! 11.12 ZENITH NATIONAL INSURANCE COMPANY FLHA ZY /, A AMA DOLE rj 6Y / l _.-�'U H RIZ REP'ESENTATIVE THE ST. PAUL �AUL FIRE AND MARINE INSURANCE *PANY "S"R`"°` COMRA "'ES ST. PAUL MERCURY INSURANCE COMp7CNY �• CERTIFICATE OF INSURANCE This is to certify that the following policies, subject to the terms, conditions and exclusions have been issued by this Company. The Company will mail to the party to whom this Certificate is issued a record of any material change in or can- cellation of said policy or policies but takes no responsibility for failure to do so. NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE 15 ISSUED: CITY OF NEWPORT BEACH CITY HALL 3300 W. NEWPORT BLVD. NEWPORT BEACH, CA. IN LIEU OF CERTIFICATE ISSUED 6 -11 -73 NAME AND ADDRESS OF INSURED J. HAROLD SMITH, J. HAROLD SMITH, JR., DOUGLAS M. SMITH & J. HAROLD SMITH ELECTRIC COMPANY, A CORPORATION d /b /a SMITH ELECTRIC SUPPLY AND J. HAROLD SMITH, JR., AN INDIVIDUAL d /b /a SMITH ELECTRIC COMPANY 10792 KNOTT AVE., STANTON. CA. 90680 TYPE OF INSURANCE & DATE LIMITS OF LIABILITY POLICY NO. WORKMEN'S EFFECTIVE EXPIRATION COMPENSATION STATUTORY — In conformance with the Compensation Law of the State of: PUBLIC LIABILITY BODILY INJURY PROPERTY DAMAGE Each Person Each Occurrence Aggregate Each Occurrence Aggregate 561NA6213 9 -1 -72 9 -1 -75 500,000. 500,000. 500,000. 250,000. ** 500,000. AUTOMOBILE Each Person Each Occurrence Each LIABILITY 561NA6213 9 -1 -72 9 -1 -75 500,000, 500,000. 250,000. ** INCLUDES AGGREGATE PROTECTIVE; AGGREGATE PR DUCTS & AGG EGATE CONTRA TUAL REFERS MAY NOT BE CAN ELLED, MATE IALLY CHANGE NOR THE P LICY ALL014ED TO LAPSE UNTIL TEN 10) DAYS A--TER RECEIPT BY THE CITY , LERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORI CANCELLATION OR REDUC r ION IN COVE AGE. REMARKS: This CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by these policies. Dated JOB: CONTRACT NO. C -1475 POLICY BEING ENDORSED NAMING CERTIFICATE HOLDER AS ADDITIONAL INSURED. 6 -18 -73 V" 14842 C01 Rev. 2 -71 Printed in U.S.A. a FOH RTY, ADAMS rj 0 6 Date June 25, 1973 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1475 Project latim of Traffic Signals and Highway Lighting at Newport Center Thrive East - Santa Rosa Drive Interaectim Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Smith Meatric ccrq)wy Address: 10792 Knott Avenue, "tantm, 'i4 90680 Amount: $ 49,u02.')0 Effective Date: June 22, 1973 Resolution No, 7994 Laura Lagios LL-dg Att. cc: Finance Department [] r] L SECTION D • CITY CLERK PROPOSAL FOR INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. C -1475 FEDERAL AID TOPICS PROJECT NO. T -3041 (214) i n and for the CITY OF NEWPORT BEACH CALIFORNIA Project Plans: T- 5064 -S (2 sheets) Completion Time: 120 calendar days Bid to be received on May 18, 1973 until 11:00 a.m. LIQUIDATED DAMAGES $ 50 PER DAY SUBMITTED BY: Smith Electric Company Contractor 10792 Knott Avenue Address Stanton, Calif. 90680 City Zip (714) 827 -3820 Phone $49,602.00 TOTAL BID PRICE 0 0 PROPOSAL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. C -1475 FEDERAL AID TOPICS PROJECT NO. T -3041 (214) BIDDING SHEET To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans, Special Provisions, and Construction Details and hereby proposes to furnish all materials and do all the work required to complete Contract No. C -1475 in accordance with the Plans and Specifications, and will take in full payment therefor the following Lump Sum prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION TOTAL NO, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 1. Lump Sum Construct traffic signal and highway lighting Forty nine thousand C six hundred two Dollars and no Cents Lump Sum D -2 $ 49,602,00 0 PROPOSAL BIDDING SHEET TOTAL PRICE WRITTEN IN WORDS: Forty nine thousand six hundred two L] Dollars and Cents $ 49,602.00 CONTRACTOR'S LICENSE NO. 283490 BIDDER'S NAME Smith Electric Company DATE May 18, 1973 TELEPHONE (714) 827 -3820 AUTHORIZED SIGNATURE S /J. Harold Smith, Jr. ADDRESS 10792 Knott Avenue, Stanton NOTE: CONTRACTOR SHALL DESIGNATE THE CONTROLLER SUPPLIER BELOW. Singer Traffic Control NAME OF CONTROLLER SUPPLIER 1105 Kern Avenue ADDRESS Sunnyvale, CA 94086 D -3 0 0 PROPOSAL SIGNATURE SHEET AND AFFIDAVIT All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. If licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 283490 Classification C -10 Accompanying this proposal is Bidders Bond Cash, Certified Check, Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 827 -3820 Smith Electric Company Phone Number Bidder's Name May 18, 1973 S/ J. Harold Smith, Jr. (SEAL) Date Authorized Signature Authorized Signature Individual Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: 49ORIGINAL SEE CITY CLERK'S FILEIRPY PROPOSAL BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Smith Electric Company , as Principal, and SUMMIT INSURANCE CO. OF N.Y., a corporation , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of Bid not to exceed Five Thousand & 00 Dollars ($ 5,000.00 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Traffic signals and highway lighting @ Newport Center Dr. East & Santa Rosa Dr. Contract 1475 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 18 day of May , 19 73 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Mary Ruth Rance, Notary Public Date - May iU, Commission expires June 26, 1976 SMITH ELECTRIC COMPANY 'rincipa : S/ J. Harold Smith, Jr. SUMMIT INSURANCE CO. OF NEW YORK Surety By S/ Carl Mann Title Attorney -in -fact D -5 0 0 PROPOSAL DESIGNATION OF SUB- CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub- contractor Address 1. None 2. 3. 4. 5. 6 7. 8. 9. 10. 11. 12. SMITH ELECTRIC COMPANY Bidder's Name S/ J. Harold Smith, Jr. Authorized Signature Individual Type of Organization (Individual, Co- partnership or Corp.) 10792.Knott Avenue Stanton, Calif. 90680 Address M 0 0 PROPOSAL NON - COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 18 day of May , 19 73 . My commission expires: January 25, 1976 SMITH ELECTRIC COMPANY S/ J. Harold Smith, Jr. WWA Tecla M. Manazer Notary Public PROPOSAL CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder X, , Proposed subcontractor , hereby certifies that he has X has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has X , has not , filed with the Joint Reporting Committee, the director of the Office of Federal Contract Compliance, a Federal Government'cOntracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements: SMITH ELECTRIC COMPANY Company ByS /J. Harold Smith Owner Tit e May 18, 1973 Date Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60- 1.8(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60 -1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the director, Office of Federal Contract Compliance, U. S. Department of Labor. relan • . AD 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FEDERAL AID TOPICS PROJECT NO. T -3041 (214) FOR INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. 1475 ADDENDUM NO Add to Section C 7 -14 Standards May 10, 1973 to be painted New standards, mast arms, posts and other ferrous materials /shall not be galvanized. Delete Section C 7 -16 Painting and add the following Section. C 7 -16 Painti� Painting shall conform to the provisions in Section 86 -2.16 of the Standard Specifi- cations and these Special Provisions. All visible traffic signal equipment shall be painted white using the "Protective Coating System" referred to in these Special Provisions. Equipment to be painted white includes, but is not limited to: Standards, mast arms, back plates, outside of hoods, luminaire covers, controller cabinet and visible metal parts of internally illuminated street name signs. Equipment not to be painted white includes: Luminaire lenses, signal lenses, face of back plates and the inside of hoods. Excessive weld splatters or foreign material buildups shall be removed by power grinding. All ferrous metal surfaces to be painted shall be cleaned of all exist- ing paint, rust, dirt, oil,grease and foreign material by near white metal blast cleaning in conformance with the Surface Preparation Specifi- cations No. 10 (Near -White Blast Cleaning) as established by the Steel Structures Painting Council (SSPC- 10 -63). Spot reblast to remove any contamination; solvent- wiping is not satis- factory. All sand shall be removed from the surfaces by brush or industrial vacuum. Blasted surfaces shall be immediately coated with the first phase of "system paint" and not allowed to remain unprotected over- night. The preparation of non- ferrous metal surfaces shall be in accordance with the recommendations of the manufacturer of the "Protective Coating System" which is used. 0 0 AD2of2 "Protective Coating System" as referred to in these Special Provisions shall include the application of the various protective coating materials after surface preparation as described herein. The accept- able systems are shown on the following chart. After the Contractor has selected the manufacturer for a "Protective Coating System" he shall use the same manufacturer for all material coatings applied. The Contractor shall be responsible for insuring that he utilizes the paint manufacturer's recommended application equipment and that he complies with the manufacturer's recommended drying time between coats of material. Previously applied coatings shall be clean and free from salt air deposits prior to applying additional successive coatings. The Contractor shall use the manufacturer's recommended thinners and cleaners for each material used. Manufacturer's recommended pot life shall be adhered to. Date of manufacture shall be stamped on each material container. SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL oe,ka Don Webb Project Engineer May 18, 1973 S/ J. Harold Smith, Jr. Date Received Authorized Signature V F k E v V E a C L k F C 4 . .a P C C k _ v P li F Q r' Q Y O 4 '0 b b v Y 4 A m u Id a 0 C b O E T R v v 7 M1I r, v � E , m ' P m ,q E Y m 0 m T 1 u Y T ca M m �m y m F m m m m l w • "' lS 6 m y � C0 a o ' u to ° .h 4 Q � U m r� yaUa � 4 [i Y w " M � Q r Y H P. en 0 U °y°ti veUa V.3 �Ev� a 4 •Ea r mp,++ ��� ba�� 0 m GaNac .dam .aN v C „Ci p b p V H D m V U q U y v u m O. m jL y N Y C 0 x .4 0 0 aw 4 T m E 4 m J �iFkF o m a° m m 4 6 a oo v a r' Q Y O 4 '0 b b v Y 4 A m u Id a 0 C b O E T R v v 7 M1I r, v � E , m ' P m ,q E Y m 0 m °c u Y T G0 7 M m �m y m O ycy v C � u l w • r SECTION E CONTRACT DOCUMENTS FEW INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. 1475 FEDERAL AID TOPICS PROJECT NO. T -3041 (214) in and for the CITY OF NEWPORT BEACH CALIFORNIA Items to be executed after award of contract: Sheet No. E -2 & 3 Contract E -4 & 5 Labor and Materials Bond E -6 & 7 Performance Bond An insurance policy as specified in Section 1 -2. 06, Legal Relations and Responsibilities of the Special Provisions shall accompany contract. These contract documents are not to be filed with proposal E -1 �] CONTRACT 11 THIS AGREEMENT, made and entered into this-2-14%0 day of s7" Vv r , 19 i3 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Smith Electric Company 1. hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Installation of Traffic Signals and Highway Lighting at Newport Center Drive East - Santa Rosa Drive Intersection - Contract No. C -1475 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all- tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For funishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and 'hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments the-_of, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. E -2 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public`'dorks, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. 7. It is agreed the improvement contemplated in the performance of this contract is a TOPICS improvement over which the State of California shall exercise general supervision; and, the State of California therefore shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the Unite .states so requires. In such cases, the State Contract Act will govern. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and'year first above written. V ,. ATTEST: City Clerk , Approved as to fArm: sS t C it Attorney CITY OF N WPORT CAL RNIA By: SA sb� ay r Pit.* 'mot Contractor By: Title - • • Bond No. 270817 LABOR AND MATERIAL BOND WNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted has awarded to May 2.9, 1973 ,',Smith Electric Company hereinafter designated as the "Principal ", a contract for Installation of Traffic Signals and Highway Lighting at Newport Center Dr., East -Santa Rosa Dr. Intersection - CONTRACT NO.0 -1475 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents.on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We SMITH ELECTRIC COMPANY 10792 Knott Ave.. Stanton, Ca. 90680 as Principal, hereinafter designated as the Contractor and SUMMIT INSURANCE COMPANY OF NEW YORK as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWENTY FOUR THOUSAND EIGHT HUNDRED ONE AND NO /100 - Dollars ($.24,801.00 ) said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. F E -4 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety.;. for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 12th day of. rune 19-13 . SMITH ELECTRIC COMPANY (Seal 2L(Seal) (Seal) ontractor SUMMIT INSURANCE COMPANY OF NEW YORK (Seal) BY/ /ysw (Seal) Carl Minn, Attorney -•i -Fact (Seal) Ap d as to. orm: t; Ci"ty Attorney This bond was approved by the City Council of the City of Newport beach by motion on Attest: City Clerk E -5 SUM h,11T I "iSUCA.f; E G0;lii P,NY OF NEW YORK /o C. P. C1 nn K Co., Inc. E(:,d- Suite 400 Las Auee .s. Ca iio.nia 90010 - �� d r0 � \/ / \ \ I\ /\gJ \n )> / . §(�k, ]f $� %[»{ 22 §`ƒ /mm _ rj)j. 22 |f 2222 � m cm r e k }/ U?lIlii i hi 's-ui NCE C vlr'��1�i�1 CF I`l `;;t i �oR:� 1 ., - ; T POKIER OF- ATTORNEY KNO`N ALL MEN By THESE PRESENTS, That the SUMMIT INSURANCE COMPANY OF NEW YORK, a corporation of the State of New York, having its princlpai otticas in the City of Houston, Texas, does make, constitute and appoino CdfI Mann, Jou Sirafl Ce $1(1 Sail sgl its irue and 13wful Attorneylsl'in fact, to make, execute, sell and del: ear for and on its behalf, as surety, and as ita act and deerl, any and all bonds, undartakirgs and convects to suretyship, in behalf of: _ Smith E I ec_i r I C Company _ _ as prirci, n: Ina C_i ty of NEWRORT. BEACH_ a; Obrgex prp Vided that no bpnrl or t3kimj Ur contract of suretyship executed under this authority shall exealed the amount of : not to exceed S250_000= This Power of Attorney is granted and is signed and sealed by fa_sirnile under and by the following Resolution adopted by the Board of Directors of SUiS1MIT INSURANCE COMPANY OF NEW YORK at a meeting duly called and held or the Bill day of August, 1972: °RcSOLVED, all bonds of the corporation shall be executed in the corporate naive of the company by the President or Vice president, or by such other officers a; the R..vd of Directors may authorize. The president or ony vita I, ...maid, secretary or any assistant secretary may appoint attoroays in fact or agents vjho shall have authority to issue bonds in the name of the company. The corporate_ seal is not necessary for the validity of any bonds of the corporation." IN WITi.ESS WHEREOF, the SUMMIT INSURANCE COMPANY OF NEW YORK has caused these presents to he signed by its pfiico, undersigned and its car porare seal to be hereto affixed duly attested by its secretary this 12th day of September, 1972. SUMMIT INSURANCE COMPANY OF NEW YORK Attest: l t�7>(7 /�1A �' �. I, /v�+Y�pA'•�.. sv �J` ^t Secretary — P, sident STATE OF TF_XAS I I tv COUNTY OF HARRIS 1 On the 12th day of September, 1972, before me personally came Kenneth F. Cooke, to me known, who being by me duly sworn, did depose and say: that he resides in rite County of Harris, State of - faxes; that he is the President of SUMMIT INSURANCE COMPANY OF NEW YORK, the corporation described and which executed the above instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corpora:. seal; that it was so affixed by order of the Board of Directors of said corporation Intl that he signed his name thereto by like order. l _•I Notary Public BARBARA ANN ETTE BYRD Notary Public in and for Harris County, Texas STATE OF TEXAS ) My Commission Expires June 1, 1978 I s:: CERTIFICATE COUNTY OF HARRIS 1 I, the undersigned, duly elected a the office s: at d below, now the mcum[ rent in SUMMIT INSURANCE CCt,iPANY OF HE" YORK, a New York Corporation, authorized to make this c.ortificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and hasnot been revoked; and furthermore, that :he Resolution of the Board of Directors, set forth in the Power of Attorney is now in tome. S gn ^d and sealed at the City of Houston, Texas. Dated the 12th Jay of Septemher, 1972. C�. •,� ;'t Secretary ' PERFORiMANCE BOND Bond No. 270817 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adapted May 29, 1973 has awarded to 'Smith Electric Company hereinafter designated as the "Principal ", a contract for Installation of Traffic Signals and Highway Lighting at Newport Center Dr., East -Santa Rosa Dr., Intersection - CONTRACT NO.0 -1475 in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach, WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the.faithful performance of said contract; NOW, THEREFORE, We, SMITH ELECTRIC COMPANY 10792 Knott Avenue,_ Stanton, California 90680 as Principal, hereinafter designated as the "Contractor ", and SUMMIT INSURANCE COMPANY OF NEW YORK as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FORTY NINE THOUSAND SIX HUNDRED TWO AND NO /100 - - - Dollars ($ 49,602,00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the convenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. E -6 r, If i (Per`ormance 'Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the worm to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time; alteration or addition to the terms of the contract or to the 'work or to' the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of,any such principal shall not exonerate the surety from its obligations under this bond. I14 WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 12th day of ,tune 197_. Approved as to form: N; f_ Ci ty Attorney (Seal) Contractor SUMMIT INSURANCE COMPANY OF NEW YORK (Seal) BY (Seal) Carl Mann, Attorney-in-Fact E -7 (Seal) Surety SUMMIT INSURAi10E CC'( ?(,.'1'( C. iJE',l YORK 3960 VMshire Bivd., Suite 430 Los Angeles, California 901 !0 9 Ank ; j \ \n §_;!Ey —� )> \ . § \eee 3` (� � \ ■} » \2!\f \ r) J)E;§ \y (320 } / c -, co > \ \( [ C) k SD SUMMIT INSURWCE COMPANY OF NEI*YOR K POWER OF ATTORNEY 250 t 7-817 KNOW ALL MEN BY THESE PRESENTS, That the SUMMIT INSURANCE COMPANY OF NEW YORK, a corporation of the State of New York, having its principal offices in the City of Houston, Texas, does make, constitute and appoint: Carl Malin, Joe Stran Ce, Sid Samson its true and lawful Attorney(s) in -fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts to suretyship, in behalf of: Smith t I Electric Company as Principal and Ci ty of NEWRORT. BEACH as Obligee provided that no bond or under. taking or contract of suretyship executed under this authority shall exceed the amount of : not to exceed = 52550,000= This Power of Attorney is granted and is signed and sealed by facsimile under and by the following Resolution adopted by the Board of Directors of SUMMIT INSURANCE COMPANY OF NEW YORK at a meeting duly called and held on the 8th day of August, 1972: "RESOLVED, all bonds of the corporation shall be executed in the corporate name of the company by the President or Vice president, or by such other officers as the Board of Directors may authorize. The president or any vice president, secretary or any assistant secretary may appoint attorneys- in fact or agents who shall have authority to issue bonds in the name of the company. The corporate seal is not necessary for the validity of any bonds of the corporation." IN WITNESS WHEREOF, the SUMMIT INSURANCE COMPANY OF NEW YORK has caused these presents to be signed by its officer undersigned and its cor porate seal to be hereto affixed duly attested by its secretary this 12th day of September, 1972. SUMMIT INSURANCE COMPANY OF NEW YORK `SEAL Attest:(. ZZ %>QAV.Yf'1 1 �.� /aJ�./I "1(4'..1 By A' Secretary Pr ident STATE OF TEXAS 1 ss: COUNTY OF HARRIS 1 On the 12th day of September, 1972, before me personally came Kenneth F. Cooke, to me known, who being by me duly sworn, did depose and say', that he resides In the County of Harris, State of Texas; that he is the President of SUMMIT INSURANCE COMPANY OF NEW YORK, the corporation described and which executed the above instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corporate seal; that it was so affixed by order Of the Board of Directors of said corporation and that he signed his name thereto by like order, �(• 3 + "! Notary Public BARBARA ANN ETTE \p Notary Public in and for Harris County, Texas 1, 19 STATE OF TEXAS 1 My Commission Expires June 1, 1973 ( ss` CERTIFICATE COUNTY OF HARRIS ) I, the undersigned, duly elected to the office stated below, now the incumbent in SUMMIT INSURANCE COMPANY OF NEW YORK, a New York Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Houston, Texas. Dated the 12ib day of September, 1972. "ySEAE" Chcioq,, 7�-. ��.al�.rin. ;!a Secretary \. • CITY CLERK CAE PO�i;. CITY OF NEWPORT BEACH CONTRACT NO. 1475 NOTICE TO CONTRACTORS SPECIAL PROVISIONS PROPOSAL AND CONTRACT FEDERAL AID TOPICS PROJECT NO. T- 3041 -( 214 FOR INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION I hereby certify these specifications were prepared under my supervision. SUBMITTED BY: je2' c a)41't'z - A sistan Public Works Director 4Px2« l- 1973 Date For use in connection with Standard Specifications of the State of California dated January, 1973. 0 0 TABLE OF CONTENTS Section Page A NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . A -1 B SPECIAL PROVISIONS . . . . . . . . . . . . . . . . . . . . . B 1. SPECIFICATIONS AND PLANS . . . . . . . . . . . . . . . . B -1 1 -1 General . . . . . . . . . . . B -1 1 -2 Modifications to the State of California, Department of Public Works, Division of Highways Standard Specifications . . . . . . . . . B -1 1 -2.01 Definitions . . . . . . . . . B -1 1 -2.02 Bid Proposal and Competency of Bidders . . . . B -1 1 -2.03 Award and Execution of Contract . . . . . . . . . . B -2 1 -2.04 Control of Work . . . . . . . . . . . . . . . . B -3 1 -2.05 Control of Materials . . . . . . . . . . . B -4 1 -2.06 Legal Relations and Responsibility . . . . . . . . B -4 1 -2.07 Prosecution and Progress . . . . . . . . . . . . . B -8 1 -2.08 Measurement and Payment . . . . . . . . . . . . . . B -11 2. BEGINNING AND COMPLETION OF THE WORK . . . . . . . . . . . B -12 3. PERMITS AND LICENSES . . . . . . . . . . . . . . . . . . . B -12 4. WARRANTIES . . . . . . . . . . . . . . . . . . . . . . . . B -13 5. FAIR EMPLOYMENT PRACTICE COMMISSION CERTIFICATION . . . . B -13 6. FEDERAL WAGES AND REQUIREMENTS . . . . . . . . . . . . . FR -1 6 -1 Federal Requirements . . . . . . . . . . . . . . . FR -1 to 11 6 -2 Federal Minimum Wages . . . . . . . . . . . . . . . MW -1 to 10 7. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . B -14 8. PROJECT APPEARANCE . . . . . . . . . . . . . . . . . . . . B -14 C CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . C 1. GENERAL . . . . . . . . . . . . . . . . . . . . . . . . . C -1 2. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . C -1 3. PAVEMENT REMOVAL . . . . . . . . . . . . . . . . . . . . . C -1 4. ASPHALTIC CONCRETE . . . . . . . . . . . . . . . . . . . . C -1 5. PORTLAND CEMENT CONCRETE . . . . . . . . . . . . . . . . . C -2 6. LANDSCAPE PROTECTION AND RESTORATION . . . . . . . . . . . C -2 0 Table of Contents - .(Cont'd.) Section 0 Page 7. TRAFFIC SIGNALS AND HIGHWAY LIGHTING . . . . . . . . . . . . C -2 7 -1 Equipment List and Drawings . . . . . . C -2 7 -2 Maintaining Existing and Temporary Electrical Systems . . . . . . . . . . . . . . . . . . . . . . . C -3 7 -3 Conduit . . . . . . . . . . . . . . . . . . C -3 7 -4 Conductors and Wiring . . . . . . . . . . . . . . . . C -3 7 -5 Bonding and Grounding . . . . . . . . . . . C -5 7 -6 Solid -State Traffic Actuated Controller . . . C -5 7 -7 Solid -State Traffic Actuated Controller Cabinet . . . C -7 7 -8 Detectors . . . . . . . . . . . . . . . . . . C -8 7 -9 Pedestrian Signals . . . . . . . . . . . . . . . . . C -12 7 -10 Mercury Vapor Luminaires . . . . . . . . . . . . . . . C -13 7 -11 Field Test . . . . . . . . . . . . . . . . . . . . . . C -13 7 -12 Foundations . . . . . . . . . . . . . . . . . . . . . C -13 7 -13 As -Built Print . . . . . . . . . . . . . . . . . . . C -15 7 -14 Standards . . . . . . . . . . . . . . . . . . C -15 7 -15 Removing and Replacing Improvements . . . . . . . . . C -15 7 -16 Painting . . . . . . . . . . C -16 7 -17 Internally Illuminated Street Name Signs . . . . . . . C -17 8. STATE OF CALIFORNIA STANDARD PLANS LIST . . . . . . . . . . . C -23 D PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . D -1 BIDDING SHEET . . . ... . . . . . . . . . . . . . . D -2 SIGNATURE SHEET AND AFFIDAVIT . . . . . . . . . . . . . . . . D -4 BIDDER'S BOND . . . . . . . . . . . . . . . . . . . . . D -5 DESIGNATION OF SUB - CONTRACTORS . . . . . . . . . . . . . . . D -6 NON- COLLUSION AFFIDAVIT . . . D -7 ............. . CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS . . . . . . . . . . D -8 E CONTRACT DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . E -1 CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . E -2 LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . E -4 PERFORMANCE BOND . . . . . . . . . . . . . . . . . . . . . . E -6 0 0 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 11:00 A.M. on the 18 day of May , 19 73 , at which time they will be opened and read, for performing work as follows: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. 1475 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable- to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The proposal documents that must be completed, executed, and returned in the sealed bid are: Sheet No. D -1 Title Sheet D -2 & 3 Bidding Sheet D -4 Signature Sheet and Affidavit D -5 Bidder's Bond D -6 Designation of Subcontractors D -7 Non- Collusion Affidavit D -8 Certification with regard to Performance of Previous Contracts or Subcontracts subject to the Equal Opportunity Clause and the filing of Required Reports. These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from contractors unless they have been prequalified in accordance with Section 2 -1. 11 "Competency of Bidders" and Section 7 -1.01E "Contractor's Licensing Laws, " of the State of California, Standard Specifications. Forms to be filed are available from the City of Newport Beach, Public Works Department. The City shall not furnish proposal forms for bidding purposes to any person who is required to submit and has not submitted a questionnaire and financial statement for prequalification to the State of California at least FIVE working days prior to the date fixed for publicly opening sealed bids and been prequalified by the State of California for at least ONE day prior to that date. Plans and Contract Documents, including Special Provisions and Proposal may be obtained at the Public Works Department, City Hall, Newport Beach California. It is requested that the Plans and Contract Documents be returned within weeks after the bid opening. A -1 1 City of Newport Beach, Wifornia • Notice Inviting Bids The City of Newport Beach hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The City reserves the right to reject any and all bids and to waive any informality in such bids. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq. ), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classifications, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 7423 adopted May 17, 1971. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The rate of compensation for any classification not listed in the schedule, but which may be required to execute the proposed contract, shall be commensurate and in accord with the specified rates for similar or comparable classifications or for those performing similar or comparable duties. This project will be partially financed with Federal funds under the TOPICS program. If there is a difference between the minimum Federal, State, or City wage rates for similar classifications of labor, the contractor and his subcontractors shall pay not less than the highest wage rate. The improvement contemplated in the performance of this contract is a TOPICS improve- ment over which the State of California shall exercise general supervision; and, the State of California therefore shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States so requires. In such cases, the State Contract Act will govern. SPECIAL INSTRUCTIONS TO BIDDERS; Bidders must satisfy themselves by personal examination of location of the proposed work and by such other means as they may prefer as to the actual conditions and requirements of the work, and shall not at any time after submission of the bid dispute, complain, or assert that there was any misunderstanding in regard to the nature or amount of work to be done. Approved by the City Council of the City of Newport Beach, State of California on this 23rd day of April , 197 3. Laura Lagios, City Clerk A -2 E SECTION B SPECIAL PROVISIONS FOR 0 INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. 1475 FEDERAL AID TOPICS PROJECT NO. T -3041 (214) CITY OF NEWPORT BEACH CALIFORNIA (These Provisions are not to be filed with the Proposal) 19 0 L SECTION 1 SPECIFICATIONS AND PLANS SECTION 1 -1, GENERAL The work to be done under this contract consists of constructing a traffic signal system at Newport Center Drive East - Santa Rosa Drive intersection. The contract requires completion in accordance with these Special Provisions, Sections 1 through 10 and other applicable portions of the State of California, Department of Public Works, Standard Specifications, dated January 1973, and the Plans (Drawing Number T- 5064 -5, Sheets 1 and 2). In case of conflict between the Standard Specifications and these Special Provisions, the precedence shall be; first these Special Provisions, and then the State Standard Specifications. SECTION 1 -2. MODIFICATIONS TO THE STATE OF CALIFORNIA, DEPART- MENT OF PUBLIC WORKS, DIVISION OF HIGHWAYS STANDARD SPECIFICATIONS 1 -2.01 DEFINITIONS In addition or amendatory to those shown in the State of California, Department of Public Works, Division of Highways Standard Specifications, the following shall prevail: Agency shall mean the City of Newport Beach. Board shall mean the City Council of the City of Newport Beach. Department of Public Works or "Department" shall mean the Public Works Department of the City of Newport Beach. Director of Public Works or "Director" shall mean the Public Works Director of the City of Newport Beach. Division of Highways or "Division" shall mean Department of Public Works of the City of Newport Beach. Engineer shall mean the City Engineer of the City of Newport Beach. Engineer's Estimate shall mean the list of estimated quantities of work to be performed as contained in the "Proposal ". State shall mean the City of Newport Beach. 1 -2. 02 BID PROPOSAL AND COMPETENCY OF BIDDERS Section 2 -1.05 Proposal Forms: This section is superseded by the following: Proposals shall be submitted to the City of Newport Beach on forms prepared and furnished for the purpose, which may be obtained at Ems] 1 -2:02 BID PROPOSAL ANDOMPETENCY OF BIDDERS (Cont.) • Public Works Department, City Hall, 3300 Newport Boulevard, Newport Beach, California. When presented they must be completely made out in the manner and form indicated therein, showing the proposed prices clearly and legibly, and must be properly signed by bidder. Proposals presented otherwise may not be considered. Section 2 -1.11 Competency of Bidders: This section is supplemented by the following: The State of California Contractor's Statement of Experience and Financial Condition forms will be available at City of Newport Beach, Public Works Department. Contractors must be prequalified by the State of California, Public Works Department for Traffic Signal and Lighting Work. The City shall not furnish proposal forms for bidding purposes to any person who is required to submit and has not submitted a questionnaire and financial statement for prequalification to the State of California at least FIVE working days prior to the date fixed for publicly.opening sealed bids and been prequalified by the State of California for at least ONE day prior to that date. 1 -2.03 AWARD AND EXECUTION OF CONTRACT Section•3 -1.01 Award of Contract: This section is superseded by the following: After the proposals for the contemplated work have been opened and read as provided herein, the.respective totals thereof, determined by applying the unit prices bid to the estimated quantities shown, will be extended and compared; and the results will thereupon be made public. The award of the contract, if it be awarded, will be made to the lowest responsible and qualified bidder whose proposal complies with all the prescribed requirements, but until an award is made the right will be reserved to reject any or all bids, and to waive technical errors or discrepancies, if to do so is deemed to best serve the interests of the Agency. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the bidder to whom it is proposed to make such award. Section 3 -1.02 Contract Bonds: This section is superseded by the following: Before execution of the contract by the Board, the contractor shall file with the Board surety bonds satisfactory to the Board in the amounts and for the purposes noted below. Bonds shall be duly executed by a responsible corporate Surety, acceptable to the Board, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The contractor shall pay all bond:premiums, costs, and incidentals. Each bond shall be signed by both the contract6 r and Surety, and the signatures notarized. B -2 1 -2.d3 AWARD AND EXECUTION OF CONTRACT (Cont.) The contractor shall provide two good and sufficient surety bonds. The "Material and Labor Bond" shall be for not less than 50% of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by him on the work. The bond shall be maintained by the contractor in full force and effect until the work is completed, and accepted by the Agency, and until all claims for materials and labor are paid, and shall otherwise comply with Chapter 3, Article:5, Title 1 of the Government Code. The "Faithful Performance Bond" shall be for 100% of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the Agency, and that all materials and workmanship will be free from original or developed defects. Should any bond become insufficient, the contractor shall renew the bond within 10 days after receiving notice from the Board. Should any Surety at any time be unsatisfactory to the Board, notice will be: given the contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. •Changes in the work, or extensions of time, made pursuant to the contract, shall in no way release the contractor or Surety from their obligations.. Notice of such changes or extensions shall be waived by the Surety. Section 3 -1.03 Execution of Contract:. This section is superseded by the following: The contract shall be signed by the successful bidder and returned, together with the contract bonds, within 10 days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract by the City. The date of the contract shall be the date that the contract is executed by the City. Section 3 -1.04 Failure to Execute Contract: Delete 8 days and substitute 10 days. Section 3 -1.05 Return of Proposal Guaranties: Delete from this section the words "within 10 days 1 -2.04 CONTROL OF WORK Section 5 -1.04 Coordination and Interpretation of Plans and Specifications: Wherever these Standard Specifications or these Specifications appear it shall mean the Standard Specifications described in Section 1 -1 of these Special Provisions. Section'5 -1.07 Lines and Grades: This section is superseded by the following: a 1 -2.04 CONTROL OF WORK (Let.) E Field surveys for control of construction shall be the responsibility of the contractor. All such surveys including construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items . of work and no additional allowance will be made therefor. 1 -2.05 CONTROL OF MATERIALS Section 6 -1.08 Foreign Materials: Wherever the word California appears in this Section it shall be understood to mean County of Orange or Counties adjacent thereto. Section 6 -2.01 General: Paragraphs 6 and 7 of this Section shall be super- seded by the following: The Orange County Road Department will provide all —Inspection and testing laboratory services within 35 miles of the geographical limits of the laboratory.. The contractor shall notify the Engineer, in writing at least 15 days in advance, of his intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shalt name the proposed supplier and source of material. Before incorporation in the work, the contractor shall submit samples of materials, as the Engineer may require, at no cost to the City. The contractor, at his own expense, shall.deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing and a reasonable amount of retesting shall be performed under the direction of the Engineer, and at no expense to the contractor. If the contractor is to provide and pay for testing, the Special Provisions will so state. Section 6 -3.01 General: The first sentence of this Section shall be super- seded by the following: Unless otherwise specified, all tests shall be performed in accordance with the methods used by the Division of Highways, ASTM or AASHO. 1 -2.06 LEGAL RELATIONS AND RESPONSIBILITY Section 7 -1.01 I Vehicle Code: HIGHWAY CONSTRUCTION EQUIPMENT. -- Attention is directed to Sections 7 -1.01 I, "Vehicle Code," and 7 -1.02, "Weight Limitations," of the Standard Specifications and these special provisions. Pursuant to the authority contained in Section 591 of the Vehicle Code, the Department has determined that, within such areas as are within the limits of the project and are open to public traffic, the contractor shall comply with all the requirements set forth in Divisions 11, 12, 13, 14 and 15 of the Vehicle Code. Attention B -4 12.06 'LEGAL RELATIONS AND RESPONSIBILITY (Cont.) is directed to the statement in Section 591 that this section shall not relieve him or any person from the duty of exercising due care. The contractor shall take all necessary precautions for safe operation of his equipment and-the protection of the public from injury and damage from such equipment. Section 7 -1.08 Public.Convenience: The appropriate portions of paragraphs in this section are superseded by the following:, 5-5 n 1 -2•:06 LEGAL RELATIONS AND RESPONSIBILITY (Cont.) The cost of the following items shall not be considered extra work and their costs shall be included in the prices bid for the various items of work: 1. Paragraph 8 - Furnishing, installing and removing sign covers. 2. Paragraph 13 - Grading and preparing surface of roadbed for use of public traffic prior to commencing subgrade operations. 3. Paragraph 14 - Any shaping of shoulders or reshaping of subgrade necessary for the accommodation of public traffic thereon during subgrade preparation and paving operations. 4. Paragraph 15 - Furnishing pilot car and driver and flagmen. 5. Paragraph 16— Furnishing and installing signs, lights, flares, barricades, and other facilities as required by the Engineer. 6. Paragraph 20 - The contractor shall furnish and erect within or adjacent to the limits of the contract, such warning, regulatory, and guide signs as may be required by the Engineer. Section 7 -1.092 Lane closures: Paragraph 2 is superseded by the following: The taper length for each lane closure shall meet the requirements of the City Traffic Engineer. Section,7 -1.095 Flagging Costs: The first paragraph of this section shall be superseded by the following: The cost of furnishing all flagmen and guards under provisions of sections 7 -1.08 "Public Convenience ", and 7 -1.09 "Public Safety" shall be borne by the contractor. Section 7 -1.12 Responsibility for Damage: This section is supplemented and amended by the following: Insurance The contractor shall furnish the Agency with, and thereafter maintain in full force and effect until the work is accepted by the Agency, a policy or certificate of liability insurance, in which the Agency is the named insured or is named as an additional insured with the contractor, covering all operations of the contractor, including, performance of any additional or extra work, work during any extension of the contract time, as well as work within any extension of the project limits, whether liability is attributable to the contractor or the Agency. The policy shall specifically insure the Agency, its officers and employees while acting within the scope of their duties, against all claims arising out of or in connection with the work to be performed. Said policy shall not be canceled until after thirty days written notice of same has been mailed by registered or certified mail to the Agency. Uri 14.06 LEGAL RELATIONS AND RESPONSIBILITY (Cont.) Should the policy expire or be canceled during the contract time, contractor shall, within ten (10) days prior to the effective expiration or cancellation date, furnish the Agency with evidence of the renewal or replacement of the policy. Should such evidence not be filed as herein required, the Agency may suspend all contract work until the required insurance coverage has been obtained. Said suspension shall not be a cause for a?time extension to the contract time. The policy shall provide the following minimum limits: Bodily Injury . . . . . . Property Damage . . . . $250,000 each person $500,000 each accident $500,000 aggregate products $100,000 each accident $500,000 aggregate operations $500,000 aggregate protective $500,000 aggregate products $500,000 aggregate contractual The cost of complying with these provisions shali.be absorbed in the contractor's bid. Section 7 -1.15 Relief from Maintenance and Responsibility: This section is supplemented and amended by the following: Action by the Agency to take over and utilize any part of the project and relieve the contractor of maintenance and responsibility shall become effective.only upon issuance of a written notice, signed by the Engineer, setting forth a description of the completed improve- ments to be taken over, the effective date, location and limits thereof. In addition or amendatory to Section 7, the following shall prevail: ` SOUND CONTROL REQUIREMENTS- -The contractor shall comply with all local sound control and noise level rules, regulations and ordinances which apply to any work performed pursuant to the contract. Each internal combustion engine, used for any purpose on the job or related to the job, shall be equipped with a muffler of a type'' recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. The noise level from the contractor's operations, between the hours of 9:00 p.m. and 6:00 a.m., shall not exceed 86 dBA at a distance of 50 feet. This requirement in no way relieves the contractor . from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel, W T- 2.06' LEGAL RELATIONS AND RESPONSIBILITY (Cont.) Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 1 -2.07 PROSECUTION AND PROGRESS Section &,,1.01 Subcontracting: The fourth paragraph of this section shall be superseded by the following: Unless otherwise provided in Section 4100.5 of the Government Code, each bidder shall file with his bid the name and business address of each subcontractor who will perform more than one -half of one percent of the work. Only one subcontractor shall be listed for each portion of the work, which portion shall be defined in the bid. In each instance, the nature and extent of the work to be sublet shall be described. The failure of the contractor to specify a subcontractor, or the listing of more than one subcontractor for the same portion of the work, constitutes an agreement by the contractor that he is fully qualified to perform that portion himself, and that he shall perform that portion himself. The contractor must have the written consent of the Board to substitute a subcontractor other than that designated in the original bid, to permit any subcontract to be assigned or transferred, or to allow a subcontract to be performed by other than the original, subcontractor. Subcontracting of work for which no subcontractor was designated in the original bid, and which is more than one -half of one percent of the work, will be allowed only with the written consent of the Board. Violation of any of the above provisions will be considered a violation of the contract, and the Agency may: cancel the contract, assess the contractor a penalty of not more than 10 percent of the . subcontract involved, or cancel the contract and assess the penalty. Section 8 -1.04 Progress Schedule: Delete the following words from the first paragraph: "when required by the special provisions," Section 8 -1.06 Time of Completion: This section is supplemented and amended by the following: Non- working Days: Conditions which could result in non - working days as determined by the Engineer: 1. Inclement weather or conditions resulting immediately therefrom. 2. Installation, relocation and /or alteration of public and /or private utilities by others. 30 1.2.07 .PROSECUT.ION AND PROGRESS (Cont.) Other delays as defined in Section 8 -1.07 of the Standard Specifications. When required to do so by the Engineer, the contractor shall submit a written notice requesting a determination by the Engineer that any such delay has in fact occurred. Such notice shall be submitted within five (5) days of the alleged inception of such delay. Section 8 -1.07 Liquidated Damages: This section is supplemented and amended by the following: Delete reference to "working days" and substitute "calendar days ". The contractor shall pay to the City of Newport Beach, the sum of $50. per day, for each and every calendar day's delay in finishing the work in excess of the number of calendar days prescribed in Section.6 -2 Beginning and Completion of Work. Extension of Time for Additional Work; In addition to Section 8 -1.07 of the Standard Specifications, the Board reserves the right, up until the time of acceptance of the project, to extend the contract time and to order the contractor to perform additional or extra work and to furnish the necessary materials and labor therefor, as provided for in the Standard Specifications. Should there be insufficient time to grant such extension prior to expiration of the contract time limit, the Board may, at the time of acceptance of the work or prior thereto, extend the contract time for completion and authorize the additional or extra work. Section 8 -1.09 Right of Way Delays: Delete entire section. Section 8 -1.10 Utility and Non - Highway facilities: This section is super- seded by the following: Location: Pipelines, conduits and other utility facilities may be buried _ within the limits of the work or adjacent thereto and may or may not be shown or indicated on the plans. The Newport Beach City Engineer possesses records of certain utility facilities located within public rights -of -way. These records are available for inspect- ion by the contractor at the Engineer's office. In making these records available neither the City of Newport Beach nor any other Agency warrants or guarantees the accuracy or completeness of the information contained therein and does not represent that the facilities shown on said records actually exist at the locations shown or elsewhere or that the contractor may not encounter facilities not identified in said records. The contractor shall be responsible for searching all utility records and determining the true location and depth of all utility facilities. Protection: Precaution shall be exercised to preserve and protect all utility facilities and equipment from injury or damage during construction. If any utility facility is disturbed, disconnected, or damaged by R_ % 1 -2.07 PROSECUTION AND PROGRESS (Cont.) the contractor he shall immediately notify the Engineer and the utility owner and the contractor shall bear the costs of protection, repair or replacement thereof. Relocation and Other Work: The Agency will attempt to notify utility owners _known to have facilities within the limits of the work to enable the owners to relocate, replace, repair, or install new facilities prior to start of construction. The contractor, however, shall advise the Engineer o 1r any utility work which has not been performed and which consequently interferes with or impairs the work. When determined by the Engineer that a utility owner is responsible for correcting a condition, the Engineer will notify the owner to perform the necessary work. If the-owner fails to do such work, the Engineer may order the work done by the contractor under "Extra Work". The Agency shall not be involved in any arrangement for the temporary or permanent utility work performed only for the convenience of the contractor. The contractor shall bear the cost of all such work and make all arrangements therefor with the utility owner. Cooperation: The contractor shall cooperate with the utility owners and allow them to enter the construction area and perform required utility work. Delays: Delays caused by utility work may occur before the start of con - struction or during construction. The Engineer will record all delays and determine their effect on the project as a whole and make appropriate adjustments. The contractor shall not be entitled . to any additional payment for such delays. Provisions have been made with the known utility companies for removal and /or relocation of their facilities. Furthermore, the contractor will not be assessed liquidated.damages for delay in completion of the project, when such delay is caused by the failing of the awarding agency or owner of the utility to provide for removal or relocation of the existing utility facilities. Removal: Unless otherwise specified or directed by the Engineer, the con- tractor shall remove all portions of interfering utilities which are abandoned. Prior to removal, the contractor shall verify with the utility owner that abandonment is complete. The removal and disposal shall be considered as included in the price bid for each item of work. 1 -2•.07 • PROSECUTION AND PROGRESS (Cont.) i Liquidated Damages: i The contractor will not be assessed liquidated damages for delay in completion of the project, when such delay is caused by failure of the awarding agency or owner of the utility to provide for removal or relocation of the existing utility facilities. 112.08 MEASUREMENT AND PAYMENT f Section 9 -1.03 A(lb) Labor Surcharge: Those portions of this section related to labor surcharge percentage will be superseded by the following: The labor surcharge percentage to be applied to the actual wages paid as provided in Section 9 -1.03 A(lb), "Labor Surcharge," of the Standard Specifications will be 16 percent for all work, except that for the following types of work said labor surcharge will be as shown below. Type of work Performed Labor Surcharge Percent Cleaning and painting metal bridge . . . . . . . . : 27° - Concrete construction- bridge . . . . . . . . . . . .. 19 �. Erection of structural metal for metal bridge, excluding sign bridge 27 t, Piledriving, not including cast-in-drilled- hole piles . . . . . . . . . . . . . . . . �G Section 9 -1.045 Determination of Rights: Delete entire section. Section 9 -1.06 Partial Payment: In paragraph 3, delete all references which would allow reduction of the 10% retention. Section 9 -1.065 Payment of Withheld Funds: Delete entire section. Section 9 -1.07 B Final Payment: Replace the entire section with the following: The final Engineer's estimate of quantities for payment to the contractor will include completed contract item quantities of work, extra work and any other basis for payment, less all retentions and deductions made or to be made under the provisions of the contract. Al prior estimates and payments shall be subject to correction in the final estimate. A final progress payment based on said final estimate will be processed for payment to the contractor prior to acceptance of the work by the Board. At the expiration of 35 days from the date of acceptance of the work by the Board, the amount deducted from the final estimate and retained by the Agency will be paid to the contractor except such amounts as are required by law or as are authorized by the contract to be further retained. If within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to contractor's failure to pay for labor or materials used in the work, all money due for such labor or materials will be withheld from payment to the contractor in accordance with applicable laws. 13_i1 1 -2. 08 MEASUREMENT JJD PAYMENT (Cont.) • Section 9 -1. 08 Adjustment of Overhead Costs: Delete entire section. In addition or amendatory to Section 9, the following shall prevail: The contractor shall submit to the Engineer a detailed schedule of those lump stun bid items for which he wishes to receive progress payniont.s. SECTION 2 BEGINNING AND COMPLETION OF THE WORK The contractor shall begin work within fifteen (15) calendar days after execution of the contract and shall complete all portions of the work within one hundred twenty (120) calendar days after execution of the contract by the City. Testing of traffic signal equipment, including controller units, fully wired cabinets and auxiliary equipment as specified in Section 86 -3. 01, "Controllers, " of the Standard Specifications will be performed by the State. The contractor shall allow 21 days for State testing from the time the cabinet is delivered to the state test site until notification of the final results. In thq event traffic signal equipment submitted for testing does not comply with specifications, the contractor shall remove said equipment for repair within 5 working days after notification that the equipment is rejected. In the event the equipment is not removed within said period, it may be shipped to the contractor at his expense, The period of time between notification of the contractor of equipment noncompliance until the corrected equipment is returned to the test site and the required retesting period shall not be considered part of the 21 days testing period. All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the contractor. Deductions to cover the cost of such testing will be made from any moneys due or which may become due the contractor under this contract. Contractor shall notify City Engineer's office, Newport Beach (714) 673 -2110 at Least Z4 hours prior to starting actual work on the project._._ SECTION 3 PERMITS AND LICENSES Reference is made to Section 7 -1.04, "Permits and Licenses," of the Standard Specifications and these special provisions. The Environmental Quality Act of 1970 (Chap. 1433, Stats. 1970), as amended by Chapter 1154, Stats, 1972, may be applicable to permits, licenses and other authorizations which the Contractor must obtain from local agencies in connection with performing the work of the con- tract. The Contractor shall comply with the provisions of said statutes in obtaining such permits, licenses and other authorizations and they shall be obtained in sufficient time to prevent delays to the work. B -12 0 0 SECTION 3 PERMITS AND LICENSES (Cont'd.) Environ- mental Impact Statements - Negative Declarations have been prepared for each location and approved by the necessary agencies. SECTION 4 WARRANTIES The contractor shall furnish City with manufacturers' warranties or guarantees on all electrical and mechanical equipment. These shall be consistent with those customarily provided in the trade. The contractor shall warranty or guarantee the satisfactory in- service operation of the mechanical and electrical equipment and related components for a period of six (6) months after the acceptance of the work by the City Council. SECTION 5 FAIR EMPLOYMENT PRACTICE COMMISSION CERTIFICATION The Contractor's attention is directed to the requirement in Section 1431 of the Labor Code and Sections 300 and 317 through 323 of Title 8 of the California Administrative Code that the Contractor shall submit his Equal Employment Opportunity Program and certification fee to the Fair Employment Practice Commission, in the event that the bid price for the contract exceeds $200,000. 6 -13 • • n p N•'r .a �iti. !m 1 7 -10 -72 SECTION 6. FEDERAL REQUIREMENTS FOR FEDERAL AID CONSTRUCTION PROJECTS 6 -1.01 GENERAL.- -The work herein proposed will be financed in whole or in part with Federal funds, and therefore all of the statutes, rules and regulations promulgated by the Federal Government and applicable to work financed in whole or in part with Federal funds will apply to such work. The "Required Contract Provisions, All Federal -Aid Construction Contracts," Form PR -1273, are included in this Section 6. whenever in said required contract provisions references are made to the "State Highway Department Contracting Officer," "State Highway Department Resident Engineer," or "Authorized representatives of the State Highway Department," such references shall be construed to mean "Engineer" as defined in Section 1 -1.16 of the Standard Specifications. 6 -1.02 PERFORMANCE OF PREVIOUS CONTRACTS. - -In addition to the provi- sions in Section II, "Equal Opportunity," and Section VII, "Subletting or Assigning the Contract," of the required contract provisions, the Con- tractor shall comply with the following: The bidder shall execute the CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located on the page immediately following the signature page of the proposal. No request for subletting or assigning any portion of the contract in excess of $10,000 will be considered under the provisions of Section VII of the required contract provisions unless such request is accompanied by the CERTIFICATION referred to above, executed by the proposed subcontractor. 6 -1.03 NON - COLLUSION PROVISION. - -.The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary projects. Title 23, United States Code, Section 112, requires as a condition precedent to approval by the Director of Public Roads of the contract for this work that the Contractor file a sworn statement executed by, or on behalf of, 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 any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. This sworn statement shall be in the form of an affidavit executed and sworn to by the successful bidder before such persons as are authorized _ by the laws of the State to administer oaths. The original of such sworn statement shall be filed with the Division of Highways prior to the award of this contract. .Immediately upon the detemination of the successful bidder, copies of the affidavit as required by the above paragraph and in the form illustrated herein on the second page following the signature page of the proposal, will be mailed to said successful bidder, who shall execute and acknowledge said affidavit in duplicate and return both to this office as promptly an possible. 6 -1.04 NONSEGREGATED FACILITIES.-- FEDERAL AID PROPOSAL NOTICE NOTICE TO PROSPECTIVE FEDERAL -AID CONSTRUCTION CONTRACTORS (a) A Certification of Nonsegregated facilities, as required by the May 9, 1967, Order of the Secretary of Labor (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities is included in the proposal and must be submitted prior to the award of a Federal -aid highway construction contract exceeding $30,000 which is not exempt from the provisions of the Equal Opportunity clause. FR -1 • • 7 -10 -72 (b) Bidders are cautioned as follows: By signing this bid, the bidder will be deemed to have signed and agreed to the provisions of the "Certification of Nonsecregated a <:iliti.e K" in this proposal. This cer- tification provides than: the bidder does rot maintain or provide for his employees facilities which axe segregated on a basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the bidder will not maintain such segregated facilities. (c) Bidders receivinn Federal --a;d highway construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, will be required to provide for the forwarding of the following notice to prospective subcontractors for construction contracts and material suppliers where the subcontracts or material supply agree- ments exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. NOTICE To PROSPECTIVE SUBCONTRACTORS AND MATERIAL SUPPLIERS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES (a` A Cer- licaticr, of nonsegregated Facilities as required by the May 9, 1.95;, Order of 'pie Secretary of Labor (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, which is included in the proposal, or attached hereto, must be submitteO by each subcontractor and material supplier prior to the Sward of the a'abcontract or consummation of a material supply agreement if such subcontract or agreement exceeds $10,000 and is not exempt from the provisions of the Equal Opportunity clause. (b) Subcontractors and material suppliers are cautioned as follows: By signing the subcontract or entering into a material supply agreement, the subcontrac• "_or or material supplier will be deemed to have signed and agreed to the provisions of the "Certification of Nonsegregated Facilities" in the subcontract or material nupply agreement. This certification provides that the subcontractor or material supplier does not maintain or provide for his employees facilities which are segregated on the basis of race, creed, color, or naticnal origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the subcontractor or naterial supplier will not maintain such segregated facilities. (c) Subcontractors or material suppliers receiving subcontract awards or material supply agreements exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for construction contracts and material suppliers where the subcontracts or material supply agreements exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. 6 -1.05 ALTERNATIVE MATERIALS.- -The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary projects. Wherever it is provided in the specifications that more than one material will fulfill the requirements for an .item or items of work, the successful bidder will be furnished a questionnaire. Said questionnaire will be mailed to the successful bidder at the time the contract is presented to him for execution for 1,1,& ating therein the material which he proposes to furnish to fulfill the requirements for such item or items of work. FR -2 I�-- • • 7 -10 -72 U.S. DEPARWENT OF TRANSFORTAT10N AEOERAL HIGHWAY ADNINKfRATION 6-11,06 REPWIRED CONTRACT PRPVIS)ONS ALL FEDERAL -AID COW.STRUCTION CONTRACTS (EXCLUSIVE OF APPLACNIAN CONTRACTS) 1. Application _ _ _._rage 11. Equal Opportunity -------- _ _ 111. Nonsegregated Facilities . IV. Payment of frcdetemineri Min:ntr,rn Wage- ______ „__ 2 V. Statements and Payroll, __ _. .. -- 3 VI. Record of !elateria6, Supplies and Labor -- - - 3 VII. Subletting or Assigning the Cpntsttt _._____- - - -.._ -- 4 VIII. Safety: Auidcr.[ Prcewsion 4 IX. False Statm•cnts Cnnceming High•Ay projects ..__..__. 4 I. APPLICATION L These contract provisions eha31 apply to .ill -mork v.rfomed on the contrxt try the Lont sstor with his own organization and With the assisarae of uorkmcn under his imm<diate supetintend. encc and to All work performed on the eentau by picecwerk, ata- tiou work or by nabcontract. 2. '1 he c.atm"ar shalt insert in Inch of his subcontract, All of the Mipulations contained in thtse Required Contract Provision, and also a clause requiring iris subcnntcacmn to include tbess Itr- qui¢d Contract Provisions in any In.,, tier suhtonvatts which they may sneer into, together w:ef, a • :.hurt regaining the it. •;luaion of there pruvisions in any ,srthcr subcontract, that me: is ,urn be made. The Required Content Provisisnu its! in nu iau.ece be incorporated by reference. 3. A breach of acs of !h, stipulaliom contained its there Re. quired Comrart Pru,,uionl rnr.y he grounds fnr terminntlu :t of sire ronlrict. 4. A bread, of the following lour.,, may aieo Ire gruuutb for debarment as provided in 29 (:FR Srctiun 1, paragraph 1; Section IV, p:•r agraph, 1. 2. J, i. and !: Section T, pe:Agraptn I, f`b, and 5d. II. EQUAL OPP+fSRTUPIM 1, sclIntion of Labal During the perflm v! this contract, the canlrw:tur sbrll not diseriminale again[ labor iron; any other tate, pesrrr,ion oe' territory of the United Suter L Entle"maal Pratt ?eta: During the pe:fa rostra .;f This coot:ua, the rontlantnr sgrees a. 'floe cunim(u,r will ncs dyerirni,,nc agaau any employee or applrant for rrnpluymo,t b:c' -use. of race rstnr, religion, was, cur national origin. Tike courranor will tale aGvnadve action to en. line [list Asplicante are employed, and that em :plvyms we trusted during eogrlrumrnc r. ithwi eegrud m :heir rote, solos, religion, sex, national origin. Such action shall include, but not b,denittd u. the fl:ll -ling: employn'•em, upgrading, demotion or transfer; recruitment or rrcruitumu advertising; lapif -, or terrs:rallen; rates of pay ur other forms of rompensation, and ndection for t:gining, including apprenticeship. Tilt r,intrat: ,r rem wet a ro in g i cnn•.p,c unto places, availahlr to employees and applicant, lot employsnem, notice. to b, p,c,id.d by the Sate highway Jepsrtmnt :'setting forth the precisions of this nondis,vimmation clause. h. 'Rte romr.zlor will, in all roliciWiooa or advertise.amus for employees placed by or on hehrlf of tho contractot, Mate ttal all qualified applicant; will receive n.nsid...lion for en,ploymant with• out regard to race, color religion, sex, or national origin. c. T1m contractor will tad to each IaI r union o, representative of workers with which he has a ccllective b.ugainitg ogrrtment or other contract or understanding, a notce to be, provided by i!M State highway department advising the said labor union or workeri reprcwntativc of the c,ontrarUm romm;'mcnts under this >e. ^tio-. 11 -2 and shall pest cdpirs rl the r »rice in censpiawus places Avail- able to employer, and at p ;irwits 6.:r emnioymcn. d. The contractor will comply with ail provisions o! F.xe ^utive Order 11246 1( Srpnembr, ra, 1965, .:•.d of the roles, higtda,inns Form PR- 12y3—nrarmua K.it{gn} acs oaaabsa. (Car. 3 -72) ER -3 (41 CFR, Put 60) And revclant orders of the Secretary of Labor. e. Tile contractor will furnish all information and reportif n• s, sired by Fxerntive Order 11246 of September 24, 1963, and by nitre, regulationx and orders of the Secretary of Labor, or puritans therein, and will permit access to his books, records and accounts by the Federal Highway Administration and the Secretary of Labor for Purposes of investigation to ascertain compliance with naeh odes, regniptino and orders. f 11, tlu: event of the contractors noncompliance with the eon - diserlmination clauses of this contract or with any of the mad rules, regulation or order., this contract may be canceled, termi. nated or surrerdrd in whole or in part and the contractor may, be declared ineligible for further Government contracts or Fedemily- Aantto constmotico contracts in accordance with procedures autha- ited in Exeo.mive Order 11246 of September 24, 1965,, and such other sanctions may be imposed And remedies invoked m provided in Executive Order 11246 of September 24, 1965, or by side, regulrttion or order of the Secretary of Labor, or u otherwise provided by law. g. The contractor wi!I include the provisions of this Section 11.2 in !very mMontract or purchase order unless exempted by rules, regulations or nrden of the Secretary, of Labor issued pursuant Ha rectfon 2D4 of Exec -t ;ve Order 11246 of September 24, 1965, so that ouch provlainm will be binding upon each subcontractor or erndo, The contractor will take such action with rtllpeet to arty scbcontmct or purchase o:der w the State highway department or the Fedval Highway Administration may direct es a means of en- forcing such provisions incuding sanctions for rwncompSatm: Pmoided, houvnsr, that in the ovent a contractor becomes involved in, or is threatened with litigation with a subcontractor m vendor as a result of such direction by the Pederal Highway Admirsistre tlon, the contractor map r.t4uest the United States to enter lain sat ^h litigation to polect the interests of the United States. 9, Seleclieu of SuM:ontsactun, Praar t of Matedmis, and Lasting :.[ u,pmeac __— ...._._.._.— t�__�_ vDurusg the Performance of this contract, [he connector, for itself, its tusignres and succ.aso , in intern[ (hereinafter rcfanad to es the "contractor') agrees A follows: a. Compliance With Regulations: The contractor shall tasnply with the ReFulatimu relative to nondiscrimination in federally_ ordrted programs of the Department of Transportation, Title 49, Code of Federal Regulations. Part 21, As they may be Amended ions, time to time, (hereinafter, refereed to A the Regulation), which are herein :ncnrporatcd by referentt and made a part of this contract. b. Nondiscrimination: The contractor, with regard to.tbe wark pellorrned by it during the contra ^t, dsall not diseriminata era the grounds of net, color, or national origin in the aelection and intention of subcontractors, including procurern ou of matahY and hues of equipment. The contractor shall not participate aim directly of indirectly in the discrimination prohibited by waim 215 of the Regulation, including employment practices when da, contrasts 'seven a program sat froth in Appendix B of the Regulation. c Solicitations for Subcontracts, Including Procuremann of Ma >erials and Equipment: In All solicimtions either by competi- tive bidding or negotiation made by the contractor for work to be perforated under a subcontract, inelndirg procurements of materials n- leases rd equipment, each potential subcontractor or supplier &hall be notified by the contractor of the contractor's obligation under this contract and the Regulatinm relative to nondiscrimina- tion nn the grounds of race, color, or national origin. d. Information and Reports. The contractor shall provide W information and crports required by the Regulations, or dine - tiws issued pursuant thereto, and shall pennit access to its booka, records, accuunts, other sources of information, and its faeilitb u may be determined by the Stara highway department or the 9 Federal Highv:ay Administra :i :t:: a ism pertlnral . "oopliancc with sic', icrgu!L ions or dire'0'" WK1 any lnfor- ,nation required of tlnv a<beeive preaeasion of another who fail, ,.r rviwr, to larch Cd, irirrmatior, ,..- tom tm,aor shall u, cervify To the State Ithdr..ay ftar!Went or lht Federal Highway Arl.niv,i,tuait,. as zpp,npriate, and shall act funk s ,hat rlfnris it has nude to Aa,,,, the information. e. Sanctions for Nonrm:ipli;..rco: .n th, evre.t of the soar Actor's noncompliance with the twmdiwiineinatiou pmviduss nl this cur, tract, the Slate highway department s;iali imp,nc rush contract unctions u it m if,, federal Highway Administrati :nt may deter. mine to be approprfatr, mchading. !ant not limited to. 11) wilhhokling , -f pay nronts to the centrB:mr under the contract until the cuntm,.:tor curnplies, and /or (n_) canrrllation, tcrminaiiou nr tuoperot 4 she contract, in whole „r in pit. L Im.ogm,rarion of Porr;•hms'. The c :m;rarfor sh nil i dvh r. t'nt prn••ision of this paragraph % in every snbronlrlt, including pro- ,.nrrments of material, and leases of equipment, ai"& exempt by for Regulasimu. or direct i.ev issued pursuant thcrcto. The tm.rac. for ,hall take a... b action wsh respect to any subeuntrartor or pro- , urenu•ne of the State Ilieh.ay deparunrnt or the Federal H;ghway Adntini,ttation four diem a, a weans of 111016 :16 such prc.vinotrr including unctions for yooco :nalraner: Provided, kastvir, that, in the event a cantrarto, bei,aun involved in, n: 's threatened with, htigatinn with a ,nl,v... ' :vr or upplie, as a result of rich dinr(om. the o,nm'aet„r may requrt the State highway depart. men, to enter inn, such litigation in protect t,c inic,"u of :he State, and. in addni,c, flit enatrzctor may r<gaev Ile United Stain to t•ntcr into such litigation to protect thr mter"ts of the United States. III. NONSEGUGAaED FACILITIES (Applicable to F•edrrd -aid cunstcuctiot mntrau avid refitted subcontracts rx,trding $10,i 0 which arc .ant exempt from tiro Equal Opl.ewn;ty rbt,st.I By sulwuiashn. of this bill, d,a rvn'uno.n of this s•,ntrnct or sub• contract, or the V. oWO:nlal i"n of :Iris v,wnaal .mpply a; ;rromant, as appropriate. the b;ddo:', retest• aid :ensHuRh',o cunt"ctor, sub' contractor, or InuMiel suppihee, as apimprints, rritifsla that Ile dues not maintain or pr,%At for his enpluy <es eery vtopteaterl 4:.. cillues at any of hi:; es,d.ifshooco' , and dc: iv d,ms out pone;: his vaploy'e, sac perlurn: thci:' c'rvlres a, any le'atfon. tinder his control, where fcgregamd faculties arc n:ninttined. He ecrtifies further that he a ill non if aintair. or pr*dr fm his c::pIoyr" m* se"gatod farilitin at any of Isis rxvblisfimcun Me: Casa he will not pannit his empen)ees to perfrtm their cervices at a.ty iocafnn, under his control, where rgregat,,A facilities are ,maintained He agrees that a breach of this eenifiratfon is a violation d !if. Equal Opportunity clause in this contrucL As used in this t"8St'uinn, the corm "segregated fniintiea'• means any waiting soanr, co IT Us", resrrfauns and washrooms, rests urrrta and hice rising araaa. tine <Iocks, locker room. and other rtorag, or &.sling arcar, pink- ing lots, drinking L :untains, iruoa,ion or ent- riainment rear tis,rs- ponauon, and housing, Iaci(isies prafided for employees whi::i air segregated by explicit ui'mrive or are " fact aegregued on the basis of run, creed, color, or n.ltiorrJ origin, because 91 habit, kcal custom, a otherevire. He agrees that (except where he hat obtained identical eenifrations from proposed sub:ontran:as and material suppliers for sperife: time period,), ha .riff obtain identical certifi- cation from proposed subconer.0 t or mao.,in! W!mtit" prior to the award nl subcontracts or the coneummstion of ruuriat supply agrecnrmts, exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause. and that he will rtfiit, such certifications in his files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGES 1. General All mechanics and faborrrs employed or working gpon use tire of the w'fmk will be paid unconditionally and not less often [',am once a week, and without su'ua:qurnt deduction or rehate m, any account (except such payrnli deductions as are permitted by regulation is, sued by the Secretiry of Labor under the Copeland Act (29 CFR, Pan 3) ), the full amount: due at time of pay:nret compared at wage rates not less than those contained in Elie wage deternination decision of the Secroaly of Labor wlach is attached he t o and form PR -1113 Igey. }721 0 7-10 -72 la;lr a p,-.c' h•r. of. rruardless of any contractual relationship which .,ay be ;Wmr'ed .is, tt'w. ^tn the contractor and such laborers and roc, i:¢nip: and the way^ da;ernuuatino decision shall be posted by the contractor at the site of the work in a prominent place where '. rat tw easily seen by the workers, For the purpose of this clause, cIo;lOnuions made err 11'311 reasonably anticipated under section I ;ti ': ?) , f :hr Dzyis -Bacon Arc on behalf oc laborers or mechanics art considered -n'agn paid it; sash laborers or mrchanin, subject to thr pnn•uinns of S,nor, IV, naca_eraph 3b, hereof. Also for the purpose of this eianx, regular vontrlbutiors made or costs incurred hoc rotor, than a weckty period under plans, funds, or programs, but ,v<ring the p :.rt,culai weekly period, are deemed to be eonstrunc- twely made err incurred during such weekly period. Y. Clauincaflnn: a. i`:1 Sum highway departmoit contracting officer shall :list any loss of laborer, or mrrhanirs, including apprem tile.: cud trainees, which is not listed in the wage detereninuion ..std sh:ur 1, to be :on,loyed under Ile coora,t, shall be classified n t lassifird rnof,,nrahl•, u, the „ry,, determination, and a report 14 me notion token shall be sent by the State highway department n,ouarting officer to the Srvctary of Labor, h, lac the event the interested parties cannot agree on the poiper clamecatiun or reilafnfiratl -n, act a particular clan of hie horns and Ivrhanirs, includinq a.pprrnli,,s and trainees, to he used, the qur,tio„ a, .,,qo o.,l by the re,'„mon nodatiun of the State hiclsway deparn„rnt uniar ling offuccr ,hall hr referred of the Sec. fotary h•r float sirvnuinavn..,, S. Paytrsent of Fringe tiruefiu: a 'I'h< State high.. acv de!,ar inunt contracting officer shall rrqu!re, v. hri:r%tr :he minimum s+agi- rate pRYribni in the can - ,::,ct fo, x. la„ of laFr,rrn or mrrhcinin includes a fringe benefit n Sirh is no! espre,sed as an hourty wage rate and the contractor is nbligaied to pay a rash - nui,alcni of such a fringe benefit, an h,•udy rash equivalent Ihr,eot to be •established. In the event the IT :ernmd parties ,von.,` a, :rcr no. 1% a rash equis'alent of the fringe the g:u,tion, ao;ncopanied by the rrrnum,endatlon of the .. otrxrtiu :.; olr,- ^:.:hall Lc referred m the 5,rretary of Labor for J, 11'I... 1:. L toe ro.::v:n n;r dom nor nuke payments It, a truster, err otivr third per+,rt, he mvy cnn,ider if part of the wagr, of any lalurrr , -r mechanic rho ao.,com of any a a,: ressonaldy anti, ipated pr... 6m, he to fn, undo: a clan tar program nl a type expressly listed ,n the uoxr deanod -im ,o drs'ision of the Secretary of Labor ho high 'r. z pas act pot cen,, if rr,u idrd, hmrerrr, the Secretary ,d Lsih:,r has fn,md, upon the .: ,:ten regnest of the contractor. that the arspbcMk candards of the flat is-Nac,00 Ac hart hren met. The tirrrr:a ry „! Lalv,r na)' r quVr ihr rbnt car for to o,t aside in a ,eparal- ac ^,nua ass-t, f,.- d,c tu,eting of obligations under the plan .•r pnrgum. t. Payment of Exm, Wag ,&: W'hilt the or cities shown air the minimum rat,, required by the contract to he psid during its life, this is not a representation that labor on he obtained at thnr rates. No increase in the contract prise dull he allowed or ant:orized ant account of the payment of wage rater in excess of those listed herein. S. Apprenrlert (Programs of bepanrnom of Labor): Apprrritirrs, under programs approved by the U.S. Department of Labot will be permitted to wort a such only when they are registered, individually, under a hrna fide apprenticeship program rc+,inemd with a State apprrntif"hip agency which is recognized by the Bur,, of Apprenticeship and Training, United States Depart. mv:l , f ).ebor: tar, if m such recognized 'agency exists in a State, unr'.er a program registered with the Barran of Apprenticeship and Training, Unied States Department .:f Labor. The allowable ratio of apprentice to jimimeynieu in any craft classification shall not be µcrater than the ratio permitted m Ihr contractor as to his entire work rore: under the registrred program. Any employee lined on a payroll at an appr::riticc wage rate, who is not a trainee u defined ;n e:bparag:uph B. a { this parµraph or is slot registered as above, :halt to psid the wage rate determined by the Secretary of Labor 'ur the clauifieatinn of wort he actually performed. The contractor c:i n•bcontraceor will be required to furnish to the State highway thpariment rontracting office, written evidence of the registration of his program and apprentices as well m of the appropriate ratip and wage rat", for the area of construction prior to suing any ap- prentices an the contract work. The it "apprentice" means (1) FR -4• .—u �1—' • a person employed and indiv„luai�7 registered in a buns fide apprentfmIl progesm rcgi ,steed with the U.S. Degartmmm of Lrbor. Boren of Apprenticeship and Training, or with a State apprenticeship agency vefo,i :.:,; by the Bureau, or (2) a person in hit first 90 dayt r, probationary employment u an apprentice in such ar: anPrrntienl''p pros rare,, will, is not individually rrais- tend in the program, hot who has been certified by the Bureau of Appmnt: -ethip and Training, or a State A;spmnticeship Council (where appropriate) to be eligible for probationary employment as an apprentice. b. Trainees: Trainees will be permitted to acrk u such what they are bona fide trainees emplcyrd pursuant to a program ap- proved by the U S. Department of Labor, Manpower Administra tion, Bureau of Apprenticeship and Training. 6. Apprentices usd Trainers (Yraess.ra of Depannwnt of Apprettic -s and trainee, wcrkin, under apprenticeship and skill training pr..gramt which have been certified by the Secretary of Trmisportarion as promoting equal enlplovment opportunity in con - nrction with Federal aid highway ;(-astruteinn progrrsrm ate not sabi.t to the requirement; of Section IV, p:.ragraph 5 above. The straight time hcudy wage ratei fur apprentices and trainers under such prograv:: w•i!! Iw e,o bhsb,d by the parlie ular program, 7. 0,ertfine Requt,reurnm Nn rontnn:lcr tar Bubo- nlrartor contracting, for am pan of d.e contract work which r,a-r rego;n: m invclve t1,r employment of labumn, mechanics, watchmen or guards ;including apprentices and trainees described in paragraphs 5 and 5 above) shall require or permit any laborer, ftonhanEq -ralrhman or guard in any work- week in which he is employed oa suc6 work, to work in exerts of right honor in any calendar day or in excess of forty hours in such workweek unless such laborer, meths air, watchmac or guard re- crives compensation at A rate not Ices 0,.0 one end one -half times hl, basic rate of pay fur all hours won :red in excess of eight hours in &try raleedar day of in exccus of forty houa in such workweek, as the case may be. It. violation: liability for nnf;eld .cage.; liquidated danugm In the event of arty _ us arty ,.nation of :h • da set forth para. graph 7, the ,ocract., ,nC env vuh :. :ne•n._ :or regtomihie there - fore skull lc liable to arcs ufc -led emc4,yc-z for his unowd wears. In addition, such rontrac :,v and subcontractor shall be liable to de. United State: :in the rsr ,1 ..rnk done under cuntraat for tb, District of Columbia m a terri+orv, to such 1`.ioric! os to such teni- tory), for liquidated damaers. Such liquidate.: dmnages shall be computed with respect to each individual laba:er, mechanic, watchman rr guard ncisoyed in violadoo of the sacs, vet loath in paragraph 7, in the sum of $IC for each calends day opt which such employer v.w requited c, permitted m work in Caren u.` eight hours or in excess of tlr Stan Bird workweek of forty hours without pay ment of the overtime rage reuulred by the clause rt forth in paragraph 7. 9. Withholding toy unpaid pagan The State highway delsan,nent rc :ntr n ong of cot may will, hold or eau. to be withheld from rbe �,xtrarm, to eel of the accrued payments or advarres as may be considered nomssuy to pay labenn, mechanics, (including apprentices and trainees) watchmen, or guards employed by u¢ contractor or any subcom trutor en the work thr fill amount of wage, required by the contract. In the event .f failure to pay any laborer, mrchaniq (including apprentices and 1-ainees) watchman at guard enployed or working on the site of the work. all or pan of the veu is required by the contract, the State highway dtpart,vent contbu!ieg officer may after written notice to the ontractar. nkc such action u may be necessary to cause the surpension tai any further payment, advance, or guarantee of fund. wail such violations have messed. 70. Withholding for liquidated damages: The State highway department contrasting oRhmr may with. (told or came to be withirlc ;, from any nomeyi payable on account of work performed by thr toctrartnr or subcontractor, such sum* m may administratively be deVrminrc to be necessary to satisfy any liabilities of sorb concra,tu, or rub or :tractor for liquidated darn ages n provided in the dmv_ set fatib in paragraph a. V. STATEMENTS AND PAYRULLS 1. Campuses. with Copelan :t Rcgvllatlom !i7 CFR; Pan_Y): Tile contractor J,•li cor-P!y with du liapC!and Regu!atimo 0 7 -10 -72 (29 CFR, 1'ar: 31 of the Secretary of Labor which are herein in• cutporaled by n icleo". 2. Weekly statement Each contract., tar subcontractor shell furnish each week a statement to the State highway department resident engineer with respect to the wages paid each of its employees, (including ap• prentices and trainees described in Section IV, paragraphs 5 and 6, and watchmen and guards) engaged on work covered by the Cope. land Regulations during the preceding weekly permit period. The .rairment shall be eacculed by the contractor or subcodtraetor or by an authorized officer or employee of the contractor or subcon- tractor who supervise., the payment of wages. Contractors and sub- contractors must use the certification set forth on U.S. Department of Labor Form WH -348, o the same certification appearing ran the reverse of Optional U.S Department of Labor Form WH -517, or op any torn, with idnuical wording, S. Final labor summary: 'The ronlraclpr and each subcontractor shall furnish, upon the completion of the rontract, a summary of a!1 employment, indicat- ing, for the compieted project, the total hours worked and the total amount earned. This data rhn!l be submitted to the State highway department renffent engiccer nn Form PR-47 together with the data required in Secuon VI, hereof, relative to materials and sup- plies. The plovisions of this paragraph an not applicable to con- tracts for secondary highways or contracts financed solely with funds provided by the Highway Beautification Act of 1965, u amended. 4. final certificate: Upon coinple4on of the contract, the contractor shell submit to the State highway department contracting officer, for transmission to the Federal 14:ghwaay Administration with the voucher for final payment for any work performed under the contract, a certificate concerning wages and clauificatiom for laborers, mechanics, watchmen and guards ennploved on the project, in the following form: The undenigned, cortractor on hereby certifies that all laborers, mechanics, apprentice,, trainer, watchman and gnnrds emoloycd by hint or by any subcontractor pn.ormmli work under the cn :uract tan the project have been paid wages at rater not less :halt those required by the contract pro. vision:, and that the work performed by each such laborer, mrrrhaniq apprenli,, r,r trsinae cpnf,rrned to the classifictlions set forth in the contract pr training program provision, applicable to the wage rate pond. Signature, and 5. Psyrolh and payroll records; a. Payrolls and bavc rcrmcb relating thereto will be main- tained during the course .t rite work and preserved for a period of three years ehareaftet for all laborers, mechanics, apprentices, trainee, .atchmert and guard, working at the site of the stork. It. The payroll records shall contain the name, social security number and address cf each such anployer, his correct clarification, rues of pay finchtding rater of contributions or cost, anticipated of the types described in section I(b)(2) of the Davis -Bacon Act), daily and wrrkly number of hours worked, deduction, made and actwl wages paid. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 36, has found that the wages of any laborer or mechanic ice fpdc the amount of any tort, reasonably anticipated in omviding benefits under a pion or program described in section I(b)(2)(13) of the Davis -Bacon Act, the contractor shall maintain records which rho. that the commitment to provide such benefits it r &tastable, $bar the plan or program is financially rerpomibfe, and that the plan or program has bean communicated in writing to the laborers or mechanics sdf cted, and records which show the coats anticipated or the arms cost incurred in providing such benefits. c The payrolls shall contain the following information: (1) The employee', full name. address and social security number. (The employee', full name and axial security number need only appear on the fiat payroll on which his name appears. The employee's addreev need only be shown on the lint submitted pa)mll on which she cn,pioyci s namr appears, unless a change of address nrcmwz rs a submittal to ,effect the net, addrewf FR -5 Roar, Pa..1213 (Ile. }721 !21 The empiogs'' <. lanifirab<� • (3! Entries indicating ;F.c cmpL,ycr's bUk ha, ! 7-10 -72 rate a.nd, ..vhert apftliceba, th<nvotime soc :i. s,. crly wage The ronlm:l ^r iha!: h<c soft should ind!care scpaz niare",J, and cme familiar with the list of atcip tilt age r l<. T.c ruPP(ies rant i Fo fringe benefits pair t am'.:uiria of employer a;,,, }c m, fOenument of work under aloe, in tm PR-47 prior to die specific fringe b<nrfiu paid m !tinge bti t I. funds end /m mfnnnxtion « f contract, Any If, em I„ Progntoe. An 9uiyed wilt Se solicited throuY♦'dditionn materials There is no P -Yee it, rr;h moat Y PA -i7 with attend 8 revisip it,[ n op«si:riMri nr nsa^doto, , .u:.n for shot•, ist indicated 4. W'hrrt suteridam ooacrrt�i'va. of Form rn (4) payN!! >. Z g the either a s+n le n olcnl :h<eontracm (1)' "r''Pioyeda daily report covering work both b r shall submit rlswl5gtion, i and weekly sum: worked iu a rnbcon(fact,,, or he y himself :r,cludIng aa,ial overtime ash for each of may submit separate reports nd all his adjured}. Noun woded his +ubcnntractuis ions for hitrnelf and (�) Tht irmired (oat (5) Tee net s dwAl..1 mta mAd< ,�; Vll, SUOLETTING OR ASSIGNIN 8c" paz'f' 1. The prorisione ui ihia 'rc hen �< G THE CONTRACT d. The rnnraetor will sub,$ weekly a Cp,, cf ,! payrolls m the 5tP« higr.waY department I, drn' en, i except thus ^ - corolm, led under an aPPlicabk to all Projects accompanied F.y a Imlement 'i e" ' W noel. The copy .ha)I o, ' 'i' It contactor shall pest," �w'�h his o&conndary Road Plan, indicatiu that s •'Y •he employer cr his tact work amuun:in S oho payrolls x;e agent :oral R 'e not lea, than 50 [ lawn etm- rates runeained therein a scot sod vuapitte, that a contract rice, Percent of the Original .Secret « , 'r •i then till,, rte loge as "Sp <ci,t P ,except that any' items des; Sac anY of Labor anJ that tSe clavi5n5m; det<msined by the Y i<nu" ins Boated by Ne State l&Wrer r rrs 'nnoum u! r be p <r ;rrmed by tube and tilt Or mechanic conform with the •orth foe sac), anY furl, .1sp, alt ,igloo of a w wc:k h< domed from t Y item;' w PeKormtd ma ttkty statement r' Oafurmed, Sub he orguul total comraet .i Y be de- Se Sectieu V `v iul: is required u::Gc;' tilt: contract his own or work inquired to 6e Performed b tore computing the Yaagaph 2. and { ;� Copeland R,Sulatiom of file Secretary c( Labor •� ganiauiun. Y the contractor with 1.9 CFA, Fart 3) and Uie filial{ with the initial a, "His own organization" Se<meryru( LAburegvvu pays cif oI u caPY of anY 5ndin dull be construp4 to include on urn to Section wnr4nen employed and PAN dircatl 6 only satisfy ant n i V 8a , the Y Ihn re ui «m T �' :'graph 36, abaU ey °fptna °t cooed or renief b fur the subnwrinn o[ tt, he Yr:mr contractor aba!I b "Spccialt 1tr Y hi i r e Prime contractor and be «spnnsibf< Y ms" Shall be Construed so ithout opemm�. Iontractor will make th opio nl VAYrnlh of all rub. antrnctore. The that regains fight fpecialiud knowledge limited clauu quire, :;, d meat to work Of the contract r.'ailjb!e er she labor'fandaede not vrd ;,narily available in a craft, or equip. rexnn[ivu of for lnnp', !ion ' to bid on the co contracting urganiaationa the Slate highway d:' an<, ' y a'rtbortaed rep - "bast ar a .1..fe sod in quAlified .4dmini >raliun and t 'P Opt I ;" Federal Highway to minor compunenu n( general are to be limited he Llepartment of Latzer, Ynd w. 3. In addition to the 9 e overall contract. repreuntativn m in«n'icw nn !r, ill permit such Job. P Yen dutina working hoar rm the graph 2 Atmve, the umeractm halls requirement act forth in parts. t. The wage' of labor shall be paid in ; <gai ,Oder of the United 5urs, except that this condition w. If , F" r2' is made. by ntgrtisble <heri;. un at'nls eotd bank uihieh ki;nay he ras!:rd reaJilY by tilt en ;p :.,Y" ire the local cmm "u +sitY for n full amm1R, wi:!'our dircnunt cr snl'.',tinn char -' kind. Where ri;ntes arc make. x11 rat used t:n pcsmca, Iht d </ any cola rY arrangemema for thoni: actor shall t(ice bdcMali", reg:MinO euGi grrangpnrrns, be r_ahrd and shall I. No fee ni :nY ?in.4 shall be Tractor or any of !cis islet; cr acreptcd 6 Impioyin on the proj8`mt fmm anY per:;,; ac n atndviur, Of ftt. g. No lslxst," rh,l Ix charged for c') rotds used in petfnrm- '4, 'heir rcspttti.c duffel rxcew loc reawnably r: o-idebie :use u, damage thereto. h. Every emPln.et oil d'c lurk cut • ;..; •, ix Permit to !odes. b6onrd red trade .• 1;it cfects and neithn rho caura,-.t shall v'ti :,e r. -,n with w(wm he shall, direct) y or intlire�ttit•'sra , ic, i:i. agu;t:, ;n.r R 'hat an em y C re a, a r :ndi; ion n'ten rsploitet or with a Plq'ee ;hall 1Mg:, board ar t,,ads• at a - P1oYnic ^' particular person, Yrt,uWar plea i. No charge shall 6e 'lie contractor, or his age media lorraap �rangoral;on furnished by j. No individual sStli be rm R'r+on emPln •eel > on tilt ±,ork. this contact except nn a w F!, ?yrd as a laball ut niech to age buiq Su sole on Prohibit the rental of tearer, trucks, this shell nW be construed indiv(du,,. or other tqutpment (rpm VI. RECORD OF MATERIALS, Su1vpLHsS A9fO LAIR Lpt son ractaintoc'as, of ect.on are applL:aid: to all eemlrac'n exec sntely with fund, "Y htih*rM, and rr;rnauu 1955, prov,ded by the Highway H<a 'manes, v amended, stiSeation Act ed 2- The cnntrmtor'h,l maintain a tecuiri ei dsc total .'Olt of of 'materials also and wpplicr Purchased (arc And ire., ,octet, nn the work, and also of the quantities of th listed un Fcrm PR oat rprcl5r ma!nish enf w It the contract, Ibis record and ire the uoiu ohm.;;. U- PP cc record. together with ;I final is6u;r V'eoon of required in Section V the State hi • paragraph 5', hrreof, rival! 6, aumrnvry ghway department maiden - , rraOanitted to Furor PR-47 in arordnsne with it r4a ti ter for the which will be furnished fw' reels oar . Jltct on ns anssheIf d'e «to, tin for the toted items shill( be rerPox upon r <qurot. 7hc qu+u'ti- and for nrurturu ,vet 20 fret fun Ported separately to, rradw,yy of the roadway. 8 •v mean: «o e.hng the rintulinr roan PR —aJ/g (Rave Y)y) FR—•6 .mandent or foreman .,heel i' •mpinyed by him is) a competent super• "Y to cnntrart•'+rquireal"o, zanH v rile work 11 Ace.rdanceu)witl the aperatirin' (re vd7 s charge of ,l �s Ito Io ,n S ton! ho prrfartns tilt work cotutructich other of his own organisational roc )• and (b) such vsinn, management, and en capability And rclponlibility (,UPC,. •e Ay deisarnrtnt gin, -ring &ervices) u the State h'gh. the cotes ac else :, Iccl., detrrminn is nett Pelt run, of the Contract. Wry to umrt {I ')ilt contract Ammmt upon which the SO percent requirement W :ooh in par�tapy 2 is <ump4'ttd tgrhtder the cent re and mini( qufrement aetured product which arc ro Lr u materials by the rnn:raemr under tilt ^vnr eel purchased or produced 5 contract ar tha' hart 1"; selex'cd vaaio 5. the a ...t Pecialty Items" for schedule, nr chew herr din ill...... a,, tdo<um rah Provision,, bid 8, Nn Portion of the 2ontrau shall be `tlise dlspos'rJ of except with the w 'uSlm, ass; +''aY 11.01 C,, riiten con geed or other• 'tent canrnr,tm > sent of the State high. and tacit con S' fiscal or him authorised re sent worn given shall not be ronarru d Presentative, ',u'se'r of any rtspomibiliq for the fulfillment o An u e tc relieve the 4 art for prmtta,ion w ,ufdst, aa,ig herwir. f the <onnac[, vorunn of 'h n, w n[ e remract'lest, bt. m wrong and aeeom dsPUSC of anY a rhow'Ing that the organization which will Ponied by (a) PArtir,:IsrIY eapericnerd and [yu( Perform the w awunna b' PPed foe such ork is S the rortmoCto, !ha: the lebnr standard, wo &, and (b) an forth in this contract shall provision, N'1 encore used b q ''PP1Y to lslsnr performed on all w,n ki P Y the rc ter VIII. SAFETY, ACCIDENT PREVENTION with 'hea�'frvnnance of this contort, the unit tar shall comply F{ able Feder,, State and local laws governing safety, health and fanitnuon. Tile corzcractor droll prm'ids all life Safety ,riders ass, prx.rr<r,'ve rqu;Pmrgl and rake aA guards, Schmitt. nn hie own responsibility, or u t Y other rttieded ment controctin ofhecr he State highway deym- rotert B map determine, rcawnabj necesary to P rite Gf< and health of employ" on the job and the afel td Wtr public and to prrtrt property in connection with the left IS a of the work revered by the s'nntract. - ft is a rendition Per n: errh ru of tilts contract, and &hall he made s condition cunt' b<ontract euterr.,f i. ^. ro f HrCeiit to this contact, that the actor and any 'Ybrortrscror d,afi ;'rt require any 1 nrechanio emplcyed in oertuimanc< of the contract to wo 'borer or rocmdirtg' Of under working rtnditi, = urn :docn. n. da rk In Sur - n8erou: to his i,<ahh orsns which arc unanit conuru""m safety and health nastill (Title 29determtned under Atgulatlov, Part 1925, "er'"It Part 1518, ,, . of Federal Y revised from time I../ 0 to time,) promulgated by the United Stater Secretary of Labor, n accordance with Section 107 of the Contract Work Hours and Safety Standards Act (83 Star. 96). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in con- formity with approved plans and specifications and a high degree of reliability on statements and representation, made by engineers, contractor, suppliers, and work cm Federal -ald highway projects, it is ermntial that all persons concerned with the project perform their functions U carefully, ehotoughty, and honestly u possible. Willful falsification, distortion, or misrepresentation with respect to my facts related to the project Is a violation of Federal law. To prevent any misunderstanding regarding the sericumeas of them and similar acts, the following notice shelf be posted on each Fed. eral -aid highway project in one or more places where it is readily available to all personnel concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS Title 18, United Stater Code, Section 1020, mtds as follows: s Pi 7 -10 -72 "Whoever, being an officer, agent, or employee of the United Stater, or of my State or Territory, or whoever, whether a parson, association, firm, or corporation, knowingly maker my falaa auto. ment' false representation, or false report as to the Character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the costs thereof in connection with the submission of plans, maps, specification,, contracts, or costs of construction an any hidsvray or related project submitted for approval W the Secretary of Ytana- portatxmn or "Whoever knowingly maker my false statement, (aloe represent. cation, false report, or false claim with respect to the character, quality, quantity, or tort of my work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Sec- retary, of Transportation; or " Whoevet knowingly makes my false statement or false represen- tation as to a material fact in my statement, certificate, or report submitted pursuant to provisions of the Federal-Aid Road Act w proved July 1, 1916 (39 Sat. 355), as amended and supplemented; "Shill be fined not mom than $10,0011 or imprisoned not more than'five years, or loth " FR -7 0 7-10 -72 6 -1.07 SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES General a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal employment opportunity as required by Executive Order 11246 and executive Order 11375 are set forth in Required Contract Provisions (Form PR -1273 or 1316, as appropriate) and these Special Provisions which are imposed pursuant to Section 140 of Titl:� 23, USC, as established by Section 22 of the rederal-A?,d Highway Act of 1968. The requirements set forth in theme Special Provisions shall constitute the specific affirmative action requirements for project activities under this contract and supplement the equal employment opportunity require- ments set forth in the Required Contract Provisions. It. The: contractor will imrk with the State highway departments and the Federal GovQrnment in carrying on.t equal employment opportunity obligations and in their review of his activities under the contract. The contractor and all subcontractors (not including material suppliers) holding subcontracts of $10,000 or more will comply with the following minimum specific requirement activities of equal employment opportunity. The contractor will include these require- ments in every subcontract of $10,000 or more with such modifica- tion of language an is necessary to make them binding on the subcontractor. Equal Employment Opportunity Policy The contractor will accept as his operating policy the following state - `.W :rent which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, or national origin, and to promote the full realization of equal employment opportunity through a positive continuing program: It is the policy of this Company to assure that applicants are ewployed, and that employees are treated during employment, without regard to their race, religion, .iex, color, or national origin. Such action shall include: employment, upgrading demotion, or transfer; recruitment or recruitment advertising; layoff or termiration; rates of pay cr other forms of compensa- tion; and selection for training, including apprenticeship, preapprenticeship, and /or one -the -job training. 3. Equal Employment Opportunity Officer The contractor will designate and make known to the State highway department contracting officers an equal employment opportunity officer (hereinafter referred to as the ERO Officer) who must be capable of effectively administering and promoting an active con- tractor prograia of equal employment opportunity and who must be assigned adequate authority and responsibility to do so. 4. Dissemination of Policy All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will i.mplemont, the contractor's equal employment opportunity policy and contractual respon- sibilities. To insure that the above agreement will be met, the �..i following actions will be taken an a minimum: FR-8 • • 7 -10 -72 (1) Periodic msstings of supervisory and personnel office employees will be conducted before the start of work and then not l.es.s often than once every six months, at which time the contractor's equal employment opportunity policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. (2) All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer or other knowledgeable company official covering all major aspects of the contractor's equal employment opportunity obliga- tions within thirty days following their reporting for duty with the contractor. (3) The EEO Officer or appropriate company official will in- struct all employees engaged in the direct recruitment of employees for the project relative to the methods followed by the ;ont.raeror in locating and hiring minority group employees. b. In order to rake thK contractor's equal employment opportunity policy known to all. employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the contractor will take the following actions: (1) Notices and posters setting forth the contractor's equal employment opportunity policy will be placed in areas readily accessible to employees, applicants for employment and poten- tial employees. (2) Tho contractor's equal employment opportunity policy and the the procedures to implement such policy will be brought to the attention of ei:ipioyccs by means of meetings, employee handbooks, or other appropriate means. 5. Recruitment a. When advertising for employees, the contractor will include in all advertisements for s::.ployees the notation: "An Equal Opportunity Employer." He will insert all such advertisements in newspapers, or other publications, :having a large circulation among minority groups in the araa from which the project work force would normally be derived, b. The contractor will, unless precluded by a valid bargaining agree- ment, conduct systemt,tic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organisa- tiona. To meat this requirement, the contractor will, through his EEO Officer, identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. c. The contractor will encourage his present employees to refer minority group 'applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority group applicants will be discussed with employees. 6. Personnel actions a. Wages, working coixditions, and employee benefits shall be astab- lished and administered, and personnel actions of every type, including h3.r4ng, upgrading, promotion, transfer, demotion, layoff, I°'R -9 0 • 7 -10 -72 and termination, ehali ire. taken without regard t.o race, color, religion, sex, or nat_iona.1 origin. The following procedures shall be followed: (1) The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel: (2) The contractot will periodically evaluate the spread of wagon paid within each classification to determine any evidence of discriminatory wage practices. (3) The contractor will.( periodically review selected personnel actions ir.:)c.pth to datermine whether there is evidence of discrimination.. Rhete evidence is found, the contractor will promptly take corrective action. If the review in- dicates that. the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. (4) The contractor will investigate all complaints of alleged discrimination made to the contractor in connection with his obligatioha under this contract, will attempt to resolve such complaints, and will take appropriate corrective action. If the investigation indicates that the discrimination may affect persons other than the cam olainant, such corrective action shall include such other persons. Upon completion of each investigation the contractor will inform every com- plainant of all of his avenues of appeal. Training and promo,xcn The contractor will !s3si.st in locating, qualifying and increasing the skills of minority group employees and applicants for employ- ment. Consistent with his manpower requirements and as permissible under Federal and State regulations, the contractor will make full use of training programs, i.e., preapprenticeship, apprenticeship, and/ or on -the -job training programs for the geographical area of contract performance. c. The contractor will advise employeeA and applicants for employment of available training programs and entrance requirements for each. The contractor will periodically review the training and promotion potential of minority group employees and will encourage eligible employees to apple for such training and promotion, Unions If the contractor relies in whole or in part upon unions as a source of his work force, he will use his beat efforts to obtain the coopera- tion of much unions to increase minority group opportunities within the union , and to effect zeti,rrals by such unions of minority group employees. Actione by the tout; actor, either directly or through a contractor's association acting as his agent, will include the pro- cedures set forth below; a. Use his bout efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members for r.- eW,ership in the unions and increasing the skill% of minority group employees so that they may qualify for higher paying e;;:ploymc.nt.. b. Use hia beat affortr, tc> incor1,orate an equal nniployment opportunity Ie clause into all iri.on agraements to the and that such unions will be contractually bound to refer applicants without regard to their race, color, reti.giein, sex, or national oxigin. FR• 20 0 7 -10 -72 C. In the event a union is unable to refer applicants as requested by the contractor within the time limit set forth in the union agree- ment, the contractor will, through his recruitment procedures, fill the employment vacanzies without regard to race, color, religion, sex, or nat.icnai oricin, making full efforts to obtain qualified minority .group ptmgons. 9. Subcontracting a. The contractor will use his best: efforts to utilize minority group subcontractors or scboortractors with meaningful minority group representation among their employees. b. The contractor will use his best effort; to assure oubcontractor compliance k ±:.t their equal employment opportunity obligation. 10. Records and Reports a. The contractor will. ke- o touch records as are necessary to deter- - nrine compliance with Vie contractor's equal employment opportunity obligationa. "ac: records kept by the contractor will be designed to indicate: (1) The nummber of minority and nomainority group members employed in each work classification on the project. (2) T.ha proc.resr: and affotts being made in cooperation with unions tr incraase minority group employment opportunities (applicnblr only to contractors who rely in whole or in part on unions are a source of *_heir work force.) (3) The pr,-,grens and efforts being made in locating, hiring, :raining,, qua .i£ying, and upgrading m'.n ;ority group employees. (4) The progress and ef.forta being made in securing the services of minority c,cot.p subcontractors or subcontractors with meaningful ur!nority group representation among their employees. b. All such records must be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized _ representatives of the Stat® ii?ghway department and the Federal Highway Administration. c. The contractor will submit to the State highway department a. monthly report for the first three months after construction begins, and thereafter upon request, for the duration of the project, indicating the number of minority and nonminority group employees currently engaged in each work classification required by the contract work. rR -'11 SECTION 6 SECTION 6 -2. FEDERAL MINIMUM WAGES 6 -2.01 Minimum Wages. -- Attention is directed to Section 6, Federal Requirements, of these special provisions and Decision No. AP -280, of the Secretary of Labor, included herein. i • NOTICES 0 1" 80 �a s "a c m3 ` c e e y p m< u n C r G o L m p � < N m W I• � nC� 5 P 7• O V u i pl NV S ry y9 ti V f w O w F m GN,Jrt e o0 as oa 0o so oa o 6 00 00 Eo0 0000 0 000000 0 00 000 6 - JJ mm J Oo Oo O✓• O t +t NN �+ N t < N n n N Nu+ I J P N^ m J n J n N p O O O N O •'1 O K C O L x CE m.l i 4 ' I'ml B,nP u P p V y y P I rr'mrvmn .0 .4 .a W.ur w oo .a .O aJ mm P O rm mP P O u In In 1" 80 �a s "a c m3 ` c e e y p m< u n C r G o L m p � < N m W I• � nC� 5 P 7• O V u i pl NV S ry y9 ti V f w O w F m GN,Jrt Y F Y " Q u y J • , �. U Vlv: " C m 1 N d "ate 8161 P 0 0 4 e 00 00 Eo0 0000 0 000000 0 00 000 6 In •'1 O I'ml B,nP P y P I rr'mrvmn .0 .4 .a W.ur w oo .a .O aJ mm P O rm mP P O Y F Y " Q u y J • , �. U Vlv: " C m 1 N d "ate 8161 P 0 0 4 9362 • NOTICES • i 6 NIt i t e 0 O I • 00 000 00 0 000 L O O O 0 o K O 0 0 0 0 0 O O O O O O O S � x 88° e° = 3 . B SS° . . . .. : . ... ... i O O O 5? h d 10 ^ N N N^ N N Y s}a!s �+�.^}♦ N ��xaa�N� .;♦s♦sv+ • •• • �3.N NN� HN�N NNN HNM NNti Y M o00 000 ary0 p ho b �D D ry.n �[3p .fq a Sm 8 P8 °m N 82 O x^ •• u V .O J Q •> P P „ P n n a J nD iLY ODD b n.0 L ' b D P n nDP D DD DD l u u [ a •• v L - n 0 6 v M • N C qV O] C p L O Y yY�� V O V • V Y 2 V G A 1- u V V J 0 O K V L C U N b 6 d C u C ^ u Y C ] L c .• x V M a c a C a y L u .]. C U 9 •- L V C E C" o> 9 yp L �. u g y Oy 9L' 9 y Cy y i p C Z OJVmUJVAJVLVJVDI o : u ynnZiY D L N D60rnN N i t \ O I L O O O 0 O O O K O 0 0 0 0 0 O O O O O O O i O O O 5? h d ��♦� xa+x x♦xx s}a!s �+�.^}♦ N ��xaa�N� .;♦s♦sv+ • •• • �3.N NN� HN�N NNN HNM NNti Y M o00 000 ary0 �aa �S� �D D ry.n �[3p .fq N 82 O x^ •• u n .O J Q •> P P „ P n n a J nD iLY ODD b n.0 n.or nOD .o nP0 .`D D b D P n nDP D DD DD •• V ] .J • p yY�� Y 2 V A 1- u V V J v -Y O K V L C U N b 6 d C u C ^ u Y C ] L c .• x V M a c a C a y L u .]. C U 9 •- L V C E C" o> 9 yp L �. u g y Oy 9L' 9 y Cy y i p C o ^ Y 4 �> y u y u O u^.• i u L f i ` L a` u 2 c E` L C /yam O(/[u.D U? �.<V't {.+i+S S3. L]C O CLN p, ra �.�'. V.iU�nU•>UY UJU nUJSODUJ V �U..IU C V JV i t i • NOTICES 11 lT]{j f O a F 000000 0 000 oo0 000 O y s� 0 a� i mial Pmo a,o +I n g +. +. a v mn?cmon I O m Y l 0^ V ry m O t n n lT]{j 8363 r n d Q F 0 _0 rc u u O It t O F 000000 0 000 oo0 000 s� a� i mial Pmo a,o nnnn n +. +. +. a v mn?cmon 8363 r n d Q F 0 _0 rc u u O It 8354 i it • NOTICES Tw O pp p p u J 0 m C N V C O O O " > Y n.aV pmcr > u a d a Y F C 3 0 .) O v. 4 1 U C V 3 >. Ou VV OL Iv L p O CF J u] 0 m V x L C N m C u v 0 u v m m O u O J mw L n L u > Vv mLn O O J A C V m J O ✓.j nFO> n6vF ��>..� � m p 4 V {1 u L C ] V L L m T m G] m E V p O O L j <.n YC A m N p O u J u W + A> L q A O r F n 6 V O E p O E a zw 4 6 W L O n 4 M • O 1 . L � D K L J y - I�I; W;2 .ISIS O f o 00 m ° 00 e u 0 00 0 r O 1 . L � D K L J y - I�I; W;2 .ISIS 0 P ml it • NOTICES • tl Y u N tY. Y O V i v L Y M 4 m c a y • U e tl 0. O � b 1' Y fi u .. Y 1 .] F C �� y V 7 n A G b t. d Q J a ^ F r• 9 rJ ZQ Y © Q N <si 6 O •a• y u d yK L O a.• L a 1 U K O Vi' N M u x E �• ! 3KKK � O< m O FL+� QW .e 6 V[ u fi� a� c yn p O v O G� o rJ-I {FWO re t. m YY F tla F1 f � L 1 o�> ZY j� tl Y u N tY. Y O V i v L Y M 4 m c a y • U e tl 0. O � b 1' Y fi u .. Y 1 .] F C �� y V 7 n A G b t. d Q J a ^ F r• 9 rJ ZQ Y © Q N <si 6 O •a• y u d yK L O a.• L a 1 U K O Vi' N M u x E �• ! 3KKK � O< m O FL+� QW .e 6 V[ u fi� a� c yn p O v O G� o rJ-I {FWO re t. m YY F P O O C c O of F1 f � L ZY I .n ✓t N vt r .n .n N ✓. vt 1 P O O C c O .~yi K~ O u m 0 C a (q 'es I1 M O Y q✓ tl U y L ){.i N J L '• O O L N N .Vi 1 14 Y m m K v % Y u A OL V In �n 5 j� H � �' L d m b F O t'ZJ♦ O 4 t' � C3 6 • 4 m ti L tl v U yI pp yl F N LO A O M u v A < O '� Y J W J t• V i L `V _ Y '�• O u u O V '• F m tl J V yJ o F �- O V U O •� .+ 6 Y. u 0.m .e n- `� .! N F C^ F' v �' �' � J r'1 V V �t � L V V P O O C c O M-ii", V. 6Ii Y S I F NOTICES 0 C V MY L w M !3l E Y r ,L. S u u C Y CqQ Y V ti a u'Lq qC r V C F Y O V 1 O. q 6•+ U m C O L N q L F F: f.> 0. u] N A nL•> w 5 . V y Y : u u a c x E J E X u 0 so E o M K u V J Y > u G ✓1 f: a te} L> V .ni O n J> C L E V v} •Vi K G H v E E yY O W IOi .. wq �n E L� uF 6•L V K J V V V V q Cq pM C rl d •u J N u V X C Y C 3 C w u C 1~i. • � � S w p .. > 6 � w Y 0. m V 0. S T a• S Y• S K rc F N '' F 1 1 f p 7 a O =i 6 I v Z o O R " O m O O O O O 0 \I • • N • • f N N N N Ot0.l N b P n P J a C V MY L w M !3l E Y r ,L. S u u C Y CqQ Y V ti a u'Lq qC r V C F Y O V 1 O. q 6•+ U m C O L N q L F F: f.> 0. u] N A nL•> w 5 . V y Y : u u a c x E J E X u 0 so E o M K u V J Y > u G ✓1 f: a te} L> V .ni O n J> C L E V v} •Vi K G H v E E yY O W IOi .. wq �n E L� uF 6•L V K J V V V V q Cq pM C rl d •u J N u V X C Y C 3 C w u C 1~i. • � � S w p .. > 6 � w Y 0. m V 0. S T a• S Y• S K rc F N '' F 1 1 e p 7 O o I v Z o a 3 " z 0 0 • • f N N N N . {i N •Ni O n P p 7 z o I v Z o W 3 " z u Yi s ■ ml • NOTICES • ICI l- — -- c r Itl4 0 Ip �i o " r :eY� ✓G r - A ✓�4u ��3 +ji o UYMOw u4Vm0 V+. >�]W'• V ... a e pv ••L L Y]] u 4 O 7 N y 9 O L q N Y q M C Y C M 4 x O N EE o noui m�0Ym€ ^.tee °Y . v au i u0 y xL� F . m]LJ N ec Mw4 TF0 [C L u U �� O V u NV s O Q] O Y V O Y r w S] C r g O E C V w. v O 2 O O u 4 OJ•• O u 0 ^ em u • �� •. C p Y _ r J q .• Y V m x `� n m +'v V m O Y C K C C O Ow M + + T n w W � 0.+ j O T '• L u L � - .: E Y u n .x+ M= m v L u j o 0. W J• O L v S u O Y V C n W C E -Ji O u U u L ti+ y O w'i E O u .0.i ] E p m n m x •O 5 u+ c r r O v L. C 3 u^ I x 4 C m u L O u r O m Z O P U F m 4 0 . A S T q pp n g O O m C O r c n F U C 9 O O U u 0 0 m 4 v j V w C 9 N S C u V n u .• u W ., y YO L u .� u M u 4 Y n O V.•YW]44C >uCILOr mO .. yY.+yVgVO.uu >I]YmY VV E LLCYq MV]m.+q] nL� U C A g V r . U> R> g O V w C F 9 8 Y 9 q Y V C op ] V q r �ruv40vvmSm OSVMOI�� 0.0SVFgN• •Ymw. .w V m LryL VO �y•+OVN J V Y A V O a u •+ C O. V t V p 6 mq0 VO ^U 6 A g A C 4 V o V U VWFI < Y W Y V p Y 4 6 o W 0 0 •• 4 Y o V^ C^ u O L p 6 O u✓ O z mYa o✓ E V c✓• u O j Y qy r V] g ry A OrU]40 �'YVUCO wO• O O.S i�L (j M4w4 U < 8367 o •• c r c v " :eY� ✓G 5JH� - A ✓�4u ��3 to OOC r.w. OCOw uLV T'•RY UYMOw u4Vm0 V+. >�]W'• VJO • 7� {I I V O S O C J u O Vl O •. u n 7 V q i u C q '• V O F V m W W 8367 o •• c r c v " :eY� ✓G 5JH� - A ✓�4u ��3 to OOC r.w. OCOw uLV T'•RY UYMOw u4Vm0 V+. >�]W'• VJO O m L S p V •u ] M Y u 4 y qe C L S O C J u O Vl O •. u n 7 V q i u C q '• V O F V m W W 4 L r A F. L J 4 ��'d c rd> L p, 6 O m u.v O E.. r. °° �y�p .°� m o A O G- � V � .• � � V � � O u 6 � C g u^n Y u f IT•. O .f0+ a V r V j u v .. V r u u> .� a a I x G C n: V S +4..u.. .-. V C •]i V u Vf L 4 M U^ Lin 1 Y° v Y. %w..Y �.. �"u i.i O .Y. f'� ..vraf•i cc"."�.. CY_ eo ✓v 'aY�Po aY� m�4r 4 fWUL �I-�`v � a.0i 0u CLi+ �IW S u > F+ u L • 4 �y MT %uYF 0<Zpy iDxZ pwu F0 T plyy K u,J i�+W0004Ki q IQ wvpiNvw KV y< V 8367 M.q 0 NOTICES • W Y V q C y < J p 1 q • M CW VmCTYaLJ y:9 TUYO 4p' m K O>p V .-q.Ov nC q V C F w t u u T o O u T. u T V •O u% u A e;c�� oEANa� � G O V Nuu] 9 Wv L U g M 4 V O w Y K Y C q y u TF. u T 9 0. ul[ c yZ 7• � u Y O m u V u "' 9 L Y X Y q� O~ 1 K O x > V Y Y VU mI u o m£ pq..r w o y �uy6 rOi n L w S ouy� Ac9ou9W.. a•c T9 4 O�OU.W V..L OFLn .Y Y w O c V Y u O a >> N<�ALa •�ox 40U��^ WMUA tl6 ]q.+ K V W N W M u N K O g v O J W V U yO F•4.N O W�•O:� xy OM 1, O U< 1 pY Y J d] V O 4 w 6 tk u O Y q O u O u u LO U r ON Y V 6• < y p i O 'L pV <]T29 U <U f3� o o c i t N itl c �'I m W Y V q C y < J p 1 q • M CW VmCTYaLJ y:9 TUYO 4p' m K O>p V .-q.Ov nC q V C F w t u u T o O u T. u T V •O u% u A e;c�� oEANa� � G O V Nuu] 9 Wv L U g M 4 V O w Y K Y C q y u TF. u T 9 0. ul[ c yZ 7• � u Y O m u V u "' 9 L Y X Y q� O~ 1 K O x > V Y Y VU mI u o m£ pq..r w o y �uy6 rOi n L w S ouy� Ac9ou9W.. a•c T9 4 O�OU.W V..L OFLn .Y Y w O c V Y u O a >> N<�ALa •�ox 40U��^ WMUA tl6 ]q.+ K V W N W M u N K O g v O J W V U yO F•4.N O W�•O:� xy OM 1, O U< 1 pY Y J d] V O 4 w 6 tk u O Y q O u O u u LO U r ON Y V 6• < y p i O 'L pV <]T29 U <U _ M 1 y •• 9 •• M Y V X V M tl .-. M Y 9 tl 9 N 1 Y n: F Y Y u ro y n> u Y O N .• C n V V K j 4 9 y p Y Y tl E O ti A T x C M Y O p C n •+ Y w O L rOYO ^T +. YC.+ Yx C O ..v SS` •• .yO .. >9Y N VL6 +9nV �er wN9 TVVLg9x ]YL7• +9 tlOVN4C�Y>CO q C EO J O J . G W o q M u n v U L T NO •u+ tl J C n L V .~.. VI O: 6 9� rr w O 9] 41 C Y W 6Y T L !' Y n N n ..0 C10mn.. �v. .J nSgrN CtlG Y UYUVY0.TN x O w pp L W T O O = U > >u L -E• ] O u u V 6 u C W x M W u x Y y v] o o! O n n n YO v Y 3 I gl gU[1.np�yE�V 9 > E y u .ei q O .. u u t] 4 V v O K • ' woV+•l:�u/VUL6�6V 6]MM~W MOUQO 9�9V6]Lgx ndV LO 'L� + � L U F F x x 6 T J� u� Y S U .+•+ 1^ Y f y� tl 0.�� o W 9 F. V 1O U U O Y {. (Y T U ✓ T U P F Q 0 K f a O Z m n O 'a O f3� R i t N _ M 1 y •• 9 •• M Y V X V M tl .-. M Y 9 tl 9 N 1 Y n: F Y Y u ro y n> u Y O N .• C n V V K j 4 9 y p Y Y tl E O ti A T x C M Y O p C n •+ Y w O L rOYO ^T +. YC.+ Yx C O ..v SS` •• .yO .. >9Y N VL6 +9nV �er wN9 TVVLg9x ]YL7• +9 tlOVN4C�Y>CO q C EO J O J . G W o q M u n v U L T NO •u+ tl J C n L V .~.. VI O: 6 9� rr w O 9] 41 C Y W 6Y T L !' Y n N n ..0 C10mn.. �v. .J nSgrN CtlG Y UYUVY0.TN x O w pp L W T O O = U > >u L -E• ] O u u V 6 u C W x M W u x Y y v] o o! O n n n YO v Y 3 I gl gU[1.np�yE�V 9 > E y u .ei q O .. u u t] 4 V v O K • ' woV+•l:�u/VUL6�6V 6]MM~W MOUQO 9�9V6]Lgx ndV LO 'L� + � L U F F x x 6 T J� u� Y S U .+•+ 1^ Y f y� tl 0.�� o W 9 F. V 1O U U O Y {. (Y T U ✓ T U P F Q 0 K f a O Z m n O 'a O e I it 0 NOTICES 11 u ` u a. W w 0 .n .1 n .}i X x `� J u d W 3 ] F T 4 F G Y T Y F C < assn o� - E a 6 �I i d w n u �mYal F u ` u a. W w 0 .n .1 n .}i X x `� J u d W 3 ] F T 4 F G Y T Y F C < assn co p n is c �c i w n u .. 2'. g . O } Z d S VI OS<LUO^ U^ U 2 V K'Oj J41 lij F• < 1- F" u ` u a. W w 0 .n .1 n .}i X x `� J u d W 3 ] F T 4 F G Y T Y F C < assn y;rc i riz,`ilt�s • G 0 i s < 6 -- o u 0 0 d w � G o oc m 0 0 d w � 0.U,V Z ` `i �9 L ', O •Zi w9� W I g v J 0 0 SECTION 7 PAYMENT Payment for incidental items of work, not separately provided for in the proposal, shall be included in the lump sum price bid for the various items of work and no additional compensation will be allowed. All costs for roadway improvements including but not limited to pavement removal, excavation, paving, constructing curbs, gutters, sidewalks, and other miscellaneous items of work shall be included in the lump sum price bid for constructing traffic signals and highway lighting. SF CTTnN R PROJECT APPEARANCE -- The Contractor shall maintain a neat appearance to the work. In any area visible to the public, the following shall apply; When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of weekly. The Contractor shall furnish trash bins for all debris from structure construction. All debris shall be placed in trash bins daily. Forms or falsework that are to be re -used shall be stacked neatly concurrently with their removal. Forms and falsework that are not to be re -used shall be disposed of concurrently with their removal. Full compensation for conforming to the provisions in this section, not otherwise provided for, shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. • • SECTION C CONSTRUCTION DETAILS FOR INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. C -1475 FEDERAL AID TOPICS PROJECT NO. T -3041 (214 ) CITY OF NEWPORT BEACH CALIFORNIA (These Details are not to be filed with the Proposal) C E SECTION 1 GENERAL 0 SECTION C CONSTRUCTION DETAILS The location referred to in these specifications is: Newport Center Drive East - Santa Rosa Drive Intersection SECTION 2 TRAFFIC CONTROL Attention is directed to Sections 7 -1. 08 and 7 -1. 09 of the Standard Specifications and the Special Provisions: For public travel a minimum of one twelve -foot lane in each direction shall be maintained at all times. Between the hours of 7 and 9 A. M, and between the hours of 3 and 5 :30 P.M. on week days and during the hours of darkness, two lanes in each direction, where there are presently two or more lanes, will be required. Flagmen will be furnished by the Contractor if required. Two lanes in each direction, where there are presently two or more lanes, will also be continuously required over the weekends and holidays. Full compensation for conforming to the requirements of this section, not otherwise provided for, shall be considered as included in the lump sum bid and no additional compensation therefor will be allowed. Ingress and egress to all businesses must be maintained at all times during construction; No excavation in or near the traveled way shall be left open over night or over the weekend except in an emergency. In the latter event, adequate reflec- tive or lighted barricades satisfactory to the Traffic Engineer shall be provided and maintained. SECTION 3 PAVEMENT REMOVAL All existing pavement to be removed and all material to be excavated from both trench and street areas down to the subgrade plane shall become the property of the Contractor. It shall be his responsibility to dispose of the material away from the job site in a manner and at location acceptable to all cognizant agencies. SECTION 4 ASPHALTIC CONCRETE Asphaltic Concrete Base Course The asphalt concrete to be furnished and placed for the lower 6 -inch (base course) of the new street pavement section shall be III -B2 -85 -100 in conformance with Section 39 Asphalt Concrete of the Standard Specifications. C -1 0 0 SECTION 4 ASPHALTIC CONCRETE (Cont'd) The 6 -inch base course may be placed in two layers; each having a compacted thickness of three (3) inches. Prime coat will not be required on the prepared subgrade. Asphaltic Concrete Surfacing and Patching Asphaltic concrete surfacing and miscellaneous variable thickness patching Shall conform to Section 39 of the Standard Specifications. SECTION 5 PORTLAND CEMENT CONCRETE Replacement of Walks and Landings Walks and landings adjacent to the existing curbs, gutters and driveways shall be adjusted or replaced in kind to meet the grade of new construction. Improvements Portland cement concrete curb and gutters, cross gutters, catch basins, spandrels and sidewalks shall be constructed with Class p concrete. SECTION 6 LANDSCAPE PROTECTION AND RESTORATION The Contractor shall be responsible for replacing all landscaping and sprinklers damaged or removed during construction. The cost of protecting and restoring landscaping and sprinklers shall be included in the lump sum price, and no separate or additional compensation will be allowed. SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING Furnishing and installing and modifying the highway lighting and traffic signal system at Newport Center Drive East and Santa Rosa Drive shall conform to the California Standard Specifications, January 1973, hereinafter referred to as the "Standard Specifications ", the California Standard Plans hereinafter referred to as the "Standard Plans" and these Special Provisions. 7 -1 EQUIPMENT LIST AND DRAWINGS Equipment list and drawings of electrical equipment and material shall conform to the provisions in Section 86 -1. 03, "Equipment List and Drawings, " of the Standard Specifications and these Special Provisions. Controller cabinet wiring diagrams shall include circuit diagrams of "Detector Plug Connections" and "Emergency Replacement Harness ". The "Intersection Sketch ", controller cabinet wiring diagram, field wiring terminal connections and phase diagrams, as shown on the plan, shall be incorporated on one drawing. C -2 • C' CTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) The heavy duty plastic envelope specified in said Section 86 -1. 03 shall be provided with opening on the side. Controller schematic wiring diagrams, intersection layouts and other service information shall be stored in said envelope. The cabinet schematic wiring diagram shall be drawn complete on one drawing, and shall be supplied on 24" x 36" size sheets and shall be drawn in sufficiently large scale to be clearly readable by field technicians. Partial schematic diagrams of the basic cabinet wiring on 8 1/2" x 11" sheets will not be acceptable. 7 -2 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Maintaining existing and temporary electrical systems shall conform to the provisions in Section 86 -1. 05, "Maintaining Existing and Temporary Electrical Systems," of the Standard Specifications and these Special Provisions. Highway lighting system shutdowns shall be limited to periods between the hours of 7 A. M. and 5 P.M. 7 -3 CONDUIT Conduit shall conform to the provisions in Section 86 -2. 05, "Conduit, " of the Standard Specifications and these Special Provisions. Non - metallic type conduit shall not be used. Rigid metal conduit to be installed shall not be used as a drilling or jacking rod. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Conduit runs are shown in schematic form only. Actual installation shall be done in the most direct manner except that on the N/E and S/E corners the "exposed aggregate" sections of sidewalk area shall not be disturbed at any time. See Section 7 -15 of these Special Provisions. 7 -4 CONDUCTORS AND WIRING Conductors and wiring shall conform to the provisions in Section 86 -2. 08, "Conductors, " and Section 86 -2. 09, "Wiring, " of the Standard Specifications and these Special Provisions. C -3 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) Conductors shall be pulled into conduits by hand and the use of winches or other power actuated pulling equipment will not be permitted. Lighting conductors between each mercury vapor luminaire and it's ballast in the pull box shall be No. 14 AWG. At least one foot of slack shall be left for each conductor at each signal or lighting standard, or combined standard, and at least 3 feet of slack at each pull box. The epoxy insulated spring connector type splice and splice insulation specified in Section 86 -2.09, "Splicing ", of the Standard Specifications shall not be used on this project. Aluminum conductors shall not be substituted for copper. Conductors shall be spliced by the use of "C" shaped compression connectors as shown on the plans. Splices in low voltage circuits (600 volts, maximum) shall be insulated as follows: Two layers of oil and flame resistant, self- fusing, synthetic rubber tape shall be applied half - lapped. Following application, the tape shall be rolled. After rolling, polyvinyl chloride tape, 0. 007 -inch, minimum thickness, with pressure sensitive adhesive, shall be applied, half - lapped, to a thickness equal to the original insulation after which the finished splice shall be painted with an electrical insulating compound. Splices in high voltage circuits (over 600 volts) shall be insulated as follows: One coat of rubber cement shall be applied and allowed to dry after which high - voltage, vegetable -oil base, natural - rubber tape shall be applied to a thickness equal to the original insulation. Following application, the tape shall be rolled. After rolling, 2 layers of polyvinyl chloride tape, 0. 007 -inch, minimum thickness, with pressure sensitive adhesive, shall be applied half - lapped over the rubber tape. The finished splice shall be painted with an electrical insulating compound. Straight splices in signal neutral and multiple lighting conductors shall be insulated in conformance with "Method A" as shown on the Standard Plans. Tap splices in signal neutral and multiple lighting conductors shall be Type C as shown on the Standard Plans. Conductors for future phases shall be brought into the controller cabinet. Conductors shall be banded for identification of the future phase it will be used for. C -4 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) 7 -5 BONDING AND GROUNDING Bonding and grounding shall conform to the provisions in Section 86 -2. 10, "Bonding and Grounding, " of the Standard Specifications and these Special Provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the standard or pedestal and shall be run to the conduit or a ground rod in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. 7 -6 SOLID -STATE TRAFFIC ACTUATED CONTROLLER Solid -state traffic actuated controller units, cabinets, and auxiliary equipment shall conform to the provisions in Section 86 -3, "Controllers, " of the Standard Specifications and these Special Provisions. Each phase module or phase module opening, or equivalent, shall be identified as to the traffic phase controlled. Identification of each phase shall be only the same as shown on the plan. Identification shall be by means of color- contrasting engraving. Each label shall be either engraved into the front panel of the controller frame, or shall be made from multi - layer color contrasting plastic which shall either slide into a special holder or be secured with chrome - plated brass or stainless steel machine screws. Type 90 controller units shall be capable of operating a minimum of 4 phases in a single controller unit frame. Type 90 controllers for 5 -phase through 8 -phase operation may utilize one or 2 controller unit frames. The Type 90 controller unit modules for 2 through 8 phases shall be identical and inter- changeable within the individual manufacturer's Type 90 controller unit frames. Integral detector sensor units shall not be provided. Solid -state switching devices shall conform to the following: The switching device shall utilize zero -point switching, with turn -on at the zero voltage point and turn -off at the zero current point of the power line sinusoid. The input signal to the switching device shall be the equivalent of an open - collector NPN transistor. A low -level signal (saturated NPN transistor, 0 to 2. 0 volts, DC) shall be provided to energize the signal lamp circuit. A high -level input signal (cut -off NPN transistor) shall cause the signal lamps to be extinguished. During normal operation (no circuit or one circuit energized), the switching device shall not utilize more than 20 milliamperes from a +15 to +24 volt DC source. The load switch shall not apply more than 30 volts, peak, to the signal input line, nor shall the input signal source be required to sink more than 10 milliamperes. C -5 0 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) Construction of the switching device shall be such that personnel inserting or removing the module will not be exposed to live parts. Hand pulls shall be provided. A reed relay, rated for at least 10 million operations, may be used in the input portion of the switching device. The Contractor shall arrange to have a signal technician, qualified to work on the controller, present at the time the equipment is turned on. The signal technician shall be on call until the signal installation is accepted by the City. Wall mounted auxiliary equipment and wiring shall be installed on removable panels. Plug -in equipment shall be removable from receptacles without removing any other equipment. Each receptacle, or group of receptacles, and connecting cables shall be so arranged that by removing no more than 6 fasteners it will be possible to perform any required work on the back of the receptacles or on the cables. Solid -state logic or timing circuits, external to the controller unit, shall be built on edge connected, plug -in, printed circuit boards. Logic circuits shall be built -up by plugging logic circuit boards into wired connectors. When 5 or less plug -in logic circuit boards are used, the circuit board connectors may be installed in a chassis or rack, mounted on a cabinet wall. Connectors shall be provided to permit removal of the chassis or rack without unsoldering connections or removing wires or cables from the cabinet. When more than 5 plug -in logic circuit boards are used, the circuit board connectors shall be installed on a chassis designed for shelf - mounting. The chassis shall be provided with a Type MS connector and shall be shelf- mounted. Solid - state devices shall conform to the provisions in Section 86 -3, "Controller Unit Circuitry, "and Section 86 -3, "Mechanical Design and Component Quality, " of the Standard Specifications. The controller shall be a Type 90, and shall perform as indicated on the phase diagram. The controller shall be capable of resting in 'hll red" when selected by a manual selector switch mounted in the controller cabinet, or on the face of the controller panel. The controller shall be capable of performing as a "lane occupancy controller" or as a standard "passage time" controller by use of the various selector switches provided and adjustment of the timing controls on the phase sections. The future expanded phasing will be operated with individual controller modules for each phase. The future changes will be accomplished on site by insertion of necessary additional modules and the corresponding revision of related field wire connections on the terminal strip. C -6 0 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) The controller shall operate with standard controller modules which are interchangeable with the manufacturer's standard modules of the same type and without any modifications to the interior controller circuitry. The controller shall be provided with phase section moduels of the type called for on the plan under "Controller Module Schedule ". 7 -7 SOLID -STATE TRAFFIC ACTUATED CONTROLLER CABINET The solid -state traffic actuated controller cabinet shall conform to the provisions in Section 86 -3, "Controllers, " of the Standard Specifications and these Special Provisions. All conductors used in controller cabinet wiring shall be No. 22 AWG, or larger. Conductors smaller than No. 14 AWG shall conform to Military Specification: MIL- W- 16878D, Type B, Vinyl -Nylon Jacket, 600 volt, 115° C. Conductors No. 14 AWG and larger shall conform to the provisions in Section 86 -2. 08, "Conductors, " of the Standard Specifications. In addition to the terminal blocks specified in Section 86 -3, of the Standard Specifications, the Contractor may, at his option, use terminal blocks rated 1, 000 volts, RMS maximum, 20 amperes, for connecting cables from the controller unit and conductors from external solid -state logic circuits. Conductors shall be secured to the terminal blocks with 6 -32 x 1/4" binder head screws. All terminal blocks shall be provided with nickel, silver or cadmium plated brass binder head screw terminals. Conductors from the controller unit shall terminate in "ring" type terminal lugs or shall be soldered to a through panel solder lug on the rear side of the terminal. All other conductors shall terminate in "spade" type terminal lugs. Transfer to flashing operation shall be accomplished by relays between the normal load switching device and the field terminals. Relay bases and subbases for flasher relays, as specified in Section 86 -3 of the Standard Specifications, shall be of the type normally used by the manu- facturer of the control equipment provided. Relays shall conform to the functional requirements specified in Section 86 -3, "External Light Relays for Controllers, " of the Standard Specifications. See Section 7 -8 Detectors for additional equipment required in cabinet. The provisions in Section 86 -3, 'Monitoring Device, " of the Standard Specifications are superseded by the following: C -7 0 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) Conflicting green is defined as occurring when 24 volts, or more, at 60 Hz appears on any green circuit that is in conflict with the green circuit called for by a normally functioning controller unit. Conflicting greens lasting less than 200 milliseconds, or a conflicting voltage of less than 10 volts shall not cause the monitoring device to place the signal system in flashing operation. Receptacles for relays, on shelves, below all removable control equipment, contactors, switches, fuses, circuit breakers and all other equipment shall be identified below each item with a permanent, printed, engraved or embossed label. Convenience receptacle shall be a duplex, 3- prong, NEMA Type 5 -15R grounding type outlet. The controller cabinet shall',be provided with a fluorescent lighting fixture mounted on the inside top of the cabinet near the front edge. Fixture shall be provided with an F15T8, cool white, lamp operated from a normal power factor, UL listed ballast. An automatic door switch shall energize light when door is open. Machine screws used for mounting equipment on door or walls of the cabinet shall have nuts on the inside. Conduit shall enter the controller cabinet at the front. A harness shall be installed in the controller cabinet to enable emergency installation of a pre -timed controller, a type acceptable to the City, in event of failure of the Type 90 controller. The cabinet and harness shall be wired to permit the solid -state controller to be idsconnected and the dial unit plugged in to produce the same vehicular and pedestrian preferred phase sequence as shown on the plans. The harness shall be connected to the field terminal board. All cabinet switches and auxiliary equipment shall be labeled with embossed labels made from 6 mil polyvinyl chloride self- adhesive labeling tape with contrasting background. Conduit shall be positioned in the controller foundation so that when the cabinet is set the conductors will enter the cabinet between the door and the centerline of the cabinet. 7 -8 DETECTORS Detectors shall conform to the provisions in Section 86 -4. 05, "Vehicle Detectors, " of the Standard Specifications and these Special Provisions. W. 0 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) Loop Detectors: In Section 86 -4. 05, "Performance Characteristics, " the Standard Spec- ifications are amended to read as follows: The term vehicle shall include any motor vehicle normally licensed for highway use by the State of California. The loop detector sensor unit output need not be electrically isolated from the loop and the electronic circuitry. Sensor units shall provide an output closure for each vehicle passing through the response area of the loop at speeds up to 75 miles per hour and shall also provide an output closure of at least 10 minutes duration when a vehicle, except motorbikes, is occupying the response area of the loop. An output closure of at leastl minute duration shall be provided for motorbikes. The provisions in the fourth paragraph of Section 86 -4. 05B(3), "Sensor Unit Construction, " of the Standard Specifications shall be amended to include the following: All pilot lights and meters shall be mounted on the front panel of the sensor unit or the sensor power source assembly. Inlet power shall be fused. Capacitors or inductors necessary for loop tuning shall not be mounted external to the loop detector sensor unit. The provisions in Section 86 -4. 05, "Construction Materials, " of the Standard Specifications are superseded by the following: Conductor for each inductive detector loop shall be continuous, unspliced, UL labeled, Type RHW -USE, No. 12 AWG, neoprene - jacketed, solid copper wire. Lead -in cable from the cabinet to the pull box, adjacent to the loop, shall be a twisted pair. Loop detectors in left turn lanes shall not detect any vehicle in adjacent lanes. Size of individual loops may vary from that shown on the plans. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. -D Detectors 4 -A2 -D, 4 -A4 -D and 3-B2/shall not place calls into the controller during the red phase for a preset time. Thedelay timer shall be a solid state timer adjustable from 0 to 15 seconds. These detectors shall place calls directly to the controller during their respective green phase. C -9 0 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) Magnetometer Detectors: The magnetometer control unit output need not be electrically isolated from the sensing element and the electronic circuitry as specified in Section 86 -4. 05, of the Standard Specifications. The provisions in Section 86 -4. 05, "Performance Characteristics, " of the Standard Specifications are superseded by the following: Each control unit for magnetometer detectors shall be provided with an external function switch permitting the unit to operate in either a permanent presence or a pulse presence mode. The control unit for magnetometer detectors when in the pulse presence mode as specified in the fourth paragraph of said Section 86 -4. 05C(2), shall provide an output closure of 30 to 50 milliseconds duration for every vehicle entering the area of detection. Closure of magnetometer control unit output contacts in the event of a control unit failure, as specified in Section 86 -4. 05C, "Performance Characteristics, " of the Standard Specifications, will not be required. Each magnetometer control unit shall be provided with manually variable controls on the front of the enclosure. Said controls shall be clearly and permanently identified and shall be operable without the use of tools. Timing dials, if used, shall be linearly calibrated. Control unit for magnetometer detectors shall be the permanent time delay type and shall signal continually the presence of any vehicle until the vehicle leaves the area of detection, whereupon the vehicle call shall drop after a delay which shall be adjustable from approximately 0. 10- second to 3.0 seconds. In addition to the internal time delay feature, an auxiliary time delay circuit shall be provided for each approach, energized by the "R" detectors only, which shall extend (hold in) the calls dispatched to the controller for an adjustable period of 0. 1 to 6. 0 seconds, by use of solid -state timers. The call extension time shall be adjusted by operation of an adjustable knob and without need of tools. The timers shall have a calibrating scale clearly marked from 0. 1 to 6. 0 seconds (minimum). The timing of the call extension shall be reset by successive actuations of the associated detectors. C -10 0 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) Call Extension Timers: Extension timer #1 shall extend calls from detectors 9 -AZ -R, 10 -A2 -R and 11 -A2 -R. Extension timer #2 shall extend calls from detectors 9-A4 -R, 10 -A4 -R and 11 -A4 -R. Extension timer #3 shall extend calls from detectors 4 -B4 -R and 5 -B4 -R. Extension timer #4 shall extend calls from detectors 5 -B2 -R, 6 -132 -11 and 7 -132 -R. Two "2- position" manual selector switches and equipment shall be installed in the cabinet to enable selection of the following mode of operation for the "R" detectors: When either switch is in the "on;' position, its associated 'R" detectors shall become disabled during the respective green phase when a demand is registered for the opposing phase. The auxiliary time delay circuit shall not be disabled. In the "off" position the associated "R" detectors shall be inoperative. Switch #1 shall control all A2 and A4 'R" detectors and shall be labeled "0 A2 & A4 'R' Detector Operation - ON - OFF ". Switch #2 shall control all B2 and B4 'R" detectors and shall be labeled 10 B2 & B4 'R' Detector Operation - ON - OFF ". A separate channel shall be provided for each lane. No control unit shall detect more than one approach direction. Maximum intraconductor capacitance of the magnetomer lead -in cable shall be as follows: Adjacent pairs (with all others idsconnected); 20 pico farads per foot. Diagonal pairs (with all others disconnected); 18 pico farads per foot. The capacitance shall not vary more than t 10 percent after 10 -day immersion (with ends exposed) in a saturated brine solution, measured immediately after removal from said solution and drying outer surface and ends. A separate cable shall be provided for each magnetometer sensing element placed in the pavement. The cable shall be run continuously (without splices) to the adjacent pull box where splices shall be made to the lead -in cable. C -11 0 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) All connecting harnesses for loop and magnetometer detector control units shall be of sufficient length to allow shelf arrangement, from left to right, in any manner required by the Engineer. 7 -9 PEDESTRIAN SIGNALS Gas tube type pedestrian signals shall conform to the provisions in Section 86 -4. 07, "Pedestrian Signals, " of the Standard Specifications and these Special Provisions. Messages shall be Lunar White "WALK" and Portland Orange "DONT WALK" as defined in the Institute of Traffic Engineers, Technical Report Number 5, "Adjustable Face Pedestrian Signal Head Standard, " dated June 29, 1963. The following type of screen shall be provided for Type C heads: A 1 1/2 -inch deep eggcrate type screen and mounting frame of 0. 020 -inch minimum thickness 3003 H14 aluminum alloy or polycarbonate plastic shall be provided to cover the words "DONT" and "WALK ". The vertical spacing of the horizontal members shall be 1/2 inch starting approximately 1/4 inch above and ending approximately 1/4 inch below the "DONT" and "WALK" legends respectively. The vertical members shall be spaced horizontally from 1/4 inch left of the legend area to 1/4 inch right of the legend area at 1/2 inch intervals, or may be placed approximately 1/4 inch left and right of each vertical stroke of the "DONT" legend. Additional members may be employed outside the 2 legend areas for structural strength. The eggcrate type screen shall be installed parallel to the face of the "DONT WALK" message and shall be held in place by the use of stainless steel screws. The screen and frame shall be anodized flat black or may be finished with flat black enamel as specified in Section 91 -4. 01, "Enamel; Traffic Signal Lusterless Black, "of the Standard Specifications. Said enamel shall be applied in the shop at the Contractor's expense. Alternate methods may be substituted for the above screening providing the results are equal to or superior to those obtained with the above specified screens as determined by the Engineer. Hoods, as specified in Section 86 -4.07 are required. Modify divider strip as required. Type C or Type D pedestrian signals shall be provided. C -12 0 J SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) 7 -10 MERCURY VAPOR LUMINAIRES Mercury vapor luminaires shall conform to the provisions in Section 86 -5. 01, "Mercury Vapor Luminaires, " and Section 86 -5. 02, 'Mercury Vapor Luminaires with Glare Shields, " and shall have an integral multiple circuit ballast conforming to Section 86 -5.13, "Ballasts ", of the Standard Specifications and these Special Provisions. Lamps shall be 400 watt color improved Mercury Vapor. The luminaires shall be provided with filters to purify air entering the optical assembly. Mercury vapor lamps shall have a minimum average rated life of 24, 000 hours. 7 -11 FIELD TEST Field tests shall conform to the provisions in Section 86 -2. 14 of the Standard Specifications and these Special Provisions. Turn -on of the new traffic signal systems shall not be made on a Friday or the day preceding a legal holiday. The Traffic Engineer shall be notified at least 48 hours prior to the intended "turn -on ". The initial turn -on shall be made during the hours between 9 :00 a.m. and 2:00 p.m. Prior to turn -on or change -over, all equipment as shown on the plans shall be installed and operable. All louvers, hoods, and signal heads shall be directed to provide maximum visibility. A knowledgeable representative for the manufacturer or distributor of the traffic signal controller equipment and components, exclusive of standard conduit, and conductors, shall be present for the initial portion, first day, of the functional test. A megger test at 500 volts DC shall be made on each circuit between the circuit and a ground, except magnetometer lead -in cable. The insulation resistance shall not be less than 100 megohms on all circuits including inductive loop detectors. 7 -12 FOUNDATIONS Foundations shall conform to the provisions in Section 86 -2. 03, "Foundations, " of the Standard Specifications and these Special Provisions. See Section 7 -15 of these Special Provisions for installations on N/E and S/E corners. Portland cement concrete shall conform to Section 90 -10, "Minor Concrete, " of the Standard Specifications and shall contain not less than 5 sacks of cement per cubic yard, except concrete for pile foundations shall contain not less than 6 sacks of cement per cubic yard. C -13 r 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) The top 2 inches of foundations shall be placed by Method A. In unpaved areas, a 4 -inch thick portland ce ment concrete pad shall be constructed in front of each controller cabinet. Said pad shall extend the full width of the cabinet foundation and shall cover an area 3 feet from the face of the cabinet foundation. Paragraphs 8 and 9 in said Section 86 -2. 03 of the Standard Specifications are amended to read: Anchor bolts, anchor bars, or studs and nuts shall conform to ASTM Designation: A 307. Nuts and washers for high strength anchor bolts shall conform to ASTM Designation: A 325. The minimum pitch diameter of the threaded portion of all anchor bolts, bars, or studs shall conform to the American National Standard for Unified Screw Threads (ANSI B1. 1), having a Class 2A tolerance before galvanizing. The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers each. Anchor bars or studs shall be provided with 3 nuts and washers each as shown on the plans. Welding shall not be performed on any portion of the body of high strength anchor bolts, anchor bars, or studs. Not less than 10 inches of the upper end of all anchor bolts, anchor bars, or studs, and all nuts and washers shall be galvanized in accordance with ASTM Designation: A 153. After galvanizing, the pitch diameter of the nuts may be tapped over ANSI B1. 1 Class 2B tolerance by the following maximum amounts: 5/8 inch through 1 inch 0.023 -inch oversize 1 1/8 -inch and larger 0. 033 -inch oversize Plumbing of the lighting standards shall be accomplished by adjusting the leveling nuts before placing motar or before the foundation is finished to final grade. Shims, or other similar devices shall not be used for plumbing or raking of posts, standards or pedestals. C -14 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) 7 -13 AS -BUILT PRINT The Contractor is required to submit to the Engineer 'As- Built" prints, prior to the City accepting the installations. The prints shall indicate in red all deviations from the contract plans, such as: locations of poles, pull boxes and runs, depths of conduit, number of conductors, and other appurtenant work, for future reference. 7 -14 STANDARDS Standards shall conform to the provisions in Section 86 -2. 04 of the Standard Specifications and these Special Provisions. The chased outlet shown on the plans in the mast arm mounting plate and in the arm mounting plate on the standard shall be 1 1/2- minimum diameter and shall be smoothed after galvanizing to facilitate installation of conductors without damage to conductor insulation. Installation of a chase nipple will not be required. The standards for traffic signals of the type XIX and XVII as specified in the plans, shall be modified, in that the luminaire mast arm shall be of the "short radius davit" type. Davit radius shall not be more than 30 inches. Standards and posts shall be fabricated in accordance with ASTMA 595 standards and shall meet the requirements of the Uniform Building Code of the State of California. Certain of the signal standards have special structural requirements due to extra loadings. The City will require the submittal of drawings and specifications relating to the structural design of these certain signal standards. Structural design of these standards shall be determined by the manufacturer, and shall be warranted capable of safely sustaining all of the intended loadings. The Contractor is cautioned to obtain approval of the Engineer prior to ordering these certains items of equipment, and none of these items may be incorporated into the work until said approval has been granted. Approval will be contingent upon the warrantee submittals of the manufacturer substantiating the ability of these standards to satisfactorily perform as intended. Information related to mast arm loadings and the necessary modification to provide electrical energy to illuminated street name signs is attached herein. 7 -15 REMOVING AND REPLACING IMPROVEMENTS Removing and replacing improvements shall conform to the provisions in Section 86 -2. 02 of the Standard Specifications and these Special Provisions. The installation of conduit, pull boxes and foundations shall not disturb the existing "exposed aggregate" walks on the northeast and southeast corners. Should it become necessary to replace any portion of the "exposed aggregate" the entire slab will be removed and replaced "in- kind" to match adjacent slabs,. except where noted otherwise. C -15 • • SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) Saw cutting of the "exposed aggregate" slab will not be allowed. Each "exposed aggregate" slab extends from the R/W to the curb and is separated from the next "exposed aggregate" slab by a radial of PCC. The PCC sections may be removed, as required, to facilitate conduit, pull box and standard installations. 7 -16 PAINTING Painting shall conform to the provisions in Section 86 -2. 16 of the Standard Specifications and these Special Provisions. Ail visible traffic signal equipment shall be painted white. Equipment to be painted white includes: Standards, mast arms, back plates, outside of hoods, luminaire covers, and controller cabinet. Equipment not to be painted white includes: Luminaire lenses, signal lenses, face of back plates, and the inside of hoods. Visible metal parts of internally illuminated street name signs shall be painted white. Special care shall be taken to minimize removal of the existing galvanizing. Excessive weld splatters or .foreign material buildups shall be removed by power grinding. Ground surfaces shall be immediately coated with the first phase of "system paint" and not allowed to remain unprotected overnight. "Protective Coating System ", as referred to in these Special Provisions shall include the application of the various protective coating materials after surface preparation as described herein. After the Contractor has selected the manufacturer for a "protective coating system" he shall use the same manufacturer for all material coatings applied. The Contractor shall be responsible for insuring that he utilizes the paint manufacturer's recommended application equipment and that he complies with the manufacturer's recommended drying time between coats of material. Previously applied coatings shall be clean and free from salt air deposits prior to applying additional successive coatings. The following alternate materials shall be used for the prime coat, intermediate coat and top (finish) coats. The Contractor shall use the manufacturer's recommended thinners and cleaners for each material used. Manufacturer's recommended pot life shall be adhered to. Date of manufacture shall be stamped on each material container. C -16 F- -,I {\ \\ {\ ZE ^\ � \ \� ® , , � > IN N } 1 It z {\ \\ {\ ZE 0 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) 7 -17 INTERNALLY ILLUMINATED STREET NAME SIGNS Internally illuminated street name signs shall conform to the requirements of these Specifications, the Plans, and Special Details No. 1, and No. 2 hereinafter. Illuminated street name sign fixtures shall be internally illuminated and capable of producing a clearly visible message. Signs shall be designed for mounting on signal mast arms as shown on the Plans. Sign panels shall easily swing open and closed, and shall be removable for quick and easy maintenance without use of tools. The overall weight of sign fixtures shall not exceed 75 pounds each. Contractor shall submit 2 complete sets of shop drawings for review and approval prior to performing any work on the signs. Drawings shall illustrate the size and assembly location of components. A. Reflectors - Finished surface of reflectors shall be acrylic baked white enamel with minimum reflective factor of 86 %. Design of the reflectors shall provide even illumination of the entire surface of the sign panels. B. Sign Panels - Sign panels shall consist of a translucent lens and Highway Green translucent plastic film. ''Highway Green'' color shall meet the requirements of Federal Color Standard 595a (Color No. 14109) and Bureau of Public Roads Color Standard No. 4. Colors for highway signs and detailed drawings of the standard capital and lower -case alphabets are available on request from the U. S. Depart- ment of Commerce, Bureau of Public Roads, Washington, D. C. The weather- exposed layer shall be of green translucent plastic film with cut -out letters. The nonweathe r -exposed layer shall be a translucent lens. Both materials shall be laminated together so that the street name messages will stand out in sharp permanent white -on -green contrast. Translucent lens shall be white acrylated, glass fiber reinforced, and shall have a thin coat of polyvinyl fluoride applied to one side of the lens at the time of manufacture. The lens shall be a minimum of 0. 060 inch in thickness, having a 16, 740 psi tensile strength (ASTM -638), and 16, 670 psi shear strength (ASTM -732). The lens shall be shatterproof. C -17 0 E SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) Highway Green translucent plastic film shall be of the polyvinyl chloride type. One side shall be coated with pressure - sensitive adhesive for easy application and adhesion to the side of fiberglass having polyvinyl flouride film. The translucent plastic film shall have high resistance to water, humidity and corrosion, and shall have a thickness of 0. 003 inch. Light transmission factor of the sign panel shall be approximately 0 to 1, letter to background ratio brightness. The sign panel assembly shall have a continuous extruded aluminum frame along the edge of both sides of the panel and shall be provided with vinyl gaskets to resist the entrance of water between frame and panel. The sign panel and message may be one piece premolded with embossed lettering provided plans are submitted to the City for prior approval. A catch shall be provided at the bottom of the sign panel and shall be fabricated as an integral part of the frame. C. Sign Messages - Letters shall be 8'' upper case and 6'' lower case, presented on panel length specified. Signs shall be double -faced as specified. D. Gaskets - Gaskets between the sign panel frames and the fixture housing shall be uniform and even textured and shall be of the closed call sponge neoprene type. Casketing shall be adequate to resist the entrance of water between the frame and the fixture housing. Gaskets shall be neatly applied to thoroughly degreased, clean surfaces with a suitable heat resistant adhesive which will not allow the gaskets to slip at a temperature of 160° F. E. Ballasts - Ballasts shall be of the high power factor type and shall be capable of starting the lamps at 0° F. and above. Ballasts shall be rated at 200 milliamperes for slimline lamps. Ballasts shall be listed by UL or Electrical Testing Laboratories for outdoor operation on 110 -125 volt, 60 Hz circuits and shall conform to the require- ments of ANSI Standards C82. 1 and C82. 2. C -18 0 0 SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) F. Lampholders - High voltage lampholders shall be listed by UL with a rating of 1, 000 volts and shall de- energize the primary system of the ballast when a lamp is removed. No live parts shall be exposed during relamping. The distance between the face of the lampholders for each lamp shall be designed to provide a compression of at least 0. 10 -inch on the spring -type lampholder when the lamp is in place. The lamp shall have positive mechanical and electrical contact when the lamp is in place. The socket on the spring -type lampholder shall have sufficient travel to permit installation of the lamp. G. Lamps - Each fixture shall be furnished with two 72T12 cool white, 430 MA, slimline, flourescent lamps which shall meet the requirements of ANSI Standard C78. Each lamp shall operate from a single -lamp ballast. H. Terminal Blocks - All wiring connections in the fixtures and on the ballast chassis shall be terminated on a molded, phenolic barrier type, two -pole terminal block rated at 15 amperes, 1, 000 volts, and shall have integral type, white, waterproof, marking strips. All current carrying parts of the terminal blocks shall be insulated from the fixture with integral plugs or strips to provide an insulating value in excess of the line -to- ground flashover voltage. If sectionalized terminal blocks are used, each section shall be provided with an integral barrier on each side and shall be capable of rigid mounting and alignment. I. Fuses - Fuses shall be of the miniature, slow -blow type, with appropriate current voltage rating. Fuseholders shall be the panel mounting type with threaded or bayonet type knob which grips fuse tightly for extraction. J. Conductors - Conductors from ballasts to fixtures and fixture wire shall be UL approved appliance wiring material (AWM) No. 16 AWG minimum, stranded, copper wire with 2/64 inch thermo - plastic insulation rated 1, 000 volt, 90° C. The manufacturer's name or trademark, wire size, insulation type letter designation and temperature rating shall be marked on the insulation or a certificate of compliance conforming to the provisions in Section 6 -1.07, "Certificates of Compliance ", shall be submitted by the manufacturer with each shipment of sign lighting fixtures. C -19 ! • SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd) External conductor cables shall be 3- conductor Type SJT. Cables shall be 6' long each and light gray color. Cables shall be shipped assembled and attached to individual sign housings with a weather -tight screwed fitting. Electrical conductors and ground shall be attached for use. Cables shall attach to the pole end of sign housings on the median line at locations specified herein. Lampholder conductors shall be of sufficient length to extend from the high - voltage sockets to fixture terminal block. If splicing is necessary, the splice shall be insulated to a rating equal to or greater than that of the fixture wire. Color coding shall match the coding of the ballast leads. K. Weep Holes - Screened weep holes shall be provided at strategic locations in the bottom shell of the fixture body to allow for drainage of any condensation or accumulation of moisture. L. Fasteners - All fasteners, screws, hardware, etc., shall be of stainless steel or aluminum, type 316 or 302. M. Mounting Assemblies - The top shell of the fixture housing shall provide for a full length interlocking adjustment for attachment to specially designed mounting brackets that shall have infinite adjustment throughout the entire length of the assembly. Hangers shall be bar stock with a 6" vertical adjustment for leveling after installation. Hangers and upper clamping assemblies shall be of sufficient strength and bearing as to prevent rotation or deformation under severe wind loading. The lower end of hangers shall provide for controlled rotational movement of sign housings by means of bronze sleeve bearings. The connection between hangers and mast arm clamps shall present a minimum of 4 sq. inches common bearing surface. N. Photocells - Electrical switching shall be by individual photocell control. Photocells shall be mounted mid -point along the median line of the top of sign housings, and shall be plug -in type. O. Message - 2 signs - Santa Rosa C -20 and 2 signs - Newport Center E �, 0 a = 1' - 6" for 7' long signs b = 13' -0" max. for Type XVI and Type XVII b = 17' -6" max. for Type XVIII and Type XIX 3/8" x 2" Hanger a 0 Photocell /-0' -3" Clearance sisv q a �SJT Cable and b Elbow Fittine aC'c'ofulet SECTION A -A ing Drip Loop) ASSEMBLY OF S /a& CDM(/E.(/TS c -zi SRKrIAL 46-7.4-1L W / a A a A o ro d f o [� U O � F m C-22 V A z �to a bA n LJ Ir Y N v ro k 0 A. " x � � m m oo,mN a(i Q V SPKC 14L META /L 7*2 • b Cd " a " 0 O N y O W " i Y O Y LL .� ro y N � o F / k W " _.. wit m m k 0 wco www w z w a A a A o ro d f o [� U O � F m C-22 V A z �to a bA n LJ Ir Y N v ro k 0 A. " x � � m m oo,mN a(i Q V SPKC 14L META /L 7*2 .a a " 0 O U N y O W " i Y O Y LL .� ro a v � o F / a A a A o ro d f o [� U O � F m C-22 V A z �to a bA n LJ Ir Y N v ro k 0 A. " x � � m m oo,mN a(i Q V SPKC 14L META /L 7*2 F 4 In -An L.int litiviliti2 MGM= MY opo I` ...... pon... 1F EYE EUs. I Q, 01 a a, M K� 1 T , Q poll "at h L on 1.01 4A L;L MI6 UPS X-Mum-MIA n A, 11 HISM lvvn-,4n�c chi 5 .... I A. . ..... - — ------ — ----- QUY A ..... ........ ..... o." ... ....... 4 HU M TtL 75 , .21 3 W WmAt 0" S h IMIRAM".. V 1 MWE ... Mz SRI IRS, Y Z clot Rq of ME! z 2 0 6, 111=145911 rat 7 z 0,00 vi H104 Aj �YkQ XNANUM." A AN KA M "Angivem. ATSMATM5.6-- �� 4, . LOA i 021 MEMO- H j 0 q I 0 00000 . ..... n00'.'.Mv why 000000 ....... Vn ry gala I I v"Mmilp n L O oNo j,5jjjQ0j —his i Him I - 6<aa MIN, lilts lot MIMI a 1 M oil: Tm.,6�1 . ...... .. ... of now Mal TJ 1 a fly 401 its 1 son sz; -intcli ZA I 51 DPW, TWA" ON 'UH, V ? into MIN sid 2 1 to .2, �! " Waco THE ST. PAUL INSURANCE COMPANIES r JAL U FIRE AND MARINE INSURANCE PANY ST. PAUL MERCURY INSURANCE COMST. PAUL MERCURY INSURANCE COMY CERTIFICATE OF INSURANCE This is to certify that the following policies, subject to the terms, conditions and exclusions have been issued by this Company. The Company will mail to the party to whom this Certificate is issued a record of any material change in or can- cellation of said policy or policies but takes no responsibility for failure to do so. NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUEC • CITY OF NEWPORT BEACH CITY HALL 3300 W. NEWPORT BLVD. NEWPORT BEACH, CA. SMITH ELECTRIC COMPANY, A CORPORATION d /b /a SMITH ELECTRIC AN INDIVIDUAL d /b /a SMITH ELECTRIC COMPANY 10792 KNOTT AVE., STANTON, CA. 90680 n TYPE OF INSURANCE & POLICY NO. DATE LIMITS OF LIABILITY WORKMEN'S EFFECTIVE EXPIRATION COMPENSATION STATUTORY — In conformance with the Compensation Law of the State of: PUBLIC LIABILITY BODILY INJURY PROPERTY DAMAGE Each Person Each Occurrence Aggregate Each Occurrence Aggregate 661NA6213 9 -1 -72 9 -1 -75 500,000. 500,000. 500,000. 250,000. 500,000. AUTOMOBILE Each Person Each Occurrence r. ., " "' Each 1 LIABILITY 661NA6213 9 -1 -72 9 -1 -75 500,000. 500,000. 'a 250,000. '^ .... IT IS HEREBY UNDERST OD AND AGREED THAT THE P LICY TO WHI THIS CERTIFICATE UNTIL TEN (10) DAYS fFTER RECEIP1 BY THE CITY CLERK OF THE CITY OF NEWP RT BEACH, CITY HALL, NEWPORT BEACH, CALIFO NIA, OF A RE ISTERED WRIITEN NOTICE OF SUCH KtMAKKS- This CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by these policies. JOB: CONTRACT NO. C -1475 POLICY BEING ENDORSED NAMING CERTIFICATE HOLDER AS ADDITIONAL INSURED. 6 -11 -73 Dated 14842COI Rev. 2 -71 Printed in U.S.A. By AYAHERTY, ADAM r j 0 1 P June 20, 1973 TO: CITY CLERK FROM: Public Works Department SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. 1475 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certifi- cates, and return the remaining copies to our department. The date of execution is to be June 21, 1973. Don Webb Project Engineer hh Att. 0 . SECTION D PROPOSAL FOR INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. C -1475 FEDERAL AID TOPICS PROJECT NO. T -3041 (214) in and for the CITY OF NEWPORT BEACH CALIFORNIA Project Plans: T- 5064 -S (2 sheets) Completion Time: 120 calendar days Bid to be received on May 18, 1973 until 11:00 a.m. LIQUIDATED DAMAGES $ 50 PER DAY SUBMITTED BY: / f Contractor r� Address I /ity Zip t -7i di- e-,) 7-,-� PZ�O Phone -,/*// `I, e, 07" 0 O TOTAL BID PRICE r • PROPOSAL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. C -1475 FEDERAL AID TOPICS PROJECT NO. T -3041 (214) BIDDING SHEET To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans, Special Provisions, and Construction Details and hereby proposes to furnish all materials and do all the work required to complete Contract No. C -1475 in accordance with the Plans and Specifications, and will take in full payment therefor the following Lump Sum prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 1. Lump Sum Construct traffic signal and highway lighccting-//. chit iI,f�[% .�I7Ca LC,• �11C.17C.2R OC.t��' (VA l(YtxcnFf' ,. P Dollars and ���� Cents $ '�%y F'Z,, fl 6 Lump Sum D -2 • PROPOSAL BIDDING SHEET TOTAL PRICE WRITTEN IN WORDS: Dollars ' I and Cents CONTRACTOR'S LICENSE NO. 33yin BIDDER" DATE 1 t ,. I f ��'j';�j AUTHORI TELEPHON ADDRESS $ Y=2 4.f?-, 00 NOTE: CONTRACTOR SHALL DESIGNATE THE CONTROLLER SUPPLIER BELOW. D -3 PROPOSAL SIGNATURE SHEET AND AFFIDAVIT All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. If licensed in accordance with the Statutes of the State of California providing for s the registration of Contractors, License No. - gi l q co Classification —/ O Accompanying this proposal is , Certified Check, Cashier's Check or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 7/�- Jfw- /- -3k % -� P one Number h � le t ' t Date Authorized Signature Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: SUMMIT INSURANCE COMPANY OF NEW YORK 1900 Two Shell Plaza Houston, Texas 77002 Bond No. 270646 PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, SMITH ELECTRIC COMPANY 10792 Knott Avenue, Stanton, California 90680 as Principal, and the SUMMIT INSURANCE CO. OF N. Y. , a corporation organized under the laws of the State of New York as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the obligee) 10% o BI not to Excee in the full and just sum of FIVE THOUSAND AND NO/100 -------------- Dollars, (S 5,000.00 for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for _ Traffic signals and highway lighting @ Newport Center Drive East and Santa Rosa Drive Contract #1475 NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and Sealed this 18th day of May 19 73 SICONY -137 SMIT ELECTRIC COMPANY B 77Z,c, NCE OMPANY OF NEW YORK Carl Mann, ATTORNEY -IN -FACT \ \. § /kk� ]f (2\ CO \ \ \\ ±f 2&3 � /(}\ §f;E {! ®k \ C) \ -aw \ ®``� CA 2 \ ;\O :(e & 3 k }/ 4' ""SUMMIT INSURA#kE 'COMPANY OF NEWJORK 250 270646 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the SUMMIT INSURANCE COMPANY OF NEW YORK, a corporation of the State of New York, having its principal offices In the City of Houston, Texas, does make, constitute and appoint. Carl Mann, Joe Strance, Sid Samson its true and lawful Attorney(s) -in fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts to suretyship, in behalf of: SMITH ELECTRIC COMPANY as Principal and City of Newport Beach as Obligee provided that no bond or under taking or contract of suretyship executed under this authority shall exceed the amount of : not to exceed — $250,000° This Power of Attorney is granted and is signed and sealed by facsimile under and by the following Resolution adopted by the Board of Directors of SUMMIT INSURANCE COMPANY OF NEW YORK at a meeting duly called and held on the 8th day of August, 1972: "RESOLVED, all bonds of the corporation shall be executed in the corporate name of the company by the President or Vice president, or by such other officers as the Board of Directors may authorize. The president or any vice president, secretary or any assistant secretary may appoint attorneys in fact or agents who shall have authority to issue bonds in the name of the company. The corporate seal is not necessary for the validity of any bonds of the corporation." IN WITNESS WHEREOF, the SUMMIT INSURANCE COMPANY OF NEW YORK has caused these presents to be signed by its officer undersigned and its cor porate seal to be hereto affixed duly attested by Its secretary this 12th day of September, 1972. SUMMIT INSURANCE COMPANY OF NEW YORK 'n r "p` Attest_\ By' /�L4dA^� Secretary !! Pr sident STATE OF TEXAS I ss. COUNTY OF HARRIS ) On the 12th day of September, 1972, before me personally came Kenneth F. Cooke, to me known, who being by me duly sworn, did depose and say: that he residesin the County of Harris, State of Texas; that he Is the President of SUMMIT INSURANCE COMPANY OF NEW YORK, the corporation described and which executed the above instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. / 1 Notary Public BARBARA ANN ETTE RD o Notary Public in and for Harris Texas STATE OF TEXAS 1 My Commission Expires June ne 1 1, , 19 19]3 1 "' CERTIFICATE COUNTY OF HARRIS 1 I, the undersigned, duly elected to the office stated below, now the incumbent in SUMMIT INSURANCE COMPANY OF NEW YORK, a New York Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Houston, Texas. Dated the 12th day of September, 1972. J� V SEAL Secretary ' A� • PROPOSAL DESIGNATION OF SUB - CONTRACTORS L The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 3. 4. :IN 7. IM 11. 12. M I /f, v6k" _ Ui ' J /� uiuuer s name Signature Type of Organization (Individual, Co- partnership or Corp.) Addfess PROPOSAL NON - COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay,'deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this a g 1973 day of A ,4 My commission expires: D -7 Ile Notary Public vrri�.v�� .,, TECLA M. MANAZER NUTA..RY PUBLIC, . CALIFORNIA PRINCIPAL Oi PICF IN ORANGE COUNTY My Commission Expires iaeuary 25, 1976 D -7 Ile Notary Public c, (� D -7 Ile Notary Public 0 0 PROPOSAL CER7IFTCATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder V' Proposed subcontractor hereby certifies that he has ✓ , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has tl�, has not , filed with the Joint Reporting Committee, the director of the Office of Federal Contract Compliance, a Federal Government'tontracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. %1t l i7 3 Date Note: T e above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60- 1.8(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless sucii contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the director, Office of Federal Contract Compliance, U. S. Department of Labor. own . . AD 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FEDERAL AID TOPICS PROJECT NO. T -3041 (214) FOR INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE INTERSECTION CONTRACT NO. 1475 ADDENDUM NO. 1 Add to Section C 7 -14 Standards May 10, 1973 to be painted New standards, mast arms, posts and other ferrous materials /shall not be galvanized. Delete Section C 7 -16 Painting and add the following Section. C 7 -16 Painting Painting shall conform to the provisions in Section 86 -2.16 of the Standard Specifi- cations and these Special Provisions. All visible traffic signal equipment shall be painted white using the "Protective Coating System" referred to in these Special Provisions. Equipment to be painted white includes, but is not limited to: Standards, mast arms, back plates, outside of hoods, luminaire covers, controller cabinet and visible metal parts of internally illuminated street name signs. Equipment not to be painted white includes: Luminaire lenses, signal lenses, face of back plates and the inside of hoods. Excessive weld splatters or foreign material buildups shall be removed by power grinding. All ferrous metal surfaces to be painted shall be cleaned of all exist- ing paint, rust, dirt, oil,grease and foreign material by near white metal blast cleaning in conformance with the Surface Preparation Specifi- cations No. 10 (Near -White Blast Cleaning) as established by the Steel Structures Painting Council (SSPC- 10 -63). Spot reblast to remove any contamination; solvent- wiping is not satis- factory. All sand shall be removed from the surfaces by brush or industrial vacuum. Blasted surfaces shall be immediately coated with the first phase of "system paint" and not allowed to remain unprotected over- night. The preparation of non - ferrous metal surfaces shall be in accordance with the recommendations of the manufacturer of the "Protective Coating System" which is used. AD 2 of 2 "Protective Coating System" as referred to in these Special Provisions shall include the application of the various protective coating materials after surface preparation as described herein. The accept- able systems are shown on the following chart. After the Contractor has selected the manufacturer for a "Protective Coating System" he shall use the same manufacturer for all material coatings applied. The Contractor shall be responsible for insuring that he utilizes the paint manufacturer's recommended application equipment and that he complies with the manufacturer's recommended drying time between coats of material. Previously applied coatings shall be clean and free from salt air deposits prior to applying additional successive coatings. The Contractor shall use the manufacturer's recommended thinners and cleaners for each material used. Manufacturer's recommended pot life shall be adhered to. Date of manufacture shall be stamped on each material container. SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL 0(. 4pa Don Webb Project Engineer 3 DaDate eived K V. k F V. V. F a C k k C a C C k F a k F a `s V U C 0o to E 'd N Y p V b O b V E T b U r N a N m E i 0 m c x V .G Y E M U T � 4 i O N to Idm O N « G �x 4E V 4 Q � ' lip U N Vt N N ti j N N • � N _ O U m S O O O ' N m u � � ti > i; E r N V .Iti m V 0 OM O u� b enO .G m h.Gir s >ax =¢ xciw3 a> i�- y O U m ,C v no r x U a t� y W N T U b ae F m 4 3 M b � >u3 >a, T y ' 0 V Lti 0 q xUa � u u u a y EF c by + rJ`1x ba�� > ° ey.0 �.G u N y u V O V 0 O u O OcS U).0dis :dN ..G. GL Na m m m A F m v o b y a o U U G p o y Ek 00 7> y m q v E Ym m c ° E v� O. F w F. v �F m CO m m 01 1 4 6 m v A V U C 0o to E 'd N Y p V b O b V E T b U r N a N m E i 0 m c x V .G Y E M U T � 4 i O N to Idm O N « G �x 4E V 0 RESOLUTION NO. 19 9 • 1 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR INSTALLATION OF TRAFFIC SIGNALS AT NEWPORT CENTER DRIVE EAST - SANTA ROSA DRIVE, CONTRACT NO. 1475 WHEREAS, pursuant to the notice inviting bids for work in connection with the installation of traffic signals at Newport Center Drive East - Santa Rosa Drive, in accordance with the plans and specifications heretofore adopted, bids were received on the 18th of May, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Smith Electric Co.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Smith Electric Co. for the work in the amount of $49,602.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that, subject to the approval of this award by the Federal Highway Administration, the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this day of MAY ;? 9 1973 1 1973. Mayor ATTEST: City Clerk DON dm 5/29/73 W-4 Adik - 7E m 0 --1.- < M, m p :! Im [ 2 Dr YQ rn Dl on m (� t a) 4 Ln r TI I rl 7-1 naa rT) c 0 As, ll� E 1 I i� rJ 1 ti i , i ( i I i I � �� in zim r 7 Ml - 7E m 0 --1.- < M, m p :! Im [ 2 Dr YQ rn Dl on m (� t a) 4 Ln r TI I rl 7-1 naa rT) c 0 As, ll�