HomeMy WebLinkAboutC-1476(B) - Engineering services, Construct traffic signal, 16th & Dover, Cliff & Dover, Balboa & Palm0 4—
February 22, 1974
Paul Gardner Corporation
901 South Sultana Avenue
Ontario, CA 91761
Subject: Surety : Flederal Insurance Corany
Bonds No. 80572816
Project Traffic signals and street improvements
Irvine Avenue and Highland Drive
Dover Drive and Sixteenth Street
San Joaquin Hills Road and Santa Cruz Drive
Contract No.: 1476
The City Council on January 14, 1974 accepted the work of subject
project and authorized the City Clerk to file a Notice of Coo-
pletion and to release the bands 35 days after Notice of Om pletim
has been filed.
Notice of Completion was filed with the Orange County Recorder on
February 5, 1974, in Bock 11070, Page 472. Please notify your
surety oomparny that bonds may be released 35 days after recording
date.
Laura Logics, C. ".C.
City Cleric
swk
cc: Public Works Department
RECORDING REQUESTED.
BY AND MAIL TO
Laura Lagios, City Clerk
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92660
2903
FREE
C8
NOTICE OF COMPLETION
PUBLIC WORKS
eK 11070VO 472
99CORDED IN OFFICIAL RECORDS
OF ORANGE COW-!TY, CALIFORNIA
9 :05 A.M. FEB 5 1974
J, WYLIE CARLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on December 11, 1973
the Public Works project consisting of Federal Aid Topics Project - Tra€fic Signals
and Street Improvements at Irvine .Avenue i an Drive, Dover Drive/ ixteenth Street,
San Joaquin Hills Road /Santa Cruz Drive (C -1476)
on which
was the contractor, and
was the surety, was completed.
VERIFICAT
I, the undersigned, say:
CITY OF NEWPORT BEACH
rector
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.
0
` vA ,�
6 9
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 Federal Aid Topics Project - Traffic
Signals and street improvements
Avenue /Highland Drive, Dover Drive /Six - Contract No. 1476
teenth Street, San ibaquin Hills F07MV& Cruz Drive
on which pawl Gardner Corporation was the Contractor
and Federal Insurance Comoan4 was the surety.
Please record and return to us.
Very truly yours,
Laura Dios
City Clerk
City of Newport Beach
LL:
Encl.
r=
recordirk° requested b;, 9K 11060PO 822
and -.ail to: 9 13712
City of ::e?!;=ort Beach
city Clero:
3300 ?.r. i.e ,ort Blvd.
el,;port --ach, CA. 92660
FREE
NOTICE OF COMPLETION
PUBLIC WORKS
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:0e A.M. JAN 21 1974
J. WYLIE CARLYLE, Courr; ;• ;i"erder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on December 11, 1973
the Public Works project consisting of Federal Aid Topics Project - Traffic Signals
and street improvements at Irvine Avenue/Highland Drive, Dover Drive /Sixteenth Street,
San Joaquin Hills Road /Santa Cruz Drive (C -1476)
on which
was the contractor, and
was the surety, was completed.
CITY OF NEWPORT BEACH
,--% , /�
Director
VERIFICA ION
I, the undersigned, say: \�
I am the Public Works Director of t City of.Newport Beach; the foregoing
Notice of Completion is true of my own knowle e.
I declare under penalty of perjury that the egoing is true and correct.
i
Executed on January 17, 1974 at Newp t Beach, California.
VERIFICATI N OF CIT
ERK
I, the undersigned, say: \ /
I am the City Clerk of the City of Newport Beach; the City Cou i1 of said
City on January 14, 1974 accepted the above describ d 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.
I
at your service since 1419 ow QE WISE
(DWI AD= TADD99,N), CODo
9?aW' �ed 7JOrurel� � �nd �aAe' akwal,
POST OFFICE BOX 330 • 5435 PECK ROAD • ARCADIA, CALIF. 91006
January 14, 1974
City of Newper t Beach
3300 Newport Blvd.
Newport Beach, Calif. 92660
Attention: Mr. G. P. Dunigan, Jr.
Dear Mr. Dunigan,
Please find enclosed a release on the stop notice filed on
the job at Irvine & Highland. We have received payment
from Patco in the amount of $652. 33.
Very truly yours,
TELEPHONE
AREA CODE 213
283 -0551
443 -0111
OWE ROCK PRODUCTS CO,
D. E. Sutton
�!
Credit Manager
;
�i
DES:pjP
JAN 1 1974
Dett
'
COPIES SENT T0:
0 Mxynr
M.n.Or
19 A1lurecy
I'uLHr Works Dimetar
IIJII tIIIIj`DrreRID!
CEIYEO�
Ep
C WORK S
�Dmtllmed
'1
LJAN "1974► 9
ITY OF
ORT BEACH, ��
CALIF,
f
0 0
OWL ROCKS PROOUCTS CO.
0 A 6-r9eG
ME VA O 6 -9921
NEWMARK N -6761
��c� • �J�zn.d' � �Qeom�o�ecl �r, �z�u�,
RELEASE OF WITFIdOLD NOTICE
KNOW ALL MEN by these Presents:
That the undersigned Owl Rock Products Co.
POST OFFICE BOX 509
500 SO. ALAMEDA STREET
COMPTON, CALI FORNIA
a corporation , created and existing under and by virtue of the
laws of the State of California, with its principal place of business
in the County of Los Angeles, does hereby release that certain
Withhold recorded with Cit5L of NPwy?ort Beach
and in which Withhold Notice
City of Newport Beach is named as owner of property
described, and does hereby release the premises described as follows:
Irvine &
Highland,
Newport
Beach
Dated this 14th
day of
January
lg 74
OWL ROCK PRODUCTS CO.
By
Tr
on, re it manager
' Notary
e ■f
>
u2)
\
a5
a#E
4
aa§/
15u)
L, 0R;)
-
�
i k)
cd
\
vi
\
�
\ §§ §�
,
•
k
}
-
/
�
\.
.
NOTICE. TO
Stop Noti &'e,
(Public Body or Lend
DEC 1 1973
Hera ._ .............................._
COPIES SENT TO: /s7/ i
Mayor
Manager
r Li
Prime Contractor: Paul Gardner Corp. -901 So. Sultana Ave. - Ontario, Calif.
Subcontractor (if anv) Patco -612 Orchid- Corona Del Mar, Calif, 92625
Owner or Public Body: City of Newport Beach
Improvement known as Irvine & Highland- Newport Beach
in the City of Newport Beach , County of Orange
State of California.
OWL ROCK PRODUCTS CO. "claimant," a Corporation
lCorporationlPartnershiplSole Proprietorship/
furnished certain labor and /or materials used in that certain work of improvement situated in the City of
Newport Beach . County of Orange
Slate of California, known as: (name and address of project or improvement;_
Irvine & Highland— Newport Beach
That the said claimant sold and delivered to:
Patco -612 Orchid, Corona Del Mar
(SubeolitractorlCbntractor /Owner - Builder)
erecting or constructing said work of improvement or a portion thereof -; the aforesaid labor and /or materials being, to
wit: (describe material and labor in detail)
Total value of material /labor agreed to be furnished .......... 4652.33
Total value of material /labor actually furnished is ..............................S 652.33
Credit for materials returned, if any ......... ..............................S —0—
Amount paid on account, if an S —0—
Amount due after all just credits and offsets ... ..............................S 6+52.33
AND YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project
to satisfy claimant's demand in the amount of S 652.33 , as provided in Sections 3156 thru 3214 of the
Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as
provided by law.
A bond is not attached. l'No bond required on public jobs/
(islis not)
Date Dec. 6, 1973
Verification for Partnership or
Sole Ownership
STATE 01' CALIFORNIA
COUNTY OF SS
(Claimant or Representative)
being first duly sworn deposes and says that—he is
(Owner, Partner or Agent)
of
(Firm Name)
named as claimant in the foregoing claim: that—he has read
said claim and knows the contents thereof, and that the facts
therein stated are true.
x
JSignanoe of Affront)
Subscribed and sworn to before me this
day of 19_
Notary Slamp
Slump
Name of Claimant: OWL ROCK PRODUCTS CO.
/Firm Name)
By
D.E. Sutton, Credit Manager
(official Capacity;
Verification for Corporation
STATE 01' CALIFORNIA
COUNTY OF SS.
Los Angeles
A.E. Sutton
(Claimant or Representatirel
being first duly sworn deposes and says that—he is
Credit Manager
(Official Capacitvl
of OWL ROCK PRODUCTS CO.
(Exact Corporare Name)
the corporation that executed the foregoing claim: that
_he makes this verification on behalf of said corpora.
tion; that —he has read said claim and knows the con.
tents thereof, and that the facts therein stated are true.
X ,f
D.E. Sutton,lR(�ieedril, knager
Subscribed and sworn to before me Ibis 6th
day of / December . 1973
-OFFICIAL SEAL
Karen Lee Schuler
Notary NOTARY PUBLIC • CAN/O~
Stamp PRINCIPAL (M►ICL IN
LOS ANOFLIM COUNW
Mr C- N=Issi ^m E -pim June 8, 1915
ah Commission I'.%pins My Commission F%puc,
Original of above notice received this day of Irl
RMDCA rORM 4 (REV. 171)
wks Director
Director
YA �im-a I
I
L
E
N
` D
E
R
C�
V
C
O
11
Y
} CALIFORJVA PRELIMINARY
IN ACCORDA E WITH SECTION 3097 AND 3098. CALIFORNIA ?TICE IL CODE
THIS IS NOT A LIEN, THIS IS NOTA REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR
YOU ARE HEREBY NOTIFIED THAT ...
Owl Rock Products Co.
(name of person or firm furnishing labor; servic.
CONSTRU ION E equipment or material)
r
L
CT L NDER or
Reputed Construction Lender, if any.
FOLD HERE
OWNER or PUBLIC AGENCY
or Reputed Owner (on public work)
(on private work)
F -1
City of Newport Beach
3300 Newport Blvd.
Newport Beach, Calif.
L _J
Construction loan no. (if known)
FOLD HERE
ORIGINAL CONTRACTOR or
Reputed Contractor, if any
F
Paul Gardner Corp.
901 So. Sultana Ave.
Ontario, Calif.
L J
_5435 Peck Rd_
(address of person or firm furnishing labor, services.i
Arcadia, Calif_ 91006
equipment or material)
has furnished or will furnish labor, services, equipment or
materials of the following general description:
Ready Mixed CnnrreCe and /n
(general escription of the labor, services, equipment or
Sand & Gravel
material furnished or to be furnished)
for the building, structure or other work of improvement
locatedat: Irvine & Highland
(address or description of job site
sufficient for identification)
The name of the person or firm who contracted for the
purchase of such labor, services, equipment or material is:
Patco
(name and address of person or firm)
428', Orchid
Oorona Del Mar. Calif. 92625
An estimate of the total price of the labor, services,
equipment or materials furnished or to be furnished is:
$ As Needed
(Dollar amount must be furnished to construction lender
optional as to owner or contractor)
Trust Funds to which Supplemental Fringe Benefits are
Payable.
(name) (address)
(name) (address)
(name) (address)
(Material men not required to furnish the above)
If bills are not paid in full for labor, services, equipment
or materials furnished or to be furnished, the improved
property may be subject to mechanic's liens.
Dated: /-,JULY 30, 1973
D(. grg:11ie5lutton, Credit Managa"c'
Telephone Number ( )
This form (No. 594 Revised) distributed through BUILDING MATERIAL DEALERS CREDIT ASSOCIATION - (213) 3827151
Date Jtm 18, 1978
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1476
Project TMV SigrmUA t Sttwt /7MCS Plop
Dover Drive 9 16th Street - San Joaquin Rills
Pbed and Santa Qfw Drive
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Patin Gw4fler M.
Address: 901 South Soltaaa Avows, OTtari+o. CA 91761
Amount: 136.987.00
Effective Date: 6 -14 -73
Resolution No. 7996
Laura Lagios
LL-dg
Att.
cc: Finance Department Q
ENDORSEMENT
Los Angeles, Ca. 90010
Date of Endorsement JUNE 14, 1973
Name of Insured PAUL GARDNER CORPORATION
" AMENDED ENDORSEMENT "
THIS POLICY SHALL SPECIFICALLY INSURE THE CITY OF
NEWPORT BEACH, 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 CITY OF NEWPORT BEACH
All other terms and conditions remaining unchanged.
This endorsement is attached to and hereby made a part of Aktbq)Xiq.
of-- _ ---
Frank B. F._..
INSURANCE
LOS ANGELES
�A.
ra
Arnold von Massenhausen Agent
I
Funk B. Hall &CI r
q RECEIYED
Brander Division PUBLIC WORKS i
3600 WILSHIRE BOULEVARD, LOS ANGELES, CALIFORNIA 90010 • (2131 388 - 9411. JUN 111973
VERIFICATION OF INSURANCE CITY OF
(THIS VERIFICA "I ION OF IN4L'RANCE NEITHER AFFIRMATIVELY' �� NEWPORT BEACH, 1
NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE, CALIF.
LIMITS, TERMS OR CONDITIONS OF THE POLICIES IT VERIFILS) ` .q j
To: CITY OF NEWPORT BEACH
3300 West Newport Boulevard Dote:
Newport Beach, California 92660 June 6, 1973
The following policies have been issued to:
PAUL GARDNER CORPORATION
901 South Sultana Avenue
Ontario, California 91761
SUBJECT OF INSURANCE Ri renal T.i nh +inn z r-'h nnneT i o.1-4
TYPE OF POLICY
COMPANY AND
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
WORKMEN'S COMPENSATION AND
EFF. 7 -1 -72
California STATUTORY
INDUSTRIAL
EMPLOYERS' LIABILITY
INDEMNITY
EXP. 7 -1 -73
$ 100 , 000. ONE ACCIDENT AND
COMPANY
AGGREGATE DISEASE
CU 603 4846
UNLIMITED IN CALIFORNIA
COMPREHENSIVE GENERAL LIABILITY
INDUSTRIAL
INDEMNITY
BODILY INJURY
COMPANY
EFF. 7 -1 -72
$ 100,000. EACH PERSON
EXP. 7 -1 -73
S 300,000. EACH OCCURRENCE
AGGREGATE COMPLETED
OPERATIONS AND PRODUCTS
LG 680 4051
PROPERTY DAMAGE
$ 50,000. EACH OCCURRENCE
AGGREGATE CONTRACTUAL,
PREMISES, OPERA T :CNS,
PROTECTIVE, CO':.PLE1 "ED
OPERATIONS AND PRODUCTS
COMPREHENSIVE AUTOMOBILE
INDUSTRIAL
LIABILITY
INDEMNITY
COMPANY
BODILY INJURY
EFF. 7 -1 -72
$ 100,000. EACHPERSON
LG 680 4051
$ 300,000. EACHOCCURRENCE
PROPERTY DAMAGE
EXP. 7 -1-,73
$ 50 000. EACH OCCURRENCE
UMBRELLA LIABILITY
INDUSTRIAL
ff:7 -1 -72
DIFFERENCE BETWEEN PRIMARY
INDEMNITY
LIMITS NOTED ABOVE AND
COMPANY
o
xp:7 -1 -73
$1,000,000. COMBINED SINGLE
LC 689 4070
LIMIT
(.Ce �1
BYArno von Massen ausen
ZNDC,7Z--\
Name or Insured PAUL GARDNER CORPORATION
Los Angeles, Ca. 90010
L-Ate of E--,dorsement June 6, 1923
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO
WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED,
MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO LAPSE
UNTIL TEN(10) DAYS AFTER RECEIPT BY THE CITY CLERK OF
THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH,
CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH
CANCELLATION OR REDUCTION OYCOVERAGE.
All other terms and conditions remaining unchanged. Certificate of Insurance
This endorsement is attached to and hereby made a part of)MX3%kbD.
Al
of -InduB
-t:x-ia1—jnd.e=LLy--Coznpany
Frank B. Hall &Co. T
INSURANCE Arnold von M e n
LOS ANGELES
RL/AvM/s
rank B. Hall &C(:!
Brander Division
3600 WILSHIRE BOULEVARD, LOS ANGELES, CALIFORNIA 90010 • 1213) 388 -9411
VERIFICATION OF INSURANCE
(THIS VER IF ICA'F[ON OF ( \SCRAN CE NE I! iLR AFFI RMATI \'ELY
NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE,
LIMITS, TERNIS OR CONDITIONS OF THE POLICIES n VERIFIES)
To: CITY OF NEWPORT BEACH
3300 West Newport Boulevard
Newport Beach, California 92660 Date: June 6, 1973
The following policies have been issued to:
PAUL GARDNER CORPORATION
901 South Sultana Avenue
Ontario, California 91761
SUBJECT OF INSURANCE Signal Lightinq & Channelization, Contract C -1476 Pqc 3305
TYPE OF POLICY
COMPANY AND
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
WORKMEN'S COMPENSATION AND
EFF. 7 -1 -73
California STATUTORY
INDUSTRIAL
EMPLOYERS' LIABILITY
INDEMNITY
EKP 7-1 -74
$ 100,000. ONE ACCIDENT AND
COMPANY
AGGREGATE DISEASE
CU 702 42 19
UNLIMITED IN CALIFORNIA
COMPREHENSIVE GENERAL LIABILITY
INDUSTRIAL
INDEMNITY
BODILY INJURY
COMPANY
EFF. 7-1 -73
$ 100,000. EACH PERSON
EXP. 7-1 -74
s 300,000. EACH OCCURRENCE I
AGGREGATE COMPLETED
OPERATIONS AND PRODUCTS
LG 696 64 16
PROPERTY DAMAGE
$ 50,000. EACH OCCURRENCE
AGGREGATE CONTRACTUAL,
PREMISES, OPERATIONS,
PROTECTIVE, COMPLETED
OPERATIONS AND PRODUCTS
COMPREHENSIVE AUTOMOBILE
INDUSTRIAL
LIABILITY
INDEMNITY
COMPANY
BODILY INJURY
EFF. 7 -1 -73
$ 100,000, EACHPERSON
$ 300,000 EACHOCCURRENCE
LG 696 64 16
PROPERTY DAMAGE
EXP.
7 -1 -74
$ 000. EACH OCCURRENCE
50
UMBRELLA LIABILITY
INDUSTRIAL
DIFFERENCE BETWEEN PRIMARY
INDEMNITY
ff: 7 -1 -73
LIMITS NOTED ABOVE AND
COMPANY
xp: 7 -1 -74
$1,000,000. COMBINED SINGLE
LC 689 4070
LIMIT
BY GZG���i.1�tl
Arnold von Massenhausen
g
Los Angeles, Ca. 90010
rate of E ^6orsement June 6, 1973
Name of Insured PAUL GARDNER CORPORATION
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO
WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED,
MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO LAPSE
UNTIL TEN(10) DAYS AFTER RECEIPT BY THE CITY CLERK OF
THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH,
CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH
CANCELLATION OR REDUCTION OF COVERAGE.
All other terms and conditions remaining unchanged. Certificate of Insurance
This endorsement is attached to and hereby made a part of>MX=M0•
of
Frank B. Hall &Co.
INSURANCE
LOS ANGELES
RL /AvM /s
von Massenhausen
9
TO: CITY CLERK
FROM: Public Works Department
0-
June 15, 1973
SUBJECT: CONSTRUCTION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AND
STREET IMPROVEMENTS AT DOVER DRIVE AND 16TH STREET -
SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE
Attached are four copies of the subject contract documents. Please have
executed on behalf of the City, retain your copy and the insurance certifi-
sates, and urn the remaining copies to our department.
Please indicate the execution date of the contract as June 14, 1973.
�( Z?1,6Y,
Don Webb
Project Engineer
hh
Att.
�;.
_s:
,. a... t�.��� .
.�:
�.t r
CITY CLERK
SECTION D
PROPOSAL
FOR
CONSTRUCTION OF TRAFFIC SIGNALS
AND
HIGHWAY LIGHTING AND STREET IMPROVEMENTS AT
IRVINE AND HIGHLAND - ZOTH STREET
DOVER DRIVE AND 16TH STREET
SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE
CONTRACT NO. C -1476
FEDERAL AID TOPt�OJECT NO. T -3041 (199)
in and for the
CITY OF NEWPORT BEACH
CALIFORNIA
Project Plans: T- 5066 -S (5 sheets)
Completion Time: 180 calendar days
-Bid to be received on May 3, 1973 until 10:00 a.m.
LIQUIDATED DAMAGES $100 PER DAY
D -1
SUBMITTED BY:
Paul Gardner Corporation
Contractor
901 South Sultana Avenue
�
Address
r
RECEI
Ontario, California 91761
PUBLIC
City zip
JUN 1 1
714/984 -1714
CITY OF)
NEWPORT
Phone
CALIF
$138,987.00.
co -
TOTAL BID PRICE
D -1
0 PROPOSAL Is
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF TRAFFIC SIGNALS
AND
HIGHWAY LIGHTING AND STREET IMPROVEMENTS AT
IRVINE AND HIGHLAND - 20TH STREET
DOVER DRIVE AND 16TH STREET
SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE
CONTRACT NO. C -1476
FEDERAL AID TOPICS PROJECT NO. T -3041 (199)
BIDDING SHEET
t 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 -1476 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 signals and highway
lighting and roadway improvements at
Irvine Avenue - Highland -20th Street
(Location "A ") dr
@ on
Fifty -e Thousand Seven Hun Kllars
and
No Cents $ 51,700.00
Lump Sum
2. Lump Sum Construct traffic signals and highway
lighting and roadway improvements at
Dover Drive - 16th Street
(Location 'B ")
@Fort_y -one Thousand Five Hundr5ollars
and
No
Lump Sum
D -2
Cents $ 41,500.00
i
Bidding Sheet (Cont'd)
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
3. Lump Sum Construct traffic signals and highway
lighting and roadway improvements at
San Joaquin Hills Road - Santa Cruz
Drive
(Location "C ") Forty -five Thousand
@ Seven Hundred Eighty -seven Dollars
and
No Cents
Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
One Hundred Thirty -eight Thousand
Nine Hundred Eighty -seven Dollars
and
No Cents $ 138,987.00
$ 45.,787.00
CONTRACTOR'S LICENSE NO. 172258 BIDDER'S NAME S/ Paul R. Gardner, Jr.,
Vice Presi dent
DATE May 3, 1973 AUTHORIZED SIGNATURE S/ R. M. Noble
Asst. Secretary
TELEPHONE 714/984 -1714 ADDRESS 901 S. Sultana Avenue, Ontario, Calif.
NOTE: CONTRACTOR SHALL DESIGNATE THE CONTROLLER
SUPPLIER BELOW.
Singer Traffic Controls
NAME OF CONTROLLER SUPPLIER
1420 S. Village.Way, Suite D, Santa Ana, CA 92705
ADDRESS
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
the registration of Contractors, License No. 172258 Classification C -10
Accompanying this proposal is idder's Bond
Cas Certi r
I ed Check, Cash! s Check or and
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.
714/984 -1714 PAUL GARDNER CORPORATION
Phone Number Bidder's Name
May 3, 1973 S/ Paul R. Gardner, Jr. (SEAL)
Date Authorized Signature
S/ R. M. Noble
Authorized Signature
Corporation
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:
PAUL GARDNER CORPORATION
Paul R. Gardner - President, Treasurer, Manager
Paul R. Gardner, Jr., - Vice President, Secretary
0-4
FOIRIGINAL SEE CITY CLERK'S FILE Iff
PROPOSAL
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Paul Gardner Corporation , as Principal,
and Federal Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent
(10 %) of Total Amount of . Dollars ($ -- - - - - -- }, lawful money of the United
0
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 and Street Improvements at Irvine and Highland -
VV 41 NM4 1 \V• ITI V.
in the City oil 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 3 day of
May , 19 73
Corporate Seal (If Corporation) PAUL GARDNER CORPORATION
Principal
By:S /Paul R. Gardner, Jr., Vice Pres.
(Attach acknowledgement of
Attorney -in -Fact S /R. M. Noble, Asst. Sec'y.
Date: May 3, 1973
Judith A. Kindler, Notary Public
Commission expires May 28, 1973 FEDERAL INSURANCE COMPANY
Surety
By S/ C. G. Grasso
Title Attorney -in -Fact
D -5
0
PROPOSAL
DESIGNATION OF SUB - CONTRACTORS
t
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, sub,;ect to the approval of the
City Engineer, acrd 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. Island Modifications Patco 612 Orchid
Corona del Mar, CA 5
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
PAUL GARDNER CORPORATION
i er s Name
S /Paul R. Gardner, Jr. S /R. M. Noble
Vice re s. Authorized ignature s ec y.
Corporation
Type of rganization
(Individual, Co- partnership or Corp.)
901 South Sultana Avenue
Ontario, California 91761
ress
D -6
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 3 day of May ,
r 19LI3—
My commission expires:
Feb. 19, 1974
PAUL GARDNER CORPORATION
S/ Paul R. Gardner, Jr., Vice President
S/ R. M. Noble, Assistant Secretary
S/ Jacqueline M. Gardner
Notary Public
D -7
i
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'C'Ontracting
or administering agency, or the former President's Committee on Equal
Employment Opportunity, all reports due under the applicable filing
requirements:
PAUL GARDNER CORPORATION
Company
By, S /Paul R. Gardner, Jr., S /R.M. Noble
Vice President Asst. Sec'y.
Mt I e
May 3. 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.
D-8
•
SECTION E
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF TRAFFIC SIGNALS
AND
HIGHWAY LIGHTING AND STREET IMPROVEMENTS AT
IRVINE AND HIGHLAND - 20TH STREET
DOVER DRIVE AND 16TH STREET
SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE
CONTRACT NO. 1476
. FEDERAL AID TOPICS PROJECT NO. T -3041 (199)
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
THIS AGREEMENT, made and entered into this /N ry day of .TUNS , lg 7,3 ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, acid Paul Gardner Corporation
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
Traffic Signals and Highway Lighting and Street Improvements'at Irvine,4nd Highland -
20th Street; Dover Drive and 16th Street; San Joaquin Hills Road and.santa Cruz Drive
Contract No. 1476
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 thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, arehereby 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 PublicVorks, 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 UniteA.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.
Approved as to form.
ss
City -Attorney
E -3
CITY'
By:
By:
By:
PAV_ � GORI�IpL CO2P6�t4?1oV
Contractor
(SEAL)
• BOND NO10 s7� /Ca
LABOR AND MATERIAL BOND "Aeprtminm charged for this
Bond is included in that shown
on the Performance- Tond.. - -.
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted May 29,,1973
has awarded to 'Paul Gardner Corporation
hereinafter designated as "the "Principal ", a contract for Construction of Traffic Signals
and Highway Lighting and Street Improvements at Irvine and ig an - ree over Drive
and 16th Street; San Joaquin Hills Road and Santa Cruz Drive - Contract No. 1476
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.cgntract 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
as Principal, hereinafter.designated as the Contractor and
��lJ�,�,gL',a✓�SU,��liyCE �omA �vT
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Si�7)/ piwrc
7;6eZ.1&jws SOU r?
il�iNFr✓ �XLE.� /3Nd SD16,9 °ollars
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.
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 :
V 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 �fii day of, G/iyE 14�.
'1
{
Ap ved as to. rm:.
ss F Ci y Attorney
PyL °Gr9,eo1o'6,e G°�PD.e sTiD.✓ (sedl )
Seal)
Seal)
`Ep�eH1 r.✓sue.�tic� Seal)
4 4--' (Seal ) 4
.4f94BiI�BI/ iel/—
);A 67 (Seal )
This bond was approved by the City Council
of the City of Newport beach by motion on ,
Attest:
Da to
City Clerk
E -5
E
|
! v t
2 \
! t
$ !_)
/ \�nj
\ 17 \\
� \\
}
j
)
)
SD
L.
\
)
\
\
� \
: \
} \
] \
0 k
/
&
FV
CL
� .a
• • BOND N010-72 l
PERFORMANCE BOND
The Premium charged for
2h1s Boad is $�TQ4
KNOW ALL MEN BY THESE PRESENTS, That
' WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted May 29, 1973
has awarded to Paul Gardner Corporation
hereinafter designated as the "Principal ", a contract for Construction of Traffic Signals
and Highway Lighting and Street Improvements at Irvine and Highland -20th Street; Dover Drive
and 16th Street; San Joaquin Hills Road and Santa Cruz Drive - Contract No. 1476
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, �l�G1L G�ellN�.B G10'C.oD�.S+ >ibi✓
as Principal, hereinafter designated as the "Contractor ", and
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
piye .vu,vd��d TNiI -Yy �i'SiSy 7`hOS�JI�No'
IVfl - rrol O n o -Dol l a rs r1,f 7, 6-0 ) ,
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
s'
l'
(Performance 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
work 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.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 'day of ��� N E 19
�auL 61arnN2 CoePoti�rYion7 (Seal)
Approved as to form:
P't City Attorney
1
E -7
1)
1)
E'/JB,E'.tL _; s'ci�t1BQr� »iT eSeal )
(Seal)
G. .el# ISO �
L3 (Seal)
-'
burety .
2
{
■ �
i`
L. /
§ ZKMO
\1)>
§��[(
\
\
§
\
\
/
\
: \
� � \
) /
\ [
: / ®
/
\ �
\
)
/
/
r
.'
r
Fi
CITY OF NEWPORT BEACH
CONTRACT NO. 1476
NOTICE TO CONTRACTORS
SPECIAL PROVISIONS
PROPOSAL AND CONTRACT
FEDERAL AID TOPICS PROJECT NO. T- 3041 -(199)
FOR
CONSTRUCTION OF TRAFFIC SIGNALS
AND
HIGHWAY LIGHTING AND STREET IMPROVEMENTS AT
IRVINE AND HIGHLAND - 20TH STREET
DOVER DRIVE AND 16TH STREET
SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE
I hereby certify these specifications were prepared under my supervision.
SUBMIT ED BY:
ssistan Public Works 15irector
AAeJL : _
Date
For use in connection with Standard Specifications of the State of California
dated January, 1973.
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 13idders . . . . .
. 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
r •
Table of Contents - (Cont'd)
Section
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
Foundations . . . . . . . . . . . . . . . . . .
. . C -3
7 -4
As -Built Print . . . . . . . . . . . . . . . . . . .
. . C -3
7 -5
Standards . . . . . . . . . . . . . . . . . . . . . .
. . C -4
7 -6
Conduit . . . . . . . . . . . . . . . . . .
C -4
7 -7
Pull Boxes . . . . . . . . . . . . . . . . . . . . .
. . C -5
7 -8
Conductors and Wiring . . . . . . . . . . . . . . .
. . C -5
7 -9
Bonding and Grounding . . . . . . . . . . . . . . .
. . C -5
7 -10
Painting . . . . . . . . . . . . . . . . . . . . . .
. . C -5
7 -11
Internally Illuminated Street Name Signs . . . . . .
. . C -6
7 -12
Field Test . . . . . . . . . . . . . . . . . . . . . .
. . C -10
7 -13
Solid -State Traffic Actuated Controllers , , , , , ,
, , C -11
7 -14
Detectors . . , , , , , , , , , , , , , , ,
, , C -12
7 -15
Pedestrian Signals . . . . . . . . . . . . . . . . .
. . C -14
7 -16
Mercury Vapor Luminaires . . . . . . . . . . . .
. . C -15
8. STATE OF CALIFORNIA STANDARD PLANS LIST . . .
. . C -16
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 CONTRACT 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
ii
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 10:00 A.M. on the 3 day of May , 19 73 ,
at which time they will be opened and read, for performing work as fol
CONSTRUCTION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AND STREET
IMPROVEMENTS AT IRVINE AND HIGHLAND - 20TH STREET, DOVER DRIVE
AND 16TH STREET, SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE
CONTRACT NO. 1476
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 Sub-
contracts subject to the Equal Opporutnity 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 Calif -
ornis 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 2 weeks after the bid opening.
A -1
City of Newport Beach, C *ornia •
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 m Eans 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
9th day of April , 197 3.
Laura Lagios, City Clerk J
A -2
0 0
SECTION B
SPECIAL PROVISIONS
FOR
CONSTRUCTION OF TRAFFIC SIGNALS
AND
HIGHWAY LIGHTING AND STREET IMPROVEMENTS AT
IRVINE AND HIGHLAND - 20TH STREET
DOVER DRIVE AND 16TH STREET
SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE
CONTRACT NO. 1476
FEDERAL AID TOPICS PROJECT NO. T -3041 (199)
CITY OF NEWPORT BEACH
CALIFORNIA
(These Provisions are not to be filed with the Proposal)
• 1 •
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 Irvine and Highland -20th Street, Dover Drive and 16th Street, and San Joaquin Hills
Road and Santa Cruz Drive.
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- 5066 -5, Sheets 1 and 5).
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, DEPARTMENT
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
E
I _2;02 BID PROPOSAL AND CWTENCY OF BIDDERS (Cont.) 0
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 MD 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 contract6r and Surety, and
the signatures notarized.
B -2
1 -2.03 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 i;
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:
EM]
1 -2.04 GONTROL OF WORK (CC* )
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 shall 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
[d
1 -'2.06 'LEGAL RELATIONS ANDOSPONSIBILITY (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 c;
in this section are superseded by the following:
�C"
n t1 � •
1 -2;06 LEGAL RELATIONS AND ROONSIBILITY (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.
1'3. 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.
S. 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.
on
1 -Z.06. LEGAL RELATIONS AND OPONSIBILITY (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 shall.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 Engine.ert 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.
B- 7
I
T -2.O6' LEGAL RELATIONS AAESPONSIBILITY (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.
M
1;2.07 - PROSECUTION AND PASS (Cont.
3. 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
$100 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.B -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
B- 31
1 -2.07 PROSECUTION AND PROASS. (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 pr 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.
M-1,i
1 -2•.07
{PROSECUTION AND PROWS (Cont.) •
�I
Liquidated Damages:
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.
1 -2.08 MEASUREMENT AND PAYMENT
Section 9 -1.03 A(lb) Labor Surcharge: Those portions of this section related t
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 . . . . P7
Piledriving, not including cast-in-driiled-
hole piles . . . . . . . . . . . . . . . . . 23
Section 9 -1.045 Determination of Rights: Delete entire section.
Section 9 -1.06 Partial Payment: In paragraph 3, delete all reterences
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. All 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_11 •
1 -2.08 MEASUREMENT A*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 sum bid items for which he wishes to receive
progress payments.
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 eighty (180)
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 the 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 24 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
SECTION 3 PERMITS
C
LICENSES (Cont'd.
•
The City has applied for Coastal Zone Permits for Locations 1 and 2. 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.
B -13
0
N •:✓ dY �' fM
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 -1.18 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 determination 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 as
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 $10,000 which is not exempt from the provisions of the
Equal Opportunity clause.
FR -1
• • 7 -10 -72
(b) Itidders are. caution<d as fellows: By signing this bid, the bidder
will be deemed to have signed and agreed to the provisions of the
"Certification of Nonsegregated Fivili:ti.cs" in this proposal. This cer-
tification provides that: the bidder does rot maintain or provide for his
employees facilities which aze segregated on a basis of race, creed, color,
or national origin, whether such facilities are segregated by directive
or an a de facto basis. The certification also provides that the bidder
will not maintain such segregated facilities.
(c) Bidders receiving Federal -aid 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 SUBC0b4TRACTORS AND MATERIAL SUPPLIERS
OF REQUTAEMENT FOR CERt'IFICATION OF NONSEGREGATED FACILITIES
(a) A Cer.L'ication of Nonsegregated Facilities as required by the
May 9, 3.957, Order of '.;he Secretary of Labor (31 r.R. 7439, May 19, 1967)
on Elimination of Segregated Facilities, which is included in the proposal,
or attached hereto, must be submitted by each subcontractor and material
supplier prior to the award of the subcontract 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 enterinq'into a material supply agreement,
the subconkn +otor 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 supply 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 national origin, whether such facilities are
segregated by directive or an a de facto basis. The certification also
provides that the subcontractor or material supplier will not maintain
such segregated facilities.
(c) Subcontract.crw 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 indicating therein the material which he proposes
to furnish to fulfill the requirements for such item or items of work.
FR -2
R
s
• 7 -10 -72
U.& OVAMMUn OF Tthw PMATIat1
r'kA M HIGHWAY AflY1N10"UMp1
6 -1.06 REquIRED CONTRACT PROVISIONS
ALL FEDERAL -A!A COMSTRUCTION CONITRACTS
(EXCLUSIVE OF APPUICHIAN COf/TRACTS)
1. Application Page
11.F ual
q Opportunity ---------------
III --- .
Nonsegregated F
IV. Payment of I' redettm' ._M__..._____ _ io mmom t
Writ, ___ ^
V. Statements and Payrolls 3
. Record of Mutrials Supplies and Labor .. _... _....__ 3
VII. Sabktling or Ardgning the Contort __ _ _ 4
VIII. Safety: Acrider.; presroution __________ ___ __._._ 4
IX. Fake Statemeula Concerning Highway ihoject& 4
1. APPLICATION
L Theo, contract provisions #hall apply to all wok performed
on the contract by rile cortM w wfth hit own organisation and
with the assistance of workmen under his im!nediaw superintend•
ence and to all work performed on the centreet by pimwmil, ate
lilt ..k of by subcontract.
2. 1lie contractor that; insert in c.,cb of his subcontracts all c!
the nipufatmOs contained in there Required Contract Ptwrfnnt
and also a clause requiring his tubcnurmtwt to inckide, tbee Re-
quired Contract PrPVitim to airy lower tier subcompacts which
they may twits into, together e;", a ch.uw requiring the im9usbm
of thew pro: ilium in any h.urher rubttmiract, that ray u, :nn bs
made. The Required Cavnnct provkiwr athail ii: nu imtotice. be
incorporated by reference.
3. A breach of any of the edpulalium eontairad in thew Rr.
quired Contract pmvudon, m,.y be grounds (or term;nrtkya of :',e
contract.
4. A breach of the following clawta may also oc 6rmndt for
debarment as Provided in 29 C-FR Miib):
Stctwn 1, Paragraph 2;
Section IV, pil"amp!" 1, 2, 3, .i mad );
Section V. parnprapin, 1, 5a. Sir, and 5d.
11. EQUAL OPM)RTUNfrT
I. Selection of iabx
During the parforutgncg of this contract, the cmtra :mr shell
not diserimhmage against labor firm any other State, Possession or
territory of the United State.
i Employnacmt reaction,
During the pcAosmacc
n of this enm:�:ct, the rouW.!nr ill,aee
W foil.,.:
a. 'f lie coutrccior will Act discriminate against say kenplayee or
applicant (ur employment bcc,ssge of race rotor, ref
national origin. The mntrartor will lake Aimative gobs " or
sure that applicants arc action ",M. tmpkYed, and that employees We treated
during employment without mgW4 to their race, color, elision.
national origin. Such action than include, but cot be limited
u. 'he following: employment, upgrading demotion or
recruitment or ncmilroent advertirin ; lay R. transfer;
of pay or other forms of cwupenatum, and selection ic 'halts
including apprentirethfn. Tier c.intncc t �o�'
�r agrees o frost in conspic-
uous places, available In empbrees and applicant.: tot emPkyleem,
swab" to Ill- Provided by the State highway departmcu:- getting
forth the provisions of this nomliwrimm,,im, denw.
b. The coura'tor will ,'m all solicitations or adverlirecwos for
empkwtt placed by or on behslt of the romtraclet, Batt that an
qualified applicant; will rrceivc n.mid ratims for tinplojmtvet with-
out regard to race, color; religion, we, or national origin.
c The contractor will send to each labor union m' tgsescMatfvt
Of worken with which he has a collective hargsinbhg agreement or
Other contract or understanding, s Ounce to be pvoWded by Lie
State highway department advising the said labor unto or wrrckers`
representative of the contyw on cmamitmentt under this xrtm. ,
11 -2 and shall Post copies of the notice in eontpicma pines avail-
able to emplures and upplitstats for cry,I neat.
d. The contractor will comply with all pmiliom or Eine-utive
Order 1i246 of Srptembet rte, 1563, ± :.d of the t04 Flgulatkns
n i lin;— nnyicaa e0!tW, ate mantels. S pa
FR -3
(41 CFR, Part 60) and student ordect of the Secretary of Labor,
e. T!ee contractor will famish all information god We of 1a
gair•d by F'denetivv Omer 11246 of September 24, 1965, god by
roll r, regulations and wiers of the Secretary of Labor, or punuan,t
thereto, and will Permit n•cen to big Yaks, records and g,..a
by the Federal Highway Administration and the SwOrcul of Labor
for pirPoses of investigation to ascertain compliance with web
Odes, .regtdationg and orders.
f. 11, elm: evert of the rnntraetor's nancomp8ence with the awe.
discrimination clauses of this contract or with any of the said
rules, fcguhtiom or Orden this contract nay be canceled, anted.
Oared or suspended in whole or in part and the contractor may be
dmlared ineligibF- for further Go,errhnent contracts or FedeeEy.
vimsted conttnictice c,"Mt, in accordance with p ncesdag, 'sell .
imd in Execrative Order 11246 Of Septe(nber 24, 1965,.mhd with
Other sanctions may be imposed and remedies invoked a lung
in Executive Order 11246 of September 24, 1965, or by sale,
regulation or order of the Secretary of Labor, or e othuwie
oru,nded by law.
g. "'be e'rinctor will "'elude Lhe Provitirs of this Section, II-2
in re
err aubcown ct or purchase order unlew exempted by yoke,
regulation$ or Orden of the Secretary of Labor issued purpunt to
action 204 of Executive Order 11246 of September 24, 1963, e
that such provision, will be binding upon each subcontractor a
vendo =. The contractot will lake ruck actin with regw to apt
Subcontract or vmcl:aw rider at the 91ete highway department w
the Federal Htghway Administration may direct u a megra Of Wt.
Ionina such provision, including anefions for — .MwEaete;
ProviJal, aowev", chat is the event a mmractor becoming involved
in, or is threatened with litigation with a subcontractor or Vendor
as a nwlt cf'such deletion by the reds al Highway Adwaiisona.
t ;on, the conowhir may nqumt the United Stan to enter lob
ru -h litigation in protect the interest& d the United Statb.
S. Seknlen of Submsntrarton_ Precaresmsat ( Miarlgb, aY
Collis" cf,Egtipxae:
During the Inrfororaree u( this c ettratt, the contractor, Iw
itself, its satigne.n and sucl;A00n in interest (heremalter refnved
to as the "convacror' ") agrees u follows:
a. Cr.nplilinCe With Regulations: The contractor shell wc000ele1lyy
with the- Rrgulatiwu relative to mmdiariminalion in federally.
aairred Programs of the Department of Transportation, Title.49,
C:nle of = Feelers" Regulations, Pan 21, as they may be amended
from how to time, (hereinafter selected b u the Rtgulad.),
which art herein "ncoryonted by reference and made a pet of
this eounuL
it. NOMARKrimination: The contracrw, with regard to.the week
Performed by it during the contract, da1! not diaerieira an
the grounds of race, color, ev natiPUa: origin in the elacdw aid
retention of wbeouteacton, imclueling Procurement, of asadaY
and hued of equipment. The contractor dell et *ardal*aee either
dire IY m indirectly in the discrimination prohibited .by good.
21.3 of she Itaffulatiotw, including employment p secdoe where tin
cwnerat:t coven a program at forth is Appends R I the
Regulations.
c. Solicitations for Subcontracts, Including Pme we nwnw of
Maerisls and Equipment: In All n1i!itmicos either icy wmped-
five bidding or negotiation made by the contractor for seek to be
performs, road*, a subcontract, manding ptwmremmts of gewiab
or kase Of equipment, each potential subcontractor w ^*Pike
shall be notified by the contractor of the contractors obligatie
under this contract and the Reg llatvam relative to nondiserdmdoa-
tin on the grounds of race, color, or national migi.
d Infrmmatkn and Reports: The contactor ghat provide all
information mud ,+pons required by the Rrgulations, or dim.
lives issued pursuant thereto, and shall permit accm to its banM,
records, accuumg, Other sources of iofoentatian, sad it, facilities
u may be determined by the Start highway department at Ihg
s�
n
L-A
Federal Highway Administratio :> to on par io ::d a•.rrnai.:
r,.mpliatwe with sue4 i : or dircrlves. l " :is -ro any infor-
mation required of s ,••at+actoe s .r, ebr ex.a :uive prraasiuo of
another who fails . r n'luset to broach Got ini4rmali0. -• eh^ core
trartor shat; n, renify :o ilia State L :eh.cuy drtivimrnt, or the
Federal Hitltway Ad,ni- is :rzdon as appropriate, and shell at
homh what ri:orta it has made o: obtwu the information.
r. Sanctions for Nonromplience::n tier event of the ruanactnr s
noncompliance with the oonditchtnrination prnviti,ni of this can -
!Ml, the State highway deparureat shall unpin_ cn :h contract
unctions as it err tin - irderal Highway Administrations may, deter•
mitre to be approprat, includina, !at not limited sex:
(1) wifhho;&,S_. -f papnents to the contrarnr under the
contract until the contractor complies, and/or
(2) cancellation, icrminatiou or ru.persion of the c,mtract,
in whole o,r in parr,
I. Incoga: ration of pin•ridons. [he ^ontruxt it sh..il indede not
pnr•iaiun ml this pxngiaph 3 in every subcontract, including pin -
tnmmenis of materials and lratxs s,f eacipment, unless eacmpt by
the Regdations.. air thus +;vet iuura pursuant thereto. The contrac-
tor that[ take such action roll respect to any subeontrarsor or pro-
curement in the State htahway depannMnt or the Federal Highway
Administration may desert a= a rnrans of onlorriog such pnAisions
including unotw.ns Ire o•+ocomolianee: Fv,vidrd, homier, that,
in the event a rnntrauto, b•r.,recs involved in, o: t threatened wid,,
litigation with a sclemttra „+roc or supplier as a result of well
direction, the cv,nua +'ter stay rtgoret the Slate highway &pare -
natnl to enter into such litigation m proutd (hz Atucrrsts of the
State, and, in addition, the runtractor may mquito tin United
Slate. In enter into such fitinIM” to protect the interells of the
United Sraus.
III. NONSEwIJIGMED FACILITIES
(Applirahle. to Federal -aid construction euniracis and retooed
rubwoutmcs exceeding 710,000 which are ,tnl exempt fnmf due
Equal Oprywtuni,y eloose.)
By submini.to of this bid, ilia vxKwo i of this foctraet or sub.
contract, or the c.,m,•o:au(ion of dAs lne'.rriot sspply agrecnrsn!,
v appropriate, the Nddes, feJtral-aid tonsmictino Contractor, in!,-
contractor, or material mpjAieq u appropriate, eertifm that he
does seat maintain or pr Role for his nnployen eny ttgregated fa-
cilities at sty of his rxabiia:nu:we, and that hr does not ix•rmit
his naphryees to perform their u-n'ires at any location. tinder his
rontrui, where scgrrgated faci)itira are Wntaincdd Ffe rttdifw.
further that he will not maintain w proWde for his employrra any
wgrrgated fwilitin at any of his stub :id,rticna eoi6 Chit he will
not permit his emp;o)ees to perform their services at soy hxi me,
under his coned, whose r^gregated facilities we maintained. He
ages that a breach of this e^rtificatum is a violation all the Equal
Opportunity clause in this constict. As used in this cati≪.M,
the term "segregated faciinies" meats any waiting relates, weak
area, sestrrnms and washrooms, restaurants will other rating arias,
timeclocks, locker room. and other storage or dr<sing.arae, patk-
ing lots, drinking fountains. rroration or eM•rrainment efeas, pans.
potation, and houaine lnciti ?ies prosided for emptoyacs whieS' a,
segregated by expiwit directive or are in fact "Smigated on the
brie of tae, treed, color, or nasimtal origin, bacantse t0 %tW%' local
Cullom, p ntherwire. He agrees that ' ietcept wham he ha obtained
identical Certifications Imo proposed subcontractor and tnaterid
suppliers for sperilic time periods), ha will obtain identical artig-
cation from proposed sukemetraeson err material supslia( prior to
the award of suloconeracu or the uommnmation of onam, &I supply
agreements, exceeding 710,000 which arc not exempt from the
pranstnm rat the Equd Opportunity clause, and ilia Its will "I'''
such certifications in his likes.
IV. PAYMENT OF PREDETERMINEO MINIMUM tKAOSS
1. Geaenl
All mechanics and laborer, employed err working Won der site
of the work will be paid onronditionally, and not Imam, ti,m nSfce
a week, and without subsq:sent dedurriun or rebate on any account
(except such payroll dcl ?u`tions at arc permitted by tegulatiom is•
sued by the Secretary of labor under the Copeland Act (:9 CFI[,
Pan 3) ), the full amounts due at time fir payment rompcted at
wage extra not Im than those contained in the wage deteni insrion
decision of the Secretary of Labor which is attached hereto and
times 111 -1273 Mal. 3-72)
. z -10 -7i
mud.c a part herruf, rrgardirw of any contractual relationship which
may br al!tsrd cxi,t between the rontractor and such laborrn
seal whanicst and the wage determmatiort decision shall be posted
by the contractor at the sec of fife work in a prominent place where
it car. he easily seen by the workers. For the purl`nse of this clause,
conirihtnions made or cvsls rctsonably artmipated under section
1 (bj 's) of the Davis -Bacon Act sun behalf of laborers or mechanics
arc considered wages paid is such labm is or mechanics, subject to
the provisions of Section IV, paragraph 3b, hereof. Alto for the
poquae of title (faux, regular contributions made or costs incurred
f.,r more tha o n weekly period under plans, funds, or programs, but
covering the particular weekly period, are deemed to be eonslrac-
e;vely made cr incurred during such weekly period.
E. c{saificatlon:
a. 'floe Srste highway department contracting officer shall
regviie that any class of latmrmi o mechanics, including appren-
uees and trainers, f+hich is rm! listed in the wage determination
:;nil r,hich is to be, rmnloyed under 6t rnnmacq shall be classified
:: ru lassified enn(ormably to the wr.. -a drtarminatinn, and a repot
,d the aeries taken shall be sent by the State highway department
rums :acting officer to the Secretary of Lallor.
b. In the "am !hr interested parties cannot agree on the
innper chusificazian or mclecsifivati,a, of a particular rlas (d her
barer and rnrrhanir., including apprentices and trainers. to be
used, the questinu as.,anpanivd by the reconnorodation of the Slate
highway, department +zai ratting officer shall he telerred to the Sec•
re-tarry for final den,... uaooe :.
g. Payment M Prit•ge, NcrtNits:
a. 9Te' State high,cav de•pmtmrni contracting officer shall
rrauire, who :ever :Ile minionn•i ,cars rate prescribed in the con -
i- i, t for . :ties of labiners cr nhrrhanio includes a fringe benefit
hick is not expressed as an hntoly wage rate and the contractor
is obligaird to pay a Bash equi.'alent of inch a fringe benefit, an
hourly rash equivalent thereof to be esuhlidted. In the event the
;crested pa -tics riunw eerrr op, n a rash equivalent of the fringe
L•ne et. the ju, iKiun, u- ur.ipanicd by the rvr.numendalion of the
:.•.ntrart..u;; nfiir-r, shat[ ix referred to the S, cretery of Labor for
:ir trnnina :inn.
L U the n:mra, tut dues not make payouras to a trustee or
other 116M p�rro �, he mvy consider as part of the wages of any
lalemrr,.r nechanir the amount of any rot-- reaonabty anikipated
n luoeicing b•n(bt, undr, a ,:Ian or program .d a type expressly
li.ucd in the wage detertni,a!i,m decision of the Secretary of Labor
shirt: if a pact of this cc,ti i,'•' Pnvided, homecer, the Sermtary
.,! I.ah,r ha I.. Aid. ulmn the sc; iuen request of the contractor, that
the a%rs, lirable ttandardv of the Davis-Bacnn Art hove Men met. The
So ... tar,• of Lslv,r may reeuire rise contractor to set aside in ■
wparai- at onurt aw•tz' h,,- il.r umnins of obligations under the
plan or pnlgrauf.
a. Payment of Yxeru Wagen
While the wage rater shown am the minimum rates required
by the Contract to he paid doting its life, this is tint a representation
that labor can he obtained at thew rates. No increase in the contract
prize diall la allowed or auh.Mmd ins account of the payment of
wage rater in excess of those lined herein.
S: Appsenttcrs (Vregnmo of klepanrnent at Lbse)t
Apprentices, under programs approved by the U.S. Department
of Latin, will be permitted to work a such only when they we
registered, individually, under a boa fide apprenticeship program
revisiered with a Slate alopr. nticeship agency which is recognized by
Ow Bumah .,f Apprenticeship and Training, United States Depot.
metit r Labor; err, it no such mcngniaed agency exists in a State,
onder T program registered wish the Bateau of Apprenticeship and
Training. Unlmrd Slates Departm-et Labor. The dlrwabie ratio
,if apprentice± to jearneyrntrt in any (raft classification shall not be
grater than the ratio permitted b, the contractor as to his entire
work force tinder the megisterrd program. Any employee listed on a
payroll at an appm:nice wage rate, who is not a tnirse a defied'
L•u snbparagruph B. of this paragraph or is not registered a above,
chap is prid the wage rate determined by the Secretary of Labor
'vr the classification of wcrk he actually performed, The contractor
cr a,bcantric!mr will be required to lumish to the State highway
department contracting officer writter, evidence of the registration
of his program and apprentices as well m of the appropriate rain
and wage rates, for the Iran of comtro. lion prior to using any ap-
ptenti ^e. on the contract work. The term "apprentice means (1)
FR -4•
_ l
s
n
L-A
a Persian employed and individually regiecred in a bursa fide
apyrcnticeship program rcgist<rM with the U.S. Department of
Labor, Bureau of Apprentkrltip and Training, or with a State
apprrnticedsip agrnrq reconnixvd by the Bureau, or (2) a person
in his fit :t 90 days eI probationary employment w an apprentice
in such an apprenticctbiP program, who is not individually, regis-
tered in the prtigram, hot who hu heen crrlifitd by the Bureau
Of ;lpprenerethip and Tn:ning, or a State s:pprenticesbip Council
( %hem appropriate) to be eligible (m psohauunary employment as
an apprentice.
b. Trained: Trainor will be rirrmit :ed m umrk as tuh whus,
they art bona fide tra:see, empleytd pursuant to a program ap-
proved by the U S. Departmrmt of Labor, Manim ner Administrate
[ion, Bureau of Apprenticrdsip and Training.
6. Apprentices and Tramm IFroSv.na of Depanrttcitr of
Apprentices an_ 'rairevr wvr4;nt undrf apprenticeship,and
skill training Pv.rgramg which haw lactic certified by the Secretary of
-PraospCalshun as promoting equal e:ar'n /meet opportunity in con -
nvetion with Feerral -xid highway = cr,:,aructinn, program, are nut
subjtci to the requirement, of Section 1V, paageicoh 5 above. The
straight time hrurly wage rates far apprentices and trainer under
1uc11 prglntns 16!1 be establidsed by the Particular prownrrn.
7. faignahne Regolreatimm
pin mnouann net iubconlrxtpr conttaclilin for any pert of t6r
ac
contrt work which tar requirr or jnvoh2 the employment of
lalomm. merhan". watchmen or guards tincluding appeenlicea
and trahbrta descrilied in paragraph, S and 6 above) shall require
mr permit any labr•ar, Methar ic. watchtme or guard in any work.
week in which he is employed aro such wurk, to wool in excess of
right hmtn in any calendar day or in axon of forty hours in such
workweek uniting such labamr. mecitavic, watcloma, or guard m.
dives compenaation at a :roc not legs than one r,,j out -hall time&
his basic rate of pay for all bourt worked in exar of eight hours in
ai:y raler:dar day or in eate,s of forty houta in such wo6wetk, ter
the care may be.
A. Violations! BaMtlty Ins ptu'suid wager: Lqudetod r!TMesr
/n rho +vim W any rr,!er en of eh9 Clause, set fell io Para-
graph i the cmntranor and ;ay who. now :: ;met ms,,oreihk there•
fore all he !iab!e ro all) Ot red enr!r,yc for his unotid wants.
fu addition, such Contru!or and subeontrutor shall be liable to 01r
United Stases; ;in +, r;', of or', dent under contract for lice
Dille'" ref Cnlomuia of t vet. i +urv, b., arch 13iatr'v:t ,% to nsh bni-
noy), for liquidated daru.'x{n. Such ;iquidist :: dwnuam shall be
computed with inflect to each usd!vidual la'ounr, mechanic,
watchman tar guard employed in violaivn of the clacx set forth in
paragraph 7. in the war: of yli. for each rviryol" day met wbith earth
empluree war regmred net Permuted io wink in excess of eight Louis
OF in txee,s of the stertud workweek of forty hours without pay.
client of the ovcrnme wager ret wind by the clause set forth in
paragraph 7.
F. Wfthhoubm lea unpaid &.:age_
The 3[a[e highway depuvtrnent ro:riracting office, May wld,.
hold or cause m be withheld front the cr.rtmclor so Muth of flit
acormd Payments or advancer as taay be considered rtcse:asaly to
pay laborers; mechanics, (including apprentice, and trainees)
watchmen, or guards employed by i).e. eentsaclor or any subr»n.
tractor on vie work the roll amount M wager required by the
contract. in the event cJ failure m Pay any laborer, mtchanl"
(including apprendcer and tzzinees) tvatclnnsw or guard employed
or working nn the site d the wmh, all nr part of the vrurrs
required by the coMmA, list, State highway ilepartm:ot ront}atting
ofiter may.'after written nut'rce in the c+neartor. tz::a sob action
U rear be neresnar to cause the mspenam, N arty further payment,
advance, or guarantee of funds until such vioia!kwus have ceased.
is.. Wthholding fur fai,matod dasnagea:
itoe State highway deyzrsnrn csatruting ofBsser May each.
hold or cause to be wilhl :eld, fro, any ritnem on ucount
of work performed by rho tai ratans err subtmtrumr, such suma u
MAY administratively be dziem nod to be nrctaary to satisfy any
liabilities of sutrh contractor ter wbuctnctor for liquidated dam.
ages in provided in the ciaus•_• set forfL in Paragraph S.
V. STATEMENTS AND PAYROLLS
1• Compliance with Cepdamt Refiglat)nus (29 cPR,'Part 3):
The Bann actor Jm.11 cm.,p wish ilv ,a,<!and Regubtiamc
• 7 -10 -72
(29 CFR, Fart 3j ui the Secretary of Labor which arc herein in.
rotporated by referent.
2. Weekly statement
Each contractor or ruhcontmior &hall furnish each week •
statement to the Stale highway department ..Went engineer with
respect to the wages paid etch of in employees, (including ap
prentiee& and trainees described in Section IV, paragraphs S and 6,
and watchmen and guWs) engaged on wurk covered by the Cope.
land Regulations during the preceding weekly payroll period. Tice
statement shall be executed by the contractor or subcodtmetor or
by an audmri"d officer or employee of the contractor or subeon-
trutor who supervises the payment of wages. Contractors and sub.
cmitrutors must use the urtifiwtion tat forth on U.S. Depanmmt
Of Labor Form W H -348, at the same certificufon appearing m the
reverse of Optional U.S Depsrtntent of Labor Form WH -347, ar o0
any form with isfrutical worl;ng.
S. Final labor summary:
The contracror and euh subcontractor shall furnish, upon the
completion of the emtrut, a summary of all employment, indjear.
ing, for the completed project, the total hours worked and the tow
amount earrted.'Illis data dlall be submitted to the State higbway
department mWdent engineer on Form PR-47 together with file
dam required in Section VI, hereof, relative to materials and sup
Plies. The provisions of this paragraph are not applicable to nim.
true for secondary highway, or contracts financed solely with
funds provided by the Highway fbeauti6tation Aet of 1983, as
amended.
4. Final mrttfieser.
Upon completion of the contract, the contrutor shall submit m
the State highway department contracting officer, for Iransmiaion
to the Federal Highway Administration with the vottelet for inns
Payment for any wink performed under the contract, a eenf6eate
concerning wages and Classifications for laborers, merhaein,
watchmen and guards employed on the project, in the follimiing
form:
The undersigned, coetraror on
(Project No.)
hereby rertifiea that all laborers, mechanics, apprentices, tmineea,
watchmen and guards employed by him or by any mbcontracmr
preforming work under ncu em stracl on the project have been paid
wages. at rater not less :halt those required by the customer p.
v;sinn :, and that she work performed by euh such laborer,
nerhanic, apprentice or trainee conformed to the classffrcatiorls set
fords in the coedrut t.r training .Program provisions applicable to
the wage rate paid.
Signature and title
3. Payroll, and Payroll minr_ds:
a. Payrolls and basic record, relating themto will be main.
inined during the comae of the work and preserved for a period of
three years thereafter for all laborers, mechanics, appmntiee&,
lrame..%, w'uchmen and guards working at the site of the stork.
b. The payroll records shall contain the name, social security
number and address of euh such eniployne, his correct c indfieatlon,
rates of pay (inelodina rates of contributions or we& anticipated of
the types described in section I(b)(2) of the Davls-9acon Act),
daily and weekly number of hours worked, deductions made will
actual wager paid. Whenever the Secretary of Labor, pu&niawt to
Section IV, paragraph 3b, has feud that the wages of any laborer
or mechanic include the amount of any costs ma,onably anticipated
it) pmv;dhsS benefits under a pion or program described in ieetion
I(b)O(B) of the Davis -Bacon Act, the contrutor shall maintain
rycerds which &hew' that the Cmnmilment to Provide rush benefits is
r:durreabk, that the plan or program is financially responsible, and
:hat the plan or program has been communicated in writing so the
laruren or mechanics affected, and records which show the costs
anticipated or the actual cat incurred in providing such benefits.
c Ahe payrolls shall contain the following information:
(1) The employee's full name, addmu and social security
number. (; he employee's full time and social security number
need only appear on the first payroll on which his name appears.
The employee's address need mnly be shown on the first submitted
payroll on which Jir eruployee'a name appears, unless a change of
addres. neceui :a :es a submittal to reflect the ne,v address.)
xoin Pit -1273 (a•v. 3-721
FR-5
a�
,f) The employee's rlauiLcwper•
(3) Entries indicating the empi.y.,*s basic hourly wage
rate and, where applicnb(e, the owrtine I,aarfy wage rate. The pay.
.1141 should indicate separateiy the am. :cols of rmploym and em.
plu;er contribution to fringe 6tnr64 fundt and /or Programs. Any
fringe benefits paid to the employtc in ea_h mutt be ind4ated.
77here is no prtactibrd or niandatury :Wn, inc showing the above
uonnnetion on payrolls.
(4) Th- empleyee's daily and weekly iwvss worked in each
rlazifieatfon, including aevrsl overtime hours worked (not
adjusted).
(5) The itemited deductions made a.,,
(6) The net •.zags paid.
d. The contractor will submit weekly a copy of all psyrolh to
the Slate highway department resident engineer. Pee copy shall be
ACCmnpanied by A statement sigoccq !xr the cmp!oyer or his agent
indicating that the payrullt aid z,,,:c; slid cusspkte, that the wage
rates cunuinri therein ore net I'll than drett determined by die
Secretary of Labor ail that the cfauificatum, it, forth for each
laborer or oiechanic conform with die work he Ierformed. Sub.
mission of a weekly statement whidt is required a: :d, this contract
by Sertico V, paragraph 2, and du Copeland Rrgulatio s of she
Secretary of Labor (29 CM, Part 3) and the filing with the initial
payroll or my subsequent payroll of a COP* of any findings by the
Secretary of Labor pum.ant to Section IV, pr :agraph 3b, shall
satisfy this requirement. The prime :nntraetor shali be responsible
for the submission of copies of payrolls of all sob.;oatracton. The
eonerwtor will make the records required tinder the labor standards
clams of the contract available for ;mpe<tioa ty %wboriaad mp-
sxntathes of thr State highway drrarmest. t ?w Federal Highway
Administration, and the Department of Libor, and will permit such
representatives to interview employees during working boon on Me
job.
e. The wager of labor shall be paid in legal tender of the
United States, except that this condition will be considered ta$sfied
if payment is made by negetiable check, on a solvent bank, which
may ten ca!:ed readily by the emp.nyce in thr local community for
the full anmuul, without d ;¢aunt or col4etinr, chargx of my
kind. Where decks are used fm pormzr :, the ^nmraetor than
make all necessary arrangements for them to be cashed ►ad shall
!I've information regarding such artanoments.
I. No fee ni any pied shall be asked or acspted f:y the rnii..
tractor or my of his agents frtnt any penmen a: a oteilitipn of
rmploymssnt on the pvjirct.
g. No labo en shall he cha -ged (or eery taols used. in perierm-
ing their respective duties except Ivr .eaw,ably avoidable less of
damage thereto.
Is. Every employee oil tie work cuvtrri ;)v li,ux wutract shall
be Pennitted to kudet, Soird and badr with whom he
elects and neither the ro ntattor per !:is agent, vwr his employes
shall, directly or indirectly. require a a rendition of tmploynu :tan
that an employee shall ledge, board or tr.aete at a particular place
w with a particular parole.
I. No charge shall 6c made for any trtnslrtinaoun furnished by
the contractor, or his agents, to any pdrx•r unpkyed on the work.
j. No individual mall be emplr,yed a, a labneet rot mec6s lie on
this contract except on a wage bait, Lot this shall not be construed
to prohibit the rental of teams, trucks, or other equipment lion,
individuals.
VI. RECORD OF MATERIALS, SUVPLKS AND LABOR
I. The pnwuiomt in this section are oppf;cabie to all contract,
except contracts fm reemdwy h(ghts," and to nnuts finned
milky with funds provided by the Highway SeautiSeatfon Act or
1 965, at armnded.
2. The contractor dull maintain a record of the total sot of all
material and supplin purchased lot and incopgnted in Coe work,
and size of the quantities of risen spec;fic maerials end supplies
listed on Form 1111-47 and in the units dhow u. Upon mmplr,;nt tai
the contract, this record, together with the find labor sunmary,
required in Section V, paragraph S, hereof, thrill be tratvmittd w
the State highway department resident mginmr to, the project on
Form PR-47 in an:ordrece with instructions attached thereto,
which will be furnished far this purpose upon request. The quanti.,
ties led the listed items shall be sported separately led roadway
and for structures over 20 feet king as meauted along the motarlipe
of the roadway.
Form POa-I a IRN. 3-71)
PR -6
7 -10 -72
3. The contractor shall beccrm familiar with the Ifss.of so dge
materials and wpplin contained in Foes PA-47 prior to the care.
Inducement of work under ,h ;s contract. Any additional tnateriab
information squired will be solicited through revitioq of Forte
PR-47 with attendant expla-,ations.
4. Wlwrc subcontractors air involved `tw contractor shall submit
either a single span cmrvrrinng work birth by himself and aU his
subcontractors, or he may submit separme spurn foe himself and
for each of hi subcontractors.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
t. 'Pie provisions in this section as applicable to all pmjetts
except than constructed under an npprcwed Secondary Rod Plus.
2. The contractor shall pec0em with his own ogmizgion coe-
:rwt work anwartting !e not Less than 50 percent of the original
total contract price, except that any isms daignaed by did Stare
It "Specialty Items" my he performed by subcontract and the
:iu.uuni of any such "Specialty iwme' m performed may be de•
ducted from the original total contract price before computing the
amount of work required' to be petformed by the eontracw with
his own organization.
a. "His own organization" shall be construed to include only
workmen employed and paid directly by the fringe commune and
equipment owned or meted by him, with or without opencom
It "Sitmiatty Items' shall be commuted so be limited to work
that squires highly specialized knowledge, craftsmanship ed equip.
merit not urdinarily available in contracting ingmizatiom qualified
to bid on the contract as a • link, and in general ate to be Smited
to minor components of the Overall contract.
3. In addition to the 50 percent requirement set forth in pars,
graph 2 alaeve, the Contractor shall fusnirh (a) ► comPetert suPCr
intendent m foroman who is employed by hue, who has full "their..
icy to direct perimmancr of the work in arxordame with the
contras requirements, and who is in charge of all construction
operations (regardbart of who performs the work), lid (b) pack,
other of his own organizational capability and responsibility (super.
vision, management, and engineering services) a the Sus high-
way department contracting :,4 icte determines is mexemwy to mum
the performance of the contract.
4. The contract amount upon which the 50 percent squi emem
set ;Drill in paragraph 2 is curnputed includes the eat of materials
and manufactured products which as to be purchased ne produced
by the eontracor under the �,ontrtct proviriotu.
5. Any Items the, have born selected as "Specialty Items" for
the contract ae lined as such in the Special Provisions, bid
whidule, tar elsewhere in,, the cantract docurecti
6. No portion of the Contract shall be sublet, assigned or other•
wide dispose,; of except with the written consent of the Stale high-
way depatanrnt competing officer, or his authorised eepsseemtive,
and rush clusters when given shall net be construed to relieve the
contractor of any responsibility for the fulfillment of the contract.
Request for permission to whh l: anign, ur otherwhe dirpose of any
portion of the rontract dull be in writing and accompanied by (a)
a showing that the organization which will pafoem the week Is
particularly experienced and equipped for such work, and (b) an
error "" by the contra :uir that the labor standards pmvitiam set
forth in this Contract shall Apply to labor performed m all weak
encompassed by the mquest.
Vlll. SAFETY; ACCIDENT PREVENTION
In the Performance of this cmtrwt, the contractor shall comply
with 611 applicable Federal. State and Local laws governing safety,
health end Imitation. The contractor shall previde all safeguards
softly devices and protective equ;ptnent and take my other rserll,
scrum, on its own :etPondbility, or as the Sure highway depot.
meet contracting oRctr may determine, reasonably necessary to
printer! the life and health of employees on the job and die dery
of the public and to protect property in connection with the per•
turmance of the work covered by she contract.
It is a condition of this contract, and shall be made a condition
of each subcontract entered into pumant to this eonums, that the
cocamtor and my aubennirsctot #hall cut require my laborer or
mechanic employed in performance of the contract to work in sur.
roundings or under working conditions which ara unnnitay,
ha:'a:tiuus. or dangerous to his health or safety, as determined under
constnctiun safety and health standards (Tide 29, Code of Federal
Regulations, Pan 1926, formeriv Fart 1513, a set ird ft rime
�v.at
y.
• µ;:t. +s 4 r'�an !` r
.t>Ca -� .r:.� ..��.w'� - �tv,�'.vva: :�.s`ly yfdIY`�"♦dsns
•
to time,) promulgated by the United Stun Secretary, of Labor,
in accordance with Section 107 of the Contract Work Hours And
Safety Standards Act (83 Stat. 96).
IX- FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
In order to assure high quality and durable construction in con-
formity with approved plans and specification and a high degree of
reliability on statements and representations made by engineers,
contractors, suppliers, and workers on Federal -aid highway projects,
it is essential that all persons concerned with tba project perform
their functions at carefully, thoroughly, and honestly u possible.
Willful falsification, distortion, or misrepresentation with respect to
any facts related to the project is a violation of Federal law. To
prevent any miaurtdentanding regarding the nfictumess of them
and similar acts, the following notice shall be posted no each Fed-
eral -aid highway project in one or mare places where it is readily
available to all personnel concerned with the projat:
NOTICE TO ALL PERSONNEL ENGAGED ON
FEOERAL•AID HIGHWAY PROJECTS
Title 18, United States Code, Section 1020, reads n follows:
e'
0 7 -10 -72
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a parson,
association, firm, or Corporation, knowingly makes my fain atase-
ment, fate ,representation, or false report u to the character,
quality, quantity, or cat of the material used or to be wed, or the
quantity or quality of the work performed or m be performed, or
the costs thereof in connection with the submission of plans, snaps,
rpttificationa, contracts, or costa of tomtroction on soy hyhvray Of
related project submitted for approval to the Secteraq of TMO&
portation; or '
"Whoever knowingly maker any faire staknam, false repram-
tation, fait report, of false claim with respect to the character,
quality, quantity, or cots of any work performed or to be perfersonds
or materials furnished or to be furnished, in connection with the
construction of any highway a related project approved by the Sea
retary of Transportation; or
"Whoevet knowingly makes any false statement or fate mptpes-
tation As to a material fact in any statement, certificate, or report
submitted pursuant to provisions of the Federal-Aid Road Ass ap-
proved July 1, 1916 (39 Stu. 355), as amended and wpplemeated:
"Shall be fined not mom than $10,000 or imprisoned not mWn
than five years, err both."
FR -7
• • )
7 -10 -72
6 -1.07 SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES
..I
1. General
Equal amployment opportunity requirements not to discriminate and
to take affirmative action to assure equal amployment. opportunity
as required by Executive Order 1.1246 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 Title 23, USC, as established by Section
22 of the federal -A!d Highway Act of 1968. The requirements set
forth in these Special Provisions shall constitute the specific
affirmative, actio:..requirements for project activities under this
contract and supplement the equal employment opportunity require-
ments set forth in the Required Contract Provisions.
b. The contract. +ar will work with the State highway departments and the
Federal Government in carrying ont equal employment opportunity
obligations and in their review of his activities under the contract.
The contractor and all subcontractors (not including.material
suppliers)i 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 as is necessary to make them binding on the
subcontractor.
2. Equal Rmployment Opportunity Policy
The contractor will accept as his operating poliey,the following state- ..
ment which is designed to further the provision of equal employment
opportunity to all persons without regard to their race, color,
religion, sex, !3r national origin, and to promote the full realisation
of equal employment opportunity through a positive continuing program:
It is the policy of '.his Company to assure that applicants are
amployed, and that employees are treated during employment,
without regard to their race, religion, sax, color, or national
origin. Such action shall include: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising;
• layoff of termination; rates of pay or other forms of compensa-
tion; and selection for training, including apprenticeship,
preapprenticeship, and/or on- the -job training.
3. Xqual 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 SRO Officer) who must be
capable of effectively administering and promoting an active con-
tractor program of equal employment opportunity and who must be
assigned adequate authority and responsibility to do so.
4. Dissemination of Policy
a. All macmbers oP the uontractor's staff who are authorized to hire,
supervise, promote, and discharge employees, or who recommend such
action, or who mrs substantially involved in such action, will be
made fully cognizant of, and will implement, the contractor's
equal employment opportunity policy and contractual respon-
sibilities. To insure that.the above agreement will be met, the v
following actions will be taken as a minimum:
FR -8
0 7 -10 -72
(1) Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and
then not less 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 contractor in locating and hiring minority group
employees.
b. In order to mako the 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 offioers, eta., the
contractor will take the following actionst
(1) Notices and posters setting forth the contractor's equal
employment opportunity policy will be placed in areas readily
accessible to employsea, applicants for employment and poten-
tial employees.
(2) The contractor's equal employment opportunity policy and the
the procedures to implement such policy will be brought to
the attention of employees 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 employees 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 area from which the project war): force would normally
be derived.
b. The contractor will, unless precluded by a valid bargaining agree-
ment, conduct systematic 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-
tions. To meet 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 nncouragu 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.employess.
6. Personnel actions
a. wages, working conditions, and employee benefits shall be estab-
lished and administered, and personnel actions of every type,
tnaluding hiring, upgrading, promotion, transfer, demotion, layoff,
FR -9
14g- `.
L]
0 7 -10 -7s
and termination, shall be taken without regard to race, color,
religion, sex, or national origin. The following procedures shall
be followed:
(1) The contractor will conduct periodic inspections of project
site* to insure that working conditions and employee
facilities do not indicate discriminatory treatment of project
Ate personnel,
(2) The contractor will periodically evaluate the spread of wages
paid within each classification to determine any evidence of
discriminatory wage practices.
(3) The contractor will peri,o:lically review selected personnel
actions in Oepth to determine whother there in evidence of
discrimination. Where evidence is found, the contractor
will promptly take corrective action. If the review in-
dicatea that the discrimination may extend beyond the actions
reviewed, such corrective action shall include all affected
persons.
(4) The contractor will irvostigate'all complaints of alleged
discrimination made to the contractor in connection with his
obligations 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 complainant, such corrective
action shall include such other persons Upon completion of
each investigation the contractor will inform every com-
plainest of all of his avenu*s of appeal.
7. Training and Promotive
a. The contractor will Desist in locating, qualifying and increasing
the skills of minority group employees and applicants for employ-
Sent.
b. Consistent with his manpower requirements and as permissible under
Tederal 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.
The contractor will advise amployess• and applicants for employment
of available training programs and entrance requirements for each.
d. The contractor will periodically review the training and promotion
potential of minority group employees and will encourage eligible
employees to apply for such training and promotion.
e. Unions
If the contractor relies in whole or in part upon unions as a source
of his work force, he will use his best efforts to obtain the coopera-
tion of such unions to increase minority group opportunities within
the unions, and to effect rotarrals by such unions of minority group
employees. Actions by the cont::actor, either directly or through a
contractor's aesoeiation acting as his agent, will include the pro-
cedures set forth below:
Use his best efforts to develop, in cooperation with the unions,
joint training programs uimed toward qualifying more minority
group members for vem.Lership in the unions and increasing the
skill% of minority group employecs so that they may qualify for
higher paying eAyloymcnt..
b. Use his best efforts Ve t.acorporate an equal maployment opportunity
clauss into all anion agreements to the and that such unions will
be contractually bound to refer applicant`* without regard to their
race, color, rI,l #.gicin, hCV, ur natic;,al origin.
M -10
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 -
mant, the contractor will, through his recruitment procedures, fill
the employment vacancies without regard to race, color, religion,
sax, or national origin, making full efforts to obtain qualified
minority group Parsons.
9. Subcontracting
a. The contractor will use his bast efforts to utilise minority group
subcontractors or subcontractors with meaningful minority group
representation among their employees.
b. The contractor will use his best efforts to assure subcontractor
compliance with their equal employment opportunity obligation.
10. Records and Reports
a. The contractor will kepa nuch records as are necessary to deter-
mine compliance with the contractor's equal employment opportunity
Obligations. The records kept by the contractor will be designed
to indicatss
(1) The number of minority and nonminority group members employed
in each work classification on the project.
(2) The progress and afforts being made in cooperation with
unions to increase minority 'group employment opportunities
(spplicabl#s only to contractors who rely in whole or in part
on unions ao a source of their work force.)
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading m±nority group employees.
(4) The progress and efforts being made in securing the services
of minority group subcontractors or subcontractors with
meaningful minority 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 authorised
representatives of the State highway 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.
FR -11
0
SECTION 6 -2
0:.
FEDERAL MINIMUM WAGES
SECTION 6
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.
{
6
�IS
0 NOTICES
•
1 G1
9 h
•x.a
yo c
•. w ? 7 4• 0 9
C
V
° o °c Y w e °Y
•°COO �a '°..
�S .•A JpLu
V r d r
m ° q
• L m ° i° u Im.. O
t N N O
M
V (] P
2
O
V
O
A O
Y
o;
Y
N OVJ
f tioo
O <
q
NF.9
w w O K A
O
_uQOn
U G x O n
o u Y
f
O
6
Y
mm
NN of 41
} NH
HN if KH Y.N
�I
m a
Sq Jn Vn
n.p in .00b nn Pq NO�
PAa+
O 0000
ON O
S
P P q O q q
P P O P P O O P q P P n N
q n v
P n
•
A
w
w
C
x
U
O
n
V
C
C
F
6L
66
9N
�
V
"
m d
V
�
u i
V V
U
C
C 4• Y
r-
�
d
V o x Y b
x
• x
x x V N
C 4 L``
all
..
u�u a
^°
w°.a< `:
°`.w° •.°.
� iciou°
°
c
,�.
•
V
U u x w x ]:
•.
r 4 x n •• 4
u C Y� V F
U
'�
J
n
oL .p.
n
�
q
n 1.1 V W V L
W V
1+ W V N W V •N
W U p W U j W V 1 L
IV
W u
N YW
W
W5•i
J
a�G
1 G1
9 h
•x.a
yo c
•. w ? 7 4• 0 9
C
V
° o °c Y w e °Y
•°COO �a '°..
�S .•A JpLu
V r d r
m ° q
• L m ° i° u Im.. O
t N N O
M
V (] P
2
O
V
O
A O
Y
o;
Y
N OVJ
f tioo
O <
q
NF.9
w w O K A
O
_uQOn
U G x O n
o u Y
u
c
.� . ..
00 0000 0 000000 0 00 00o co 00
e w
0 s
m h n 6 0 0 0 0 0 O b s PER
i
o p p G
LL .•Ip r3n VO 200 NmO nn RP PP JV VJ
q2 :072 OR •POs.P%%s so OOr OO OO OO it 9 OO non 1 • • . . • • • • • • • • • • • . • .. . • • • • • • • • • . • .
NN «0 mnm P$ 8 N mPO N amS tim N^ N
V•� om rP o On
ota 1
19 rnmrmr ZAK OoOVbn O °O Oom mm PO nm qP PO
YS
y F
W
to 2
3
_ p m
V u > C
w• C L
1 > < v
4 O
.�Vn CRO w x VX xNC�ib .. CICV n?V 4V;V CV
VV11 V TQ fA CLaVO CYNMpNb ' i n —
V+ _
pY� u V L �.(S W
<C u < C V A
MEMO S C YN nA uu cu 0tW ° zV o W O
8.3.61
P
n
ri
�1
c
O
O
K
ti
N.
C
0
YS
y F
W
to 2
3
_ p m
V u > C
w• C L
1 > < v
4 O
.�Vn CRO w x VX xNC�ib .. CICV n?V 4V;V CV
VV11 V TQ fA CLaVO CYNMpNb ' i n —
V+ _
pY� u V L �.(S W
<C u < C V A
MEMO S C YN nA uu cu 0tW ° zV o W O
8.3.61
P
n
ri
�1
c
O
O
K
ti
N.
C
a
<
ILI
NOTICES
A
r
n
x
`Q
i
Q
O
z
O
0
-V
0
w
y {(
j1
l!
{
t
i
0
1
0
N
J/•/1rr O��
N NNN
�
f
i
�
00
000
00
0 000
i
<
n
s
Z
{
��i�
8•i?•8•
as <e 399 nnn
Y'
0 Ogg co
M Y•00 0
o RnRa ai•n '�"o
• •
� ♦♦"m'
•GyM NNA
AAA
0
yy♦♦ii..YY ♦♦ ++ yy
NN�Ny # #N HA±
�t OoO
oOO
���
•
rnn
S
i J J
J J J Jy} J
P P P
NM
J
�nr�
t
n Pnam� aM1� PPP
NNE
NS �.+H
•
pa
MPn
rioY', 000
ra rPO
.gym
r'mP .o . .
Y
N n
p•
S X00 a J S N
.P•• n n
n n .0.1 n n n A
-Y -cam
o
+. o
oam .•« a
o
mg °o
a2�
]
Pi
P
Y
,°o
�.�
aoc
nn nP0
ew a r V1
n •-aO
.=m
^ n.o 00
s
r
c
o
0
u
w
0 +
c
o
Y
O
Y L
u
C
r r x
o
O
p
r Y
C O 6 Y C v O
a O
ro`Fa
• 9
N
>
•
p �
.l
L L�
+ O L
♦ 1 Y L
6 Y x m V
.L
� p� C•
C a
><
C
C
q
O
G
E
O�
V
•+ V♦
n O V O Y
_
s H•
Y O Y
m r m x V
Y�< W
i
r« V
O 0•
Y
C Y VC
Y
r
p]
LVV
F
C•ww.Y 1C
p
HC
V M W
•v
p]
VV
M M C Y V
VN
Y
w m
i Y r♦ w
MaSx1•
]
u0 CCU
P�J
V
W y
�Yr y]y
w
.wi ry J•.
ro
C m+ n
G O
• Z y
Y O
N
�• Y Y
5 ]
>
E V w G
y Y Y
9 G
g e O y w y L
e O 2 C O
G U G E
Q 4 y
C O J
0r
Y ow
o
o o
e
Yo °u
L p]
•c
9 y ^
_ m0
.l
va �+ i
Y m .°i
w o
w
Ym
U Y w � v%
m`+
J
x♦ 4 x
G
Y Y
c a0'
Y C V W o[
r
¢]
C Y
o
Y]
pO m L Y y
r C 4
H�
O 4
r L
O C r V<
^t��a•L0aLOn�La
V V
U O
ma > C
<
V
Y
O w
H C C +
N
x C a
Op upi w
Cy w O YB C w CC
.]
�w
L p w Wv V Y
N
Y L
L > Y N w w r
Y
S
yyQQ otl
J Y. +]
gy
Y -V• +
yQQ wV wO N: J.L.m
Y�]] Y•Y+ �
m n
vWj vlY
W
xo ..s LprYJgwoo
u,'.
„ucL YSUxrrr
W
L
G+ L
O C a u
L
C L O u L J Y C
C Y
�
C 1:
J
m
] pv ] O„
••JJ r
] ]] i u 6
mm
Z
JV wUjU
m w
+JV
a
UJUK I'
> SwYVi
a
lS
E ELUm0.
n<w
m.ui. ^L
<�
Vai
C
l.•'Oiu
Lmm O mmm
A
r
n
x
`Q
i
Q
O
z
O
0
-V
0
w
y {(
j1
l!
{
i
0
1
N
J/•/1rr O��
N NNN
�
f
n
Z
{
��i�
8•i?•8•
as <e 399 nnn
Y'
M Y•00 0
o RnRa ai•n '�"o
• •
� ♦♦"m'
•GyM NNA
AAA
NH�N
yy♦♦ii..YY ♦♦ ++ yy
NN�Ny # #N HA±
�t OoO
oOO
���
•
rnn
O nO n.PVP�rv.J••rvR �J�
$��
nJn
n Pnam� aM1� PPP
1!:
is
pa
MPn
rioY', 000
ra rPO
.gym
r'mP .o . .
]
O
Y
s
VF
s
s
a
o
s
o
ro`Fa
• 9
N
r
p �
y Y
.L
� p� C•
C a
><
C
Q
♦• L
Y�< W
i
r« V
O 0•
Y
C Y VC
Y
p]
LVV
F
C•ww.Y 1C
p
HC
V M W
•v
p]
VV
M M C Y V
VN
Y
MaSx1•
]
u0 CCU
P�J
V
W y
�Yr y]y
w
.wi ry J•.
ro
r
• Z y
Y O
N
�• Y Y
Y] y
` L L V V C x
V H ++ w r
a; C L
E V w G
y Y Y
9 G
g e O y w y L
e O 2 C O
G U G E
yG
p G w
dG}f
;
Y•
o
o o
e
Yo °u
L p]
•c
9 y ^
F H- �
va �+ i
Y m .°i
w o
c a0'
cr<<0LL
C C �, i
H�
S S a 5 .• L+
Y Z U J V
•• V J U
^t��a•L0aLOn�La
V V
V J V+ V Eon
•Y•
.]
A
r
n
x
`Q
i
Q
O
z
O
0
-V
0
w
y {(
j1
l!
{
a
mlw
rvls
• NOTICES
0
z
XL1 �3i
OI +IV
4
e
t
~
e
e000eo
0
ooe
•
Y'
e
�
N
N
6
i
O
N
O
n
0
N
i
a n
0 0
0 0
o
e
n
a
a
o
�
NNNN
R
au.nn
«
R
$n
Poo
a.on
a
a
on amen
JI
NJNN
na
p
Y
p
a�nN.n.
b
PPPP
P
N
Ii
.°
�°
vnun
m
a
��
^
T'
ndrd
'O�
P
.O .On
O
M.O aO
P
O O
z
XL1 �3i
OI +IV
r �
iW
O 6 n V 6 V q V V V
y 9✓ L a u y Y ; Y L r „ p > Y '+ V C U u u e
O VYn Cu u V3„ YV ..VY VL
H O N G 4 n 7 O r r W � m M N V '.. p 0 • 0 9
C n u n 6 C p y V V p
pC '• N Y • tl6 .. 9 p G u O •' G O g S a m u )Q O g O V
v u0— uu on uy p p L ON/
o� V N.• O> Y O w S S 9 F C r n v e C N 9 O s V. J E L
u G m c c a c p r o. o c L• • o Y. i .0.5, _ L p
L V .> > • v Y Y V V .. V V) u H~✓� 302 N V <> C C
� mNYM1 N In >C_ N i SyrSRyN7
8863
P
n
U
Q
Q
D
O
2
n
O
r
r
u
5
0
Ir
4
e
~
e000eo
0
ooe
000 eee
e
�
6
=
a n
SIC
a
<aa
a
a
a
o
�
NNNN
R
au.nn
«
R
$n
Poo
a.on
a
a
on amen
r �
iW
O 6 n V 6 V q V V V
y 9✓ L a u y Y ; Y L r „ p > Y '+ V C U u u e
O VYn Cu u V3„ YV ..VY VL
H O N G 4 n 7 O r r W � m M N V '.. p 0 • 0 9
C n u n 6 C p y V V p
pC '• N Y • tl6 .. 9 p G u O •' G O g S a m u )Q O g O V
v u0— uu on uy p p L ON/
o� V N.• O> Y O w S S 9 F C r n v e C N 9 O s V. J E L
u G m c c a c p r o. o c L• • o Y. i .0.5, _ L p
L V .> > • v Y Y V V .. V V) u H~✓� 302 N V <> C C
� mNYM1 N In >C_ N i SyrSRyN7
8863
P
n
U
Q
Q
D
O
2
n
O
r
r
u
5
0
Ir
83&3
d
f
j�
1
i
•
{
O
O
NOTICES
N
T
u
V
4
�
q V
C• L
.0
O O
,
L
CN
ai
�
PVC
v•
un
S
S u
°
UV
�
h
N,.1V
WFr
pL LWVjL
uw
Jrn
r V
q
u
3
V V
O
.3
C V
mD�
L 3
P
P
pN
rr
°
N P
r
um4i
1 q
L n C
°'pu
Y C
09
r
i
" co
i q
W �i"n
V
c
`w v•.
w•L.+aO
"din
" e n: .m. e
T.n
••PP
m°
L�.
�
ion �o
rNd
L E..Pi
wO0
r
rJWwL
V
N
m
K
K.< u"` c
-Y. ` <V
Y
h
C
C
r
� Y
Y
Y Y ]
MOVZ
mCNL
w• V
D u V
n
a
]
L V m
C
J O
aN`P
n0
��.uur
J
YN�
<W
p
u.O
v °Y:
cn
LD inn
qni
q •,V O.<
T
Y'p.0
M.+6
uaGC
q
r
>• p
c <
C Y n Y
{L.. V L
V u u
oo
0 � m
� u ON m
.]
W
m .w.
r
N
C
..
.p. •r, .Y. c°
•.
Z F
$$jj
d< W
�u 9
0
4
1Yi
•
{
O
O
v
7
W
.W1
a
W
f
�
99
O O
,
L
S
�
�
v•
un
S
1i
�
h
n•>
Jrn
i
Y
-
rr
r
a
°
P
V
po nry
D.M1
u
a
�
ion �o
rNd
v
7
W
.W1
a
W
a
P
0.
NI
6I
• NOTICES
•
~ y Y Y a p W • I a
ate
9 L w N 6 M N V V9 m 4 - I O r n W •e O u • P V
C GOaMnL �tlOLULtire ry VJ� IlVjjj�60. Cod Yu b
• O u a O. � Y x Y u Q Y 0. M u F 6 I L .JJ F .� 3 u V L V G O` �
O V •� L n u Y F n a u .Lr .• u r O (F6y G b W 6 .�] ¢_ p
tl yV�`j V O Q U 6 x U Y C 6 U a H i aO Y O C ..Yi N y�• ��yj q
�'y Y a y o� r V .Y4 r d V O ti n N 4 '1 O K 0• K d 0. u yl 6 C 2 C O
O W m 9 .• O V 9 r4 V O L L w w 6 D •• �• 0 O y ry q V O V O C
5 w 4 U u r w• Lw d V � U O O E u E V N Z ^I J tl� E J u~ a N< � O
} O C u n y y L 9 J V V4 y
V Q u w u] C Vd1 C L O U V B R V U NW •VL �< u y N> 6 7 Y: T 6 FF
K G N~ c°i a GK tV+ <u O n u atli (Ft z m vFi vWi
L
O
-
Y 1p
f
O
M
Y
w] Y 4
.
•yYX
N D 9~ O
Y
7p Y u
L Y u YY
F
Y
Y
•;�
p 4 A Y }{ a< •Yy
L'•OYmnn
N
p C
q
ZJ
m
Y•' °c
cc
6
p
W Ydxw YYN ••S
Y I
f
N
�•
b
C
N
N
O Z 6
O
I
pN
N N
N
N
N
•Y
N
N
o
•p
•O N
~ y Y Y a p W • I a
ate
9 L w N 6 M N V V9 m 4 - I O r n W •e O u • P V
C GOaMnL �tlOLULtire ry VJ� IlVjjj�60. Cod Yu b
• O u a O. � Y x Y u Q Y 0. M u F 6 I L .JJ F .� 3 u V L V G O` �
O V •� L n u Y F n a u .Lr .• u r O (F6y G b W 6 .�] ¢_ p
tl yV�`j V O Q U 6 x U Y C 6 U a H i aO Y O C ..Yi N y�• ��yj q
�'y Y a y o� r V .Y4 r d V O ti n N 4 '1 O K 0• K d 0. u yl 6 C 2 C O
O W m 9 .• O V 9 r4 V O L L w w 6 D •• �• 0 O y ry q V O V O C
5 w 4 U u r w• Lw d V � U O O E u E V N Z ^I J tl� E J u~ a N< � O
} O C u n y y L 9 J V V4 y
V Q u w u] C Vd1 C L O U V B R V U NW •VL �< u y N> 6 7 Y: T 6 FF
K G N~ c°i a GK tV+ <u O n u atli (Ft z m vFi vWi
f0 Y
a C d
W JW rt F rZi
•01 m y}�: Y bC F
N q j F> VI u F
~ S 2 u O
A �rj pO U K V Y N
W yU u N rcV ]i C U J= YI
83 �;i
s
-
Y 1p
f
O
M
Y
w] Y 4
.
•yYX
N D 9~ O
Y
7p Y u
L Y u YY
F
Y
Y
•;�
p 4 A Y }{ a< •Yy
L'•OYmnn
N
p C
q
ZJ
m
Y•' °c
cc
6
p
W Ydxw YYN ••S
V W V V O V C •r y x .n ti
-
Y. m 6 4
b
C
u
D Y 9
P Y
C
of
9 u V� •y b Y 0 •4 4 w K V
x o rb:a
.. �
W 6 Y V
J
W p V
F•
otQl
N
N
N
N
N
N
N
N
N
N
N
f0 Y
a C d
W JW rt F rZi
•01 m y}�: Y bC F
N q j F> VI u F
~ S 2 u O
A �rj pO U K V Y N
W yU u N rcV ]i C U J= YI
83 �;i
Y 1p
M V Y u .Fi J( O Y tl
u C M
M
Y
w] Y 4
.
•yYX
N D 9~ O
Y
7p Y u
L Y u YY
p yO
u u a y m.l W
4 O O L Y ti
Y
Y
•;�
p 4 A Y }{ a< •Yy
L'•OYmnn
N
p C
q
ZJ
Y•' °c
cc
6
p
W Ydxw YYN ••S
V W V V O V C •r y x .n ti
-
Y. m 6 4
b
C
u
D Y 9
P Y
C
of
9 u V� •y b Y 0 •4 4 w K V
x o rb:a
.. �
W 6 Y V
J
W p V
F•
330 .. :°,
3 °:
r
,°. m°
•]
•O VIYMOW
N4xO
U•YCM9 OD.yi9
440
F.'.
S
rY
Z a w 9 l
VVVt
F in a J<
u V� �.Li p x w g
m
' C
b
W'
Jb
N Y
V
W C W O 9 O Y .-Yi p • ry O `i x
Q.
Z
YYY0. \ .'` e 0
V 9
V V O u W W 4 6 Y a Y t ••• a N
�
V M
V
T a
.. �.
f0 Y
a C d
W JW rt F rZi
•01 m y}�: Y bC F
N q j F> VI u F
~ S 2 u O
A �rj pO U K V Y N
W yU u N rcV ]i C U J= YI
83 �;i
8366
1
M1I
• NOTICES
0
I
G
M
O
7
C
N
a
]
yQ
yY
Y
CY'pJ >Cr
0
f.]y LY.wL
.
M
.O U�
e
e
o
o
e>
r
Y Y N
y
gQCt gGEY
V
Y
C
L
•
I
C
O
..
r
-
r
1
N
N
r
f
N
t�
.
\
.• N u
Y
y_ b 4
I
G
M
O
7
C
N
NM
]
yQ
yY
Y
CY'pJ >Cr
0
f.]y LY.wL
.
M
.O U�
YLV
U^Ia YL90.4
K M
r
Y Y N
y
gQCt gGEY
V
Y
C
L
•
I
C
O
J O g
b Y 7 6
M C G Y w C Y M u
q 6•• Y L
t�
.
\
.• N u
Y
y_ b 4
G
q o
E O
y
IF
< 0 E g t o
Z o r
-• c n�] a V
E
C
<8
.] • pL ] Y O
W 4 .• y
�• M It101
Y Y
K Y C C •.
4t
C
S w 5 v Q y
r N F 0.
S U 0. S F 0.S 6 F OG K i•
S �
I 1
W
v
m
1 1
1
i
I)
O
�
f
f
0
a
.+
n
N
n
r n
n r n n
L
N
M
Y�L
P
•'� O P V
O
�i
YL N
a a a a
N
6
t
G
°
O
7
c e
i
y� .-Yi
•
ty
K M
y
O v
I
tl
Og
a
o�n
f.
• C
1
i
«I
NOTICES •
^ L
✓l.rL o r a 4'J ]
.• u Y om. • W] N Y O C
N ` u62'nu4V •Oy00v •` y9 Y..YOa r•60u^
O 6DVTC••oNr E ^vE� YLYFY Y•'u+;oDA^NE9 '•6V
Lr •V+Y m�L )� CY VY� >T
(<G L Y U�� 0 9 6 Y Cl L O N> O Y V Y V 6 V .• V u V O Y T
NV r4 6u OCV �¢v9 Y^u >J•Y 6N
6• "•� '+ S] C u q O E L V S O N Y O '• V]
O u 0 ^y Y •` O. •. 0 •`C m N • C W 6N
ON•` UAY.+Y ] FtFU2 N59tlmY y.+
1+ 61 Y T r N Y 6r V Y m C'7 w] w y
S C O T N C A O O 9 Y L♦ T L 4 1u m V -C• C i u 9 r � E
� •VYC )VU Vu rvq N'uNV rM rn .. pV
_ E O N m_ V N m Z • 6 O V] Y V y9
^TrrYVUNVt YwL1'mCCC44..V••�.r>i .CivNL.L10Ven
W V E 6uuY ••C LU NYC y �r N
NCNrO G•`MO WEUY >yp9 V•�=9gm N
Y L Y E C V 9 G G N
W n O O y O L Y N O V V A 6 C V V„ C O
x O 1 V G W u O y •. O ID = O] J O W V T 9
s C Y L O C 9 N€ N p V r• L r Y W r YO i V J Y M Y V Y Y r L
uu AYW >yYCiu c2 Or b9V CVr 6VA•a 6yYV9
V C+ y u 9 9 L L b C� V 9 • y Y> V C L •• y V
• V Cp 9 G C V U• V V i y� >ee D Vy.• C C 9 r O 9 V 4 � V
• yO •Li O v y p vv N L b O S V h i v i V 6O O Y P b v VV• b Y w
U
m
c d c c
Fp V V U 6uY rD9 M
E i ry u m 0. C p v0 2 9 w Y
u m u 6 q G J Y O V p
•• c rim � ED V u O u^ U
q >ppK
W u r E .-yAi G O N E Y 2 w
y^YY
W< D m MO V O Vy u Y vO y W
z moa�oc op Y o
V h V •+ V p V. V 4^ V m Vp
0 r Y � 4 O V'Y V •. G O
i M y y.Y V V C Y V r G 5 u
6INOVa.VS�VMYwO
Y
O ••
V
Y L
C =
4
U LLn
NC
C
qC
E A
o
r
p�
F C roYT y + u aL•
u
U S
V n
O p Y A E V I+ U
J C N A V
L V V •. C< Y Y C Y V {•
m C Y
a
O O C
L• O O. F
V O C D r Y 4 V "� Y
•` O •` L L
C V V O w
V •` A V n m V N
A C D1 CI r ) •`
Yo
y> 4
O
y N
> U O W F n y
C ] •` C6 O
< w t
y
N M
S D N o •• L
LS 4^
7
^ L
✓l.rL o r a 4'J ]
.• u Y om. • W] N Y O C
N ` u62'nu4V •Oy00v •` y9 Y..YOa r•60u^
O 6DVTC••oNr E ^vE� YLYFY Y•'u+;oDA^NE9 '•6V
Lr •V+Y m�L )� CY VY� >T
(<G L Y U�� 0 9 6 Y Cl L O N> O Y V Y V 6 V .• V u V O Y T
NV r4 6u OCV �¢v9 Y^u >J•Y 6N
6• "•� '+ S] C u q O E L V S O N Y O '• V]
O u 0 ^y Y •` O. •. 0 •`C m N • C W 6N
ON•` UAY.+Y ] FtFU2 N59tlmY y.+
1+ 61 Y T r N Y 6r V Y m C'7 w] w y
S C O T N C A O O 9 Y L♦ T L 4 1u m V -C• C i u 9 r � E
� •VYC )VU Vu rvq N'uNV rM rn .. pV
_ E O N m_ V N m Z • 6 O V] Y V y9
^TrrYVUNVt YwL1'mCCC44..V••�.r>i .CivNL.L10Ven
W V E 6uuY ••C LU NYC y �r N
NCNrO G•`MO WEUY >yp9 V•�=9gm N
Y L Y E C V 9 G G N
W n O O y O L Y N O V V A 6 C V V„ C O
x O 1 V G W u O y •. O ID = O] J O W V T 9
s C Y L O C 9 N€ N p V r• L r Y W r YO i V J Y M Y V Y Y r L
uu AYW >yYCiu c2 Or b9V CVr 6VA•a 6yYV9
V C+ y u 9 9 L L b C� V 9 • y Y> V C L •• y V
• V Cp 9 G C V U• V V i y� >ee D Vy.• C C 9 r O 9 V 4 � V
• yO •Li O v y p vv N L b O S V h i v i V 6O O Y P b v VV• b Y w
U
m
c d c c
Fp V V U 6uY rD9 M
E i ry u m 0. C p v0 2 9 w Y
u m u 6 q G J Y O V p
•• c rim � ED V u O u^ U
q >ppK
W u r E .-yAi G O N E Y 2 w
y^YY
W< D m MO V O Vy u Y vO y W
z moa�oc op Y o
V h V •+ V p V. V 4^ V m Vp
0 r Y � 4 O V'Y V •. G O
i M y y.Y V V C Y V r G 5 u
6INOVa.VS�VMYwO
LEN
Y
O ••
V
Y L
C =
4
U LLn
NC
C
qC
E A
r
Y)
F C roYT y + u aL•
u
U S
V n
O p Y A E V I+ U
J C N A V
L V V •. C< Y Y C Y V {•
m C Y
a
O O C
L• O O. F
V O C D r Y 4 V "� Y
•` O •` L L
C V V O w
V •` A V n m V N
A C D1 CI r ) •`
Yo
y> 4
O
y N
> U O W F n y
C ] •` C6 O
< w t
y
N M
S D N o •• L
LS 4^
7
~
o
L
•°a
O Y
f
W
u A ••
6C
u O± U OL p L C
L F.L V
C' m O L
L 6M6 m
LZq v um •
N
6
M
O CMr ]ZAU
V V Vp L
O„ ]6rL
C Ap •• W
VYU
• M
O ' r A
u 4 r u r
Yp. V L
L,O W ti u V.p
~at
r>
b . qY�
O O
Y W 9 n
VPj
V
W
m
6> V O Y T
` •• O C O O n
C A 0—. V V J
M
°Ley<
LEN
Y
O ••
V
Y L
4
U LLn
NC
C
qC
E A
i O
Y)
F C roYT y + u aL•
u
U S
V n
O p Y A E V I+ U
J C N A V
L V V •. C< Y Y C Y V {•
m C Y
a
O O C
L• O O. F
V O C D r Y 4 V "� Y
•` O •` L L
C V V O w
V •` A V n m V N
A C D1 CI r ) •`
Yo
y> 4
O
y N
> U O W F n y
C ] •` C6 O
< w t
y
N M
S D N o •• L
LS 4^
o>
V •l •+
~
o
L
•°a
O Y
W
u A ••
6C
u O± U OL p L C
L F.L V
C' m O L
L 6M6 m
LZq v um •
O G
6
YV
O CMr ]ZAU
V V Vp L
O„ ]6rL
C Ap •• W
VYU
• M
O ' r A
u 4 r u r
Yp. V L
L,O W ti u V.p
~at
r>
b . qY�
O O
Y W 9 n
VPj
•.v ]& V E
4 W N
W
m
6> V O Y T
` •• O C O O n
C A 0—. V V J
v
�
°Ley<
�"E <�;z�
rvSi
�w�8
L
< °' rte^
«Y�o�
4 L O
K C C V L V u„ �
y
C
4 A Y N� j U v
W u>
W
f ••
S
•L' Y
Y �j �
s y O F
C r<i u L C M
Y
6v V O O
Y •. {Yv y s Ve o
s d
W
O •
p�
� W O>
O
W _ O .Vi •' u u
L
.•
T m N1 V 3
i 4 �
C V 4
O
2
�
•u°a •
im� C
—'
�N u • Y
' VO< F V V .OV + n a L c V r �
(
A
T:
r�I1O V
C
•
A
ld
i
o
4
ZC 'pV Co wvV 8O`�
T r
Y y
Y
z
��'i �
.1l �
S
��
•YC i
ova
LEN
9368
NOTICES •
r •
I
9 0•
i
• N N N
1
f0 Y V K
C V C
K yy M
r • 9 V Y
•T 6
C O V 1 L T y Y] V 9 T V Y O• Y p'
C] v Y W 4 1• CY C Y U L OJ V
F V N E ]
K0�6 � ]I:rOVWVrxW
o •• a x u.. N ;. c
Ly..1 £W�O•TCU ]J.pNYV�pC
O _ R 7 W E
r Z! P�> qOY EG NpL
N Y Y Y C P W N r w x lgO O L .Oi x d U
G V W W O u 7 9 Y
•• O L u e �' JO =
O uK.•r3
7 YYO WU O.L WOLYYr rU'E+1
O SmvF WOf• w)VLISLS
U U
N
m .
too V J r t
M W L M C C rp M �
�� .� u C • L 6 L O v e y C � L
y OnO VMPU T4CL9MV
u=omS i.Y+W�u °�iwYs
F o
O O y u O O O m9„ V 91V TP C
C^ Y V r wL W O y O L d r
<Y 4 O O W L 0. • 11 L F Y O
6' !O T V N L� W r T V d •. L O 'E
a�pa xncv YU�yo.�]4r
O 1
W M tl R .• fp G u V N 0.
v V J v y N N 4 O.E X v Y p MO F p
>i�4
yO 10-W a u Oh�K `vq np. u0'N U0
Y
Y Y V
O 1 Y •n L
4 2 L
a) Y
o k u
.. a Y n
S K .-Yi e•• o y p
E Y e u y
4a >K
K q O u O
r V 1 V W
V _ L
q.Li N r V E�
UrCnY O.
.. Vlr Y L_ E P.•
S � O
•K+IJ��d�/. C.y
m C 9 >p 9
V
f
O
O
N
6
i
i
W
I
•
.F°•
y'
•
O
w
L
7
K
1
f0 Y V K
C V C
K yy M
r • 9 V Y
•T 6
C O V 1 L T y Y] V 9 T V Y O• Y p'
C] v Y W 4 1• CY C Y U L OJ V
F V N E ]
K0�6 � ]I:rOVWVrxW
o •• a x u.. N ;. c
Ly..1 £W�O•TCU ]J.pNYV�pC
O _ R 7 W E
r Z! P�> qOY EG NpL
N Y Y Y C P W N r w x lgO O L .Oi x d U
G V W W O u 7 9 Y
•• O L u e �' JO =
O uK.•r3
7 YYO WU O.L WOLYYr rU'E+1
O SmvF WOf• w)VLISLS
U U
N
m .
too V J r t
M W L M C C rp M �
�� .� u C • L 6 L O v e y C � L
y OnO VMPU T4CL9MV
u=omS i.Y+W�u °�iwYs
F o
O O y u O O O m9„ V 91V TP C
C^ Y V r wL W O y O L d r
<Y 4 O O W L 0. • 11 L F Y O
6' !O T V N L� W r T V d •. L O 'E
a�pa xncv YU�yo.�]4r
O 1
W M tl R .• fp G u V N 0.
v V J v y N N 4 O.E X v Y p MO F p
>i�4
yO 10-W a u Oh�K `vq np. u0'N U0
Y
Y Y V
O 1 Y •n L
4 2 L
a) Y
o k u
.. a Y n
S K .-Yi e•• o y p
E Y e u y
4a >K
K q O u O
r V 1 V W
V _ L
q.Li N r V E�
UrCnY O.
.. Vlr Y L_ E P.•
S � O
•K+IJ��d�/. C.y
m C 9 >p 9
V
V
Y •� 9 M V M V ; 1 V Y tl r N y g1
Y_ L : ••• y C y r O . C r V Y y •/
� VC VV:L/ y M C VYfOyy Yy J MMON rCnVV
•� �A pY VVIO L' O TT nL VO O. p� r.V•/
F V L. L 9 V r u 1 Y1 r` Y L r T V v L. n • 9 v y S 6 O I". Y C M V 7 C Y V N
V V• N S E� u Y x r Y A _ O x O V L v •� 11 „ V K (� G V> C y
W V£ OL E J � u 9 Y w c Y .V+ O .• W; < u T T O V . m w � w n T. t F m v r
O• •0TOU0•• � uO4rNK0.YO ��N•• VwWWVjVUVJO.m y••y q0
�" Vw]�r]J�09]r rM•• ^6�wYVY.nO] C •OM TLFV�W> ]
••up OW W••hJ £.uNVCVr V TWy Y �grMru 09,
Tro V . Y > ] >O V.,0.. =.•YCn Y10>vVYCUFu O
6 C >± C L T+ Y Y u C V n V u W W T O N Y ^ o V Y u u A LL Y
= O V Y L O u O% w V s
V L S u C n C n y Y A + Tv O u 0 '•x,O V s Y 9
u S � O F M W 4 N O Y V„ C m W L > V j V+ V V r r • u ..l V T
S V Y O ii.LL. -1 ..• L O. V .+ r wq V wq Vp Y Q r y E] V T 1 V d u n c w m L m O N V .+ m O �
w Y •�
v v O N Yp u T v r W u J C v C • C � w 9 u 4 Y. O C g O 1 Y F � 0.Y > V V
r WOMUO OAS IW O•rvWOl mVO1�V�oL. -]•C• NKC
A u OK
sl a�� = _
m T')yM(O tllp A90p4 J00 qq L
O >YStno °ySavyvuFuv..f uii]0.KSiwiW el. YfO•YUO�NhSu�9j•
P
O
!Q
S
Q
O
O
m
O
a
0
f
O
i
i
V
Y •� 9 M V M V ; 1 V Y tl r N y g1
Y_ L : ••• y C y r O . C r V Y y •/
� VC VV:L/ y M C VYfOyy Yy J MMON rCnVV
•� �A pY VVIO L' O TT nL VO O. p� r.V•/
F V L. L 9 V r u 1 Y1 r` Y L r T V v L. n • 9 v y S 6 O I". Y C M V 7 C Y V N
V V• N S E� u Y x r Y A _ O x O V L v •� 11 „ V K (� G V> C y
W V£ OL E J � u 9 Y w c Y .V+ O .• W; < u T T O V . m w � w n T. t F m v r
O• •0TOU0•• � uO4rNK0.YO ��N•• VwWWVjVUVJO.m y••y q0
�" Vw]�r]J�09]r rM•• ^6�wYVY.nO] C •OM TLFV�W> ]
••up OW W••hJ £.uNVCVr V TWy Y �grMru 09,
Tro V . Y > ] >O V.,0.. =.•YCn Y10>vVYCUFu O
6 C >± C L T+ Y Y u C V n V u W W T O N Y ^ o V Y u u A LL Y
= O V Y L O u O% w V s
V L S u C n C n y Y A + Tv O u 0 '•x,O V s Y 9
u S � O F M W 4 N O Y V„ C m W L > V j V+ V V r r • u ..l V T
S V Y O ii.LL. -1 ..• L O. V .+ r wq V wq Vp Y Q r y E] V T 1 V d u n c w m L m O N V .+ m O �
w Y •�
v v O N Yp u T v r W u J C v C • C � w 9 u 4 Y. O C g O 1 Y F � 0.Y > V V
r WOMUO OAS IW O•rvWOl mVO1�V�oL. -]•C• NKC
A u OK
sl a�� = _
m T')yM(O tllp A90p4 J00 qq L
O >YStno °ySavyvuFuv..f uii]0.KSiwiW el. YfO•YUO�NhSu�9j•
P
O
!Q
S
Q
O
O
m
O
a
0
O
ii
NOTICES
8159
P
0
A
V
Q
K
e
O
2
ai
O
w
N
V
J
Q
C
V.
Y
d'
O.
O
0 O
w 1;
qC
4wL
Zm�
L
� W o
0
7Y
Y
C
< ^ O Y
•L J C 6 w
J
TLI .
c
p
�WG�WY
6'Y
8159
P
0
A
V
Q
K
e
O
2
ai
O
w
N
V
J
Q
C
V.
d'
c
F
F
<
6
0
i
)I
N
N
N
N
N
N•
�
N
d
d
d
d
W
6•
d
J
1
y
M T
<
Y
y
y
•
> Ow
Y r J.+9
Y
y
>
.O• u>
0 V
�)
C Y Y
O Y
Y
p
•+
O C N 4 J +
a C
Y
L Y
O^
Y
Y
10'.
u
•
±
v 4
9 Y
O
G
y w
•
w
O
Y 'jY
p Y
9
Z C u 4 .Yi
7 M
P.
O V F C0 �
a
T
:t u Y o O M
O
O V
a l•O•
p
y�
p
F
YM
�
tl1LUY
OG/T�
2ry
�
V9
JT
^
^L
]L�
/.Y
WJ
W
>
�(
i`•MY6
O
W
F
iM
O
0
u
.•p
y
W
N•+wtl d4
O
M
>�
O
VN V}
C
Y Y C
�
M
V O
L
s
u
C
O
Y u G
yO� Y
CC
7 Y
�
M
U• Y
.~+ 9
!N[ Y
W O 4
Y
CL
N
Y
V
.•% ±
V
N N
G
U
W
><N ]
V
>L
Cp+y
W 4
U906�4
LJ^
1«i. Tu
� O. V
F
0) N
S O
t2
Y •Y•
3 Y
w w Y L S
< d
.>iL
Q>
Y U
F
>•K
p>
FFF
<
.
1 1
8159
P
0
A
V
Q
K
e
O
2
ai
O
w
N
V
J
Q
C
V.
8370 • NOTICES •
P
N N N N N
O O O O O
N H N ry ry
n n n n n
• ti N r M1 N n
E
i
Y
0
r
y1
N
N N
u
O
O
O
O O
^
o
�
o
• O
n
n
n �
W
r F
Y
Y
Y
Y
it
N
N
M1
N
�
N
r
rn
r
r •y
y
•i
P
N N N N N
O O O O O
N H N ry ry
n n n n n
• ti N r M1 N n
E
0
Y
r
u
J
m
^
o
�
o
r F
Y
Y
Y
Y
V
y
C
l
V
W
Y
Y
O
L
. F
Z
O9
w Y
Y
W
U' Y
•q
Z
WV
0
0
SECTION 7 PAYMENT
0
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.
SECTION 8
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.
B-14
0 0
SECTION C
CONSTRUCTION DETAILS
FOR
CONSTRUCTION OF TRAFFIC SIGNALS
AND
HIGHWAY LIGHTING AND STREET IMPROVEMENTS AT
IRVINE AND HIGHLAND - 20TH STREET
DOVER DRIVE AND 16TH STREET
SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE
CONTRACT NO. C -1476
FEDERAL AID TOPICS PROJECT NO. T -3041 (199)
CITY OF NEWPORT BEACH
CALIFORNIA
(These Details are not to be filed with the Proposal)
A
SECTION C CONSTRUCTION DETAILS
SECTION 1 GENERAL
The location referred to in these specifications is:
Location "A" : Irvine - Highland - 20th Street Intersection
Location "B" : Dover - 16th Street Intersection
Location "C" : San Joaquin Hills Road - Santa Cruz 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
reflective 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
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 A 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 highway lighting at Irvine Avenue at
Highland Drive (Loc. A) and at Dover Drive at 16th Street (Loc. B) and at
San Joaquin Hills Road and Santa Cruz Drive (Loc. C) shall conform to the
California Standard Specifications, January 1973, hereinafter referred to as
the "Standard Specifications" 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 ".
C -2
E
0
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
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.
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 FOUNDATIONS
Foundations shall conform to the provisions in Section 86 -2. 03, "Foundations, "
of the Standard Specifications and these Special Provisions.
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.
7 -4 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.
C -3
0 0
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
7 -5 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.
At Location C the type XIX standards 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 rp for to ordering these certain 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 -6 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.
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.
C -4
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
7 -7 PULL BOXES
Pull boxes shall conform to the provisions in Section 86 -2. 06, "Pull Boxes, "
of the Standard Specifications and these Special Provisions.
Grout in bottom of pull boxes will not be required.
7 -8 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.
Splices shall be insulated by "Method B. "
Conductors for future phases shall be brought into the controller cabinet.
Conductors shall be banded for identification of the future phase they will
be used for.
7 -9 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 visible after cap has been poured on foundation.
7 -10 PAINTING
- Painting shall conform to the provisions in Section 86 -2.16 of the Standard
Specifications and these Special Provisions.
The following Special Provisions apply to Location "C" only:
All 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.
C -5
0
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
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
mate rial.
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, inter-
mediate coat and top (finish) coats. The Contractor shall use the manu-
facturer's recommended thinners and cleaners for each material used.
Manufacturer's recommended pot life shall be adhered to. Date of manu-
facture shall be stamped on each material container.
7 -11 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 865o. Design of the reflectors
shall provide even illumination of the entire surface of the sign panels.
Mi
n
L
T
L
U N
Q
O
cEu
m
w .0
m
� r
� v
p
U
m
' o "
0
.O 'm
0.
L .O
C
x >ax¢_
.0
o c
0
Y
p
p
b
H
L
ed
u on
C
4
Q �
A .h
Eu
C u
A ed
V
0
GA
O
fU
A
-
b
m
.- ,a
n
L
j N m
U N
w
O
T
m
er r
m
� r
� v
O
uw`3
r
a>
.O 'm
0.
L .O
C
x >ax¢_
.�
o c
0
j N m
U N
> V
N
� �
V
Y
O •
CO
.
m
� r
� v
O
uw`3
r
a>
V
Y
O •
.
m
� r
v
b
q
y
L
O U�
b
N OC
C ' l�
w 4�
E b
Y
p
4
>u3
ed
u on
C
A .h
A ed
�
v
b
q
C d
p
L
O U�
b
N OC
C ' l�
w 4�
E b
>x.a
>u3
A ed
fU
O ac
-
z to
.- ,a
G
N�
F
� W E
N�
N Fi
N •4
E
O
X 1
m
Ti
V
�
N -
O
.. b
p p Q
y
.1
N
••4
A d
N
-op UPG
.,
... ..
--
'_
E
N E
E
W
E
'C
A
•w
u O'er
� -c C m
u a
-[ o
u u •.
•� 'G u o
m ..
T�
a
L
E
[a
a mp. o
r
n
NaL?�
c
°.5a
0 0
m q
:P
m x
.0 V
u
.p..
�
EL M
0..0
xa
•
m
p y
0
Q
M
H W E o
m
ao
m
w
0 0
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
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 nonweather -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.
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 offibergalss 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 10 to
` 1, letter to background ratio brightness.
n
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.
C -7
0 0
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
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.
Gasketing 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.
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 rneet 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.
M
0 0
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
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.
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.
C -9
0 0
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
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 - As indicated on the plans.
7 -12 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.
The signal monitoring unit shall be tested in the field before "Turn On ".
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.
Megger test shall not be performed on magnetometer detectors.
C -10
0 0
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
7 -13 SOLID -STATE TRAFFIC ACTUATED CONTROLLERS
Solid -state traffic actuated controller units, cabinets, and auxiliary equip-
ment shall conform to the provisions in Section 86 -3, "Controllers, " of the
Standard Specifications and these Special Provisions.
The 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 interchangeable 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.
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 controllers shall be capable of resting in "all red" when selected by a
manual selector switch.
C -11
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
The controllers shall be capable of performing as a "lane occupancy controller"
and as a standard 'j assage time" or "reducible gap" controller by use of the
various selector switches provided and adjustment of the timing controls on
the phase sections provide, and on the detector units.
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.
The controllers shall operate with standard controller modules which are
interchangeable with the manufacture's standard modules of the same type
and without any modifications to the interior controller circuitry.
The controllers shall be provided with phase section modules of the type
called for on the plan under "Controller Module Schedule ".
The controllers shall have provisions for future remote
selectable semi -mode operation per standard specification 86 -3. 09E (2e).
A harness shall be installed in each 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 disconnected 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 cabinet foundation so that when
the cabinet is set the conductors will enter the cabinet between the door and
the centerline of the cabinet.
7 -14 DETECTORS
Detectors shall conform to the provisions in Section 86 -4. 05, "Vehicle
Detectors, " of the Standard Specifications and these Special Provisions.
The fourth paragraph of Section 86 -4. 05B(3), "Sensor Unit Construction, "
of the Standard Specifications is amended to read:
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.
C -12
• i
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
Capacitors or inductors necessary for loop tuning shall not be mounted
external to the loop detector sensor unit.
The loop lead -in from the field terminals in the cabinet to the sensor
unit 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.
Loop detectors shall be the self - tuning type.
Control units for magnetometer detectors shall be provided with a time
delay feature which shall extend the vehicle call for an adjustable period
of approximately 0.10- second to 3.0 seconds.
The external function switch permitting the magnetometer control unit to
operate in either a presence or a pulse mode will not be required. The
magnetometer units shall operate in the presence mode.
A separate channel shall be provided for each lane. Separate control units
shall be provided for each approach.
Detector units shall not be installed integral to the controller. Detectors
shall have two inputs and two outputs.
Magnetometer "R" Detector Operation:
An auxiliary solid -state timer shall be provided for each approach,
utilizing "R" detectors. The auxiliary timer shall extend (hold in) the
calls dispatched to the controller by the "R" detectors on the associated
approach. The calls shall be extended for an adjustable period of 0.1 to
6.0 seconds.
The call extension time shall be manually adjsutable by the operation of
a knob along a calibrated scale, and without need of tools.
The timing of the call extension shall be reset by successive actuations
of the associated detectors.
An 'On - Off" manual switch and solid -state logic shall be provided for
each approach in the cabinet to provide the following operation of the
"R" detectors:
C -13
i
0 0
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
When any switch is in the "on" position, its associated "R" detectors
shall become disabled during their respective green phase when a
demand is registered for the opposing phase. The auxiliary extension
timer shall complete its timing function, holding that phase green until
it resets.
The "R" detectors shall be put back into operation when their associated
phase shows a yellow indication.
In the "off" position the associated "R" detectors shall be inoperative.
The selector switch shall be labeled:
"R DETECTOR OPERATION - ON - OFF"
Loop Detector, Right Turn Time Delay Operation:
When the plans call for a time delay circuit to be utilized with loop
detectors covering a lane used by cars turning right the operation shall be
as follows:
During the detectors associated phase "red" indication, calls from the
detector shall be received by the controller only after a car has been
detected parked over the detector for a "pre- determined" period of
time.
The "pre- determined" period shall be timed by an adjustable solid -
state timer (adjustable 0.1 to 30 seconds). The dropping of a call or
the car pulling out of the area of detection will reset the timer.
During each detectors associated phase "green" indication calls from
• each detector shall go directly to the controller without delay.
7 -15 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.
Pedestrian signals shall be Type C or Type D.
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 ".
C -14
0
0
SECTION 7 TRAFFIC SIGNALS AND HIGHWAY LIGHTING (Cont'd)
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 hood described in Section 86 -4. 07C, "Hoods, " of the Standard
Specifications are required, except that the divider strip may be
altered. Hoods shall be furnished for both Type C or D heads.
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.
7 -16 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 Lumin-
aires 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.
Mercury vapor luminaires shall be provided with glare shields at Location A.
Glare shields are not required at Locations B and C.
The luminaires shall be provided with filters to filter the air entering the
optical assembly.
Mercury vapor lamps shall have a minimum average rated life of 24, 000
hours.
C -15
J
I - .
0 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 Z" Hanger a
Photocell �0'�" Clearance
R
a
S /GN ju
�SJT Cable and
b Elbow Fitting
(Showing Drip
Loop)
v
u
Cd
N
sd
N
d
U condulet on backside
b SECTION A -A
A
ASSEMBLY Of SM& r0W.ZWWrS
SPEC /,4L L FMIL ` /
• �x
b� ti
a
Y
UJ
k
W
a �
co 0
b 7
` O W
O O
m F
t7
N_
I
l�
k
0
0.l
a
d ,tko Y
O to 01 ti
ao a
E+ iA 9Q 0;
0
y
Q
\`vl
QV
a`
c•sa .SPEC/.4L G�'T.4 /L �2
/
m
L
\� +1\
. u
F
�
M
N d
m
tl
N N
wU)
LO
wwaa
wzw
Y
a
Y
-
� u
H
td
0
O
�3 z
Y
y
O
N
f4
O
—a*—
•�°
.a
W
`
u)
F
e
m
r�
b
a
v
o
�
F /
a �
co 0
b 7
` O W
O O
m F
t7
N_
I
l�
k
0
0.l
a
d ,tko Y
O to 01 ti
ao a
E+ iA 9Q 0;
0
y
Q
\`vl
QV
a`
c•sa .SPEC/.4L G�'T.4 /L �2
IN
q .
n sl i i •, +�$
�es »7fSSSNPir »w,
�, ieswi�ir6II w °3r °wCdt "
avvoea¢ooaoao¢aa
Y t .. L
f
s E F. `i+
„i3 Y 3'•3 Yaw _
iygql �R¢j :A
Sii LL U SE A �
a 55 n ,.non
'dr�Jd�iiwroww•wwwrres�il -:a
ti W
qq t
II55 �w�:A:^r�` t EA
: • rl•
' :S6a:cci3J�J�a��:3ci7 � CC « C' «"C�mL,.'G^�'
_N}{^..i.T: Tp�pi°II „tr��E6
a n sW:3 8 a5 n a.- TT � FFFi`;E��FEF:F►EF�
0 0 0 coca o no a o 00000 0eva00ee011 eaeaeglee0
: Pn g ip[•r / { Y n
..I ..: �'. ^•� rfir��$C.3 ,�si {� iiw « €g$s�� •F.' tt t: #Y 6i i
+�•igi '3t SS :•���.��3i iLa'a$.
YEN aC �
» ill- : «Ya W v 'tiFfP'.� t' FlF�:a FP: yF Jill
w w r r r bl
Mw°^rN
rVry
.S
4nea
ewrw
4 s
.°i s B e'
'� n •:.if f
3 e�rr� r,�[yy[rr Ms Mww•w�r�`jw.r1lrw,ryt�
o Nea�rvMies w iyr MNewwMY�in NY1Y{ M Nw Z T�Y1eeNYwOSrIrSTYtl°S2rYpSwT�l'3rZZl riM0.YY A-°I•� a
ne-2 �' q r a T a rr a n a X w T J T
ape o¢wneoNovoa a v a �•My Y✓7jj1: 1
R J•.
a vae a s
err;
64 O 333 y i 1115 ii .i «F i r:�j $u m r q;�
e Q .. y�t i �j �:. ^r^.• g iI /tl"w :ia i3 1S' } q «C :.x
4r• .V 'g r T'« t
• u7 @:° $ tad15'p.:�:31E��2 � ts'3 °r �. :w: «r �aS i:l SII�i wl q5« «�1���:76$� .n fp � ! .
_ °� E�6g�aS5��l^�41•«gq i�0 _ia s. y �°��g}t.°.. r«CC-«” oa^ t i[ Q - gg
mlf= i "IIL�pa "eis�i;al2islaFooi ial Mal
Yii -.. �i a
du'3S u$t:_9 ;' � f 2,+ a {� vY
CYsg.p �j{ yt::. ;:$gj3,°33d'a,} lggSSit yt•iw3�J 5} ag f� g t� yC "'�1 ..
isJid: i+'] e' w' aS188IIs'e«Cis$d58JwJiii'iu6 «�39 a.YI986rT$3'riFb taa�atYwett� .
- mwtla_wwrTw- ww•wTr.ww �lasnorew.w4- «��fr.R>RR n'Ni iSiRrr "Jr i• «w w
fi r r,rT ii.TTr�r T- rTSPr e44wwr.wr.4QTQ
0000�wwwrwn «noon w:rnww wn�wwww -=-= ;- :, - - -: -: ,u ^QQnn� • 1:rwie +r:�w4-rr
owwwww• e ww
vovo u ov$o3oev'euvawsiw0•aioavae•viv•e$owvwvivav
Canada i coaeoocwvrewvwvna i
120 ! i °g 16-A
vw rU ¢ :wi� r tti i ��'P�rr y r`5. ry e3 t$• . �i� ° :�' 9 y}E. �� - 6 ;s§i iyft tii '; , " 5i «R - � S i rp7..iigt i:5s5ir.ggi 2. .w a t { S 2 l^ i1 � �w° j 8-ee D��°E �E nLd ..yq ` �.s 4Y a � QA 3 � apgiE 2xlx 5- '�_ �d6�31{.5 9 S 1. �p1 8 35yY� ie `€ s. lX s6t1$'��1'&g_i^ 'w+Q 3« 3 { Y i $1 `J � ° ¢,Q yTQ€t1r!.�`7 1sz.y < jo°t3 ."S: ' b1�= y. ! � 3'° -�s5°f ti a5afi 'r' os�ii$w^ Fo i d�;+o+'i� J �R o �_ t( iiscd:({,, ce ;3 i F L ; #�S '" �g�! i Y tt vj1 a � ^op�6'sF" e y : -� k � Y jzi
Y f
g5 �I
A. I• :-0: @ iYla fifj i 14t! S MI D'4Y �s6y
�h3_ Qg ja S. $.
A 1 Ai}��}sL S• r; ' iryw E. {
�woF• iY Y iZ i�5t 's i
3
°; S C U13KI
;1-;;7 mill �� ^• e o Z2'.'r T o°e N
i 0404940400 go
' .
I
�a
•
V
Obb
j
F+ i
.�-Z °u
E1s
Mw°^rN
rVry
.S
4nea
ewrw
4 s
.°i s B e'
'� n •:.if f
3 e�rr� r,�[yy[rr Ms Mww•w�r�`jw.r1lrw,ryt�
o Nea�rvMies w iyr MNewwMY�in NY1Y{ M Nw Z T�Y1eeNYwOSrIrSTYtl°S2rYpSwT�l'3rZZl riM0.YY A-°I•� a
ne-2 �' q r a T a rr a n a X w T J T
ape o¢wneoNovoa a v a �•My Y✓7jj1: 1
R J•.
a vae a s
err;
64 O 333 y i 1115 ii .i «F i r:�j $u m r q;�
e Q .. y�t i �j �:. ^r^.• g iI /tl"w :ia i3 1S' } q «C :.x
4r• .V 'g r T'« t
• u7 @:° $ tad15'p.:�:31E��2 � ts'3 °r �. :w: «r �aS i:l SII�i wl q5« «�1���:76$� .n fp � ! .
_ °� E�6g�aS5��l^�41•«gq i�0 _ia s. y �°��g}t.°.. r«CC-«” oa^ t i[ Q - gg
mlf= i "IIL�pa "eis�i;al2islaFooi ial Mal
Yii -.. �i a
du'3S u$t:_9 ;' � f 2,+ a {� vY
CYsg.p �j{ yt::. ;:$gj3,°33d'a,} lggSSit yt•iw3�J 5} ag f� g t� yC "'�1 ..
isJid: i+'] e' w' aS188IIs'e«Cis$d58JwJiii'iu6 «�39 a.YI986rT$3'riFb taa�atYwett� .
- mwtla_wwrTw- ww•wTr.ww �lasnorew.w4- «��fr.R>RR n'Ni iSiRrr "Jr i• «w w
fi r r,rT ii.TTr�r T- rTSPr e44wwr.wr.4QTQ
0000�wwwrwn «noon w:rnww wn�wwww -=-= ;- :, - - -: -: ,u ^QQnn� • 1:rwie +r:�w4-rr
owwwww• e ww
vovo u ov$o3oev'euvawsiw0•aioavae•viv•e$owvwvivav
Canada i coaeoocwvrewvwvna i
120 ! i °g 16-A
vw rU ¢ :wi� r tti i ��'P�rr y r`5. ry e3 t$• . �i� ° :�' 9 y}E. �� - 6 ;s§i iyft tii '; , " 5i «R - � S i rp7..iigt i:5s5ir.ggi 2. .w a t { S 2 l^ i1 � �w° j 8-ee D��°E �E nLd ..yq ` �.s 4Y a � QA 3 � apgiE 2xlx 5- '�_ �d6�31{.5 9 S 1. �p1 8 35yY� ie `€ s. lX s6t1$'��1'&g_i^ 'w+Q 3« 3 { Y i $1 `J � ° ¢,Q yTQ€t1r!.�`7 1sz.y < jo°t3 ."S: ' b1�= y. ! � 3'° -�s5°f ti a5afi 'r' os�ii$w^ Fo i d�;+o+'i� J �R o �_ t( iiscd:({,, ce ;3 i F L ; #�S '" �g�! i Y tt vj1 a � ^op�6'sF" e y : -� k � Y jzi
Y f
g5 �I
A. I• :-0: @ iYla fifj i 14t! S MI D'4Y �s6y
�h3_ Qg ja S. $.
A 1 Ai}��}sL S• r; ' iryw E. {
�woF• iY Y iZ i�5t 's i
3
°; S C U13KI
;1-;;7 mill �� ^• e o Z2'.'r T o°e N
i 0404940400 go
' .
I
�a
j
F+ i
�s
v
i
0 0
RESOLUTION NO. 7 9 9 5
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
FOR THE INSTALLATION OF CERTAIN TRAFFIC
SIGNALS IN THE CITY OF NEWPORT BEACH,
CONTRACT NO. 1476
WHEREAS, pursuant to the notice inviting bids for work
in connection with the installation of the following traffic
signals:
(a) Irvine Avenue /Highland Drive - 20th Street;
(b) Dover Drive - 16th Street;
(c) San Joaquin Hills Road - Santa Cruz Drive -
Big Canyon Drive;
and in.accordance with the plans and specifications heretofore
adopted, bids were received on the third day of May, 1973, and
publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is Paul Gardner Corporation;
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of Paul Gardner Corpora-
tion for the work in the amount of $138,987.00 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
ATTEST:
City Clerk
day of MAY 2 9 1973 , 1973.
Mayor
DON dm
5/29/73
u
SECTION D
PROPOSAL
FOR
CONSTRUCTION OF TRAFFIC SIGNALS
AND
HIGHWAY LIGHTING AND STREET IMPROVEMENTS AT
IRVINE AND HIGHLAND - 20TH STREET
DOVER DRIVE AND 16TH STREET
SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE
CONTRACT NO. C -1476
FEDERAL AID
NO. T -3041 (199)
in and for the
CITY OF NEWPORT BEACH
CALIFORNIA
Project Plans: T- 5066 -S (5 sheets)
Completion Time: 180 calendar days
Bid to be received on May 3, 1973 until 10:00 a.m.
LIQUIDATED DAMAGES $100 PER DAY
SUBMITTED BY:
Paul Gardner Corporation
Contractor
901 South Sultana Avenue
Address
Ontario, California 91761
City Zip
714/984 -1714
Phone
V 1395, 967,00
TOTAL BID PRICE
D -1
• PROPOSAL •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF TRAFFIC SIGNALS
AND
HIGHWAY LIGHTING AND STREET IMPROVEMENTS AT
IRVINE AND HIGHLAND - 20TH STREET
DOVER DRIVE AND 16TH STREET
SAN JOAQUIN HILLS ROAD AND SANTA CRUZ DRIVE
CONTRACT NO. C -1476
FEDERAL AID TOPICS PROJECT NO. T -3041 (199)
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 -1476 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 signals and highway
lighting and roadway improvements at
Irvine Avenue - Highland -20th Street
(Location "A")
@ FIFIy -wi; -%U 7iApb 5eleu 0) 13 ollar9
and
Cents $ S(I'i0�.tX1
Lump Sum
2. Lump Sum Construct traffic signals and highway
lighting and roadway improvements at
Dover Drive - 16th Street
(Location 'B ") ��
@V-0ZTY -U TADv% b F%Jr NO VtTo tars
and _
NC Cents
Lump Sum
D -2
Bidding Sheet (Cont'd)
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
3. Lump Sum Construct traffic signals and highway
lighting and roadway improvements at
San Joaquin Hills Road - Santa Cruz
Drive
(Location "C ")'-GTZTl-FiVE Theo Amb SEVrA)
@Njomeo Q4;tr7,1 - S. -nja-xl Dollars
and
u0 Cents $ dk5 r761 0c)
Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
000 "uQrAZar> TuirZT- (- &%664T Tt400AN-k-> NNtiC
FIQW >Z�b Gtrt1T`1- Dollars
and
u0 Cents $ 1W, 967.00
CONTRACTOR'S LICENSE NO. 172258 BIDDER'S NAME
DATE May 3, 1973
TELEPHONE 714/984 -1714
AUTHORIZED SIGNATURE y'� /�f/
R M Noblcrfo
ADDRESS 901 S Sultana Avenue, Ontario, Calif
NOTE: CONTRACTOR SHALL DESIGNATE THE CONTROLLER
SUPPLIER BELOW.
SIW6 r0L 7TMFFtC C�J-717VLS
NAME OF CONTROLLER SUPPLIER
14ZO S giLLdCr 04`4 WiT,- Y>
5du-ta suit C'.A 9205
ADDRESS
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
the registration of Contractors, License No. 172258 Classification C -10
Accompanying this proposal is a Bidder's Bond
(Cash, Certified Check, as ier 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.
714/984 -1714 PAUL GARDNER CORPORATION
Phone Numb er B r s
May 3, 1973 (SEAL).
Date Au j4qA� tW a Vic
. ,M '76P'. -
_R _f%4 N6ble;'Ass3stant Secretary
Corporation
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:
PAUL GARDNER CORPORATION
Paul" R Gardner - President, Treasurer, Manager
Paul R Gardner Jr - Vice President, Secretary
n-A
Bond No 0579729 -F
PROPOSAL
Premium. 4.00
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Paul Gardner Corporation , as Principal,
and FEDERAL INSURANCE_ COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent
(10 %) Of Total Amount of Dollars ($ - - -- ), lawful money of the United
Bid - - - - - - - - - f
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 and Street Improvements at Irvine and
Highland - 20th Street_, Dover Drive and 16th Street, San Joaquin Hills Road
and Santa Cruz Drive, Contract No. 1476
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 3 day of
May 119 .73 .
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
,
PAUL Q
N.
FEDERAL INSURANCE COMPANY
Surety
Title C. G. GRA SO, Attorney- in�-Fact.
D -5
9
a
z
O
R �
g
r,
ma
a =e
as
5
a
R b
F
S�
c
o �n
F
i g
E
K�
^o
p
• •
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, sub„ect to the approval of the
City Engineer, aftd 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. ISIAU� NO*x`ricn77�75 ?ATC0 (,12 oyzwlc�
cCa wA rho "OLD C4 9ZG2S
3.
4.
5.
6.
7.
9.
10.
11.
12.
PAUL GARPNER CORPORATION
Paul R Gar ner%rea biRn M Noble
Vice President Asst Secretary
M
Corporation
Type of rganization
(Individual, Co- partnership or Corp.)
901,South Sultana Avenue
Ontario, California 91761
Address
r Y�
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 day of ,
19
May commission expires:
D -7
Paul R GgrEer Jr, Vic9Wesident
otary Public
i
|2 Q
�{ a \ ) :
\K! §k ?
®o «! G
| ;M 9
/ `
;
/ \ \ZE \; E
~ / \
� -
_ ig } \ �
. ,
=.
0 0
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'rentracting
or administering agency, or the former President's Committee on Equal
Employment Opportunity, all reports due under the applicable filing
requirements: '
PAVL GARPAERCORPORATION
Paul R Wrdner Jr o
Vice President Asst Secretary
Title
May 3, 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.
D-8
2
r
0
0Z-i
Z
)>
m
�
---�i B
(: z
w° � -
j�
'` � li
Y
p�
Q
—
i
03
_
n
�a N
c
3
3
0(S
n
-C
aII���INl�ll��l
iumue�u��
IIII�
uanA�
�
1"
nemo
It
0Z-i
Z
)>
m
�
---�i B
(: z
w° � -
j�
'` � li
Y
p�
Q
—
i
03
_
n
�a N
c
3
3
0(S
n
-C