Loading...
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&Lt;.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