Loading...
HomeMy WebLinkAboutAgenda Report - March 1, 1989 (42)C0 CIL C0MMUNICAT" ON TO: THE CITY COUNCIL FROM: THE CITY MANAGER'S OFFICE COUNCIL MEETING DATE MARCH 1, 1939 SUBJECT: APPROVE APPROPRIATION FOR COMPLETION OF CARNEGIE FORUM PRQIECrr PREPARED 6Y: City Manager RECOMMENDED ACTION: That the City Council appropriate $136,000 from the Capital Outlay Reserve Fund for the completion of the Carnegie Forum Project. BACKGROUND INFORMATION: The original contract as awarded totaled $860,384. There have been two major structural change orders on this project which total approximately $71,000. This is work that could not have been determined until all of the interior of the building had been removed. These structural improvements woulu have been required for any public use of this facility. Attached (Exhibit A) is a listing of supplemental expenditures needed for the completion of this project. The total of $96,000 includes approximately $25,000 for additional change orders outstanding and still to be processed. RECAP OF EXPENDITURES: BUDGETED AMCUNT. ...............$ 940,000 REQUIRED APPROPRIATION........ , 136,000 1,076,000 It is important to note that in addition to the major- structural reinforcements, the appropriation recommended includes the installation of an oversized chiller to not only serve this building, but to satisfy the requirements of the proposed City Hall expansion; unanticipated asbestos removal; upgrading of the heating, ventilating and air conditioning systems; electrical and plumbing systems; and elevator installation. These improvements, oversizing and upgrading will allow the future rehabilitation of 3,000 square feet of basement area at relatively low cost. Respectfully submitted, Tliornas A. Peterson City Manager TAP :br A ttachment COUNC519 s ` Ex!-.ibit A CARN3M FORUM SUPPLEMENTAL EX<' Mr LMFS Change Orders Outstandin5 $ 24,900 • Securing windows 1,000 ° Front step demolition & replacement 12,000 ° Emergency 1 i g h t i ng 4,100 ° Extra insulation 800 • 1/2" plywood under terrazzo 1,400 ° Ladder for roof access 300 ° Railroad room exit alarm 800 ° Close up door in railroad room 400 ° Replace broken window glass (broken prior to 1,100 contract} Contingencies (10%±) ° Insulation batts vs. blown -in 400 ° Window covering in meeting room • 800 500 3 -way switch in conference room 96,000 • Computer conduit to staff table 600 ° Attic scuttle 200 ° Addition millwork @ phone & projection screen 500 TTFIW Building & Grounds 9,500 Basement Stair Canopies, Brass Door Renovation, Fire System and Water Taps Counci 1 Chambers $ 22,800 Furniture, TV, VCR, & Other Hiscellaneous Equipment Conference & Meeting Rooms $ 22,000 Furniture, TV, & Other Miscellaneous Equipment Miscellaneous $ 8,100 Additional Inspection, Consultant Fees, &Miscellaneous SUBTOTAL $ 87,300 Contingencies (10%±) 8.700 $ 96,000 Anticipated Overrun as of February 28, 1989 40,000 Appropriation Required for Completion of Carnegie Forum $136,000 A CITY OF 60D1 DEPARTMENT OF PUBLIC WORKS 4- 12 In V Il C I T Y O F L 0 D I PUBLIC WORKS DEPARTMENT PLANS AND SPECIFICATIONS FOR CARNEGIE FORUM HARDSCAPE 305 West Pine Street January 1989 SET NO. CITY COUNCIL JAMES W PINKERTON. Jr.. Mayor (OIIN R (Randy) SNIDI R Mayor Pro Tempore DAVID M HINCHMAN EVEI.YN M OLSON FREDM RUD CITY OF LODI CITY IFALL. 221 WEST PINE STREET CALL BOX 3006 LODI. CALIFORNIA 952 41-1 910 (209)334-5634 TELECOPIER -(20) 333.6795 January 5, 1589 PROJECT: CARNEGIE FORUM HAROSCAPE 305 West Pine Street TO PROSPECTIVE BIDDERS: ItICIMAS A PFIERSON City Manager AI -ICF M RF.IMC:IIF City Clerk 1108 MCNAT 11 City Attorney Enclosed is a set of plans and specifications for the at )ve project. V% are sending them to you based on your previous interest in jobs of this type. Since vie are not requiring a deposit for these plans and specifications, WE WOULD APPRECIATE YOUR RETURNING THEM AS SOON AS POSSIBLE if you decide not to bid. W will continue to notify you of ut�rojects. It is our intention to furnish prospective bidders and the successful contractor with all the information necessary to complete the work outlined in these plans and specifications. If there are any questions during bidding concerning these plans and specifications, please direct all inquiries to: Richard C. Prima, Jr. Assistant City Engineer Public Wogs Department City Hall 221 W. Pine Street Call Box 3006 Lodi, CA 95241-1910 Phone: (209) 333-6796 If you do bid, sub(nit your bid these documents- for your files. acI L. Rensko ubli) Works Director Enclosures JLR/RCP/mt on the separate bid proposal. You may keep Be sure to include the necessary bid bond. CARNEGIE FORUM HARDSCAPE 305 West Pine Street CITY OF LOD I , CALIFUM Date: January 1989 To the Lodi City Council Lodi City Hall 221 West Pine Street Call Bcx 3006 Lodi, CA 95241-1.910 SECTION 3 BID PROPOSAL_ The undersigned declares that the site has been carefully examined, Information to Bidders, Contract, General Provisions, Special Provisions and the Plans for the construction of various items required for the above-named project and submits this schedule of prices for the items of the bid. If awarded the Contract, the undersigned agrees to furnish all labor, materiz? and equipment necessary to complete said work for this project, excepting those items supplied by the City of Lodi, in strict accordance with the Plans, Information to Bidders, General Provisions, Special Provisions and Contract form adopted for the same and the requirements under them of the Engineer, a, -id will take in full, payment therefor the following unit and total prices, to -wit: 3.1 rAPNPrTF I/TXTw nm Perform the work necessary to furnish all materials and do all the work necessary, all as shown on the plans and specifications for "CARNEGIE FORUM HARDSCAPE, 305 West Pine Street". i It rll�lu `� ITEM EST'D. tMr TOTAL NO. DESCRIPTION UNIT QTY. PRICE PRICE 1. Rowlock Brick Edci ng LF 524 $ $ 2. Flat Brick Edging/Strip LF 280 $ $ 3. Sidewalk SF 4280 $ $ 4. Low Brick Wall LF 182 $ $ 5. Concrete Mcwband LF 158 $ $ TOTAL BID $ 3.2 CARNEG1 E. 3/TXTW .01,1 The undersigned agrees that if this Bid Proposal is accepted, at the time of the signing of the contract, two good and sufficient bonds will be furnished: one in the amount of 100 percent of the contract price for faithful performance of all the tennis and covenants and conditions of the contract; the other in the amount of 50 percent of the contract price to guarantee the payment for labor and materials used in performing the work embraced under this contract. All bidder's guarantees will be returned to the respective bidders after the contract has been awarded, except for those bid guarantees of bidders who may be given further consideration if the low bidder does not elect to execute the contract. After the award, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders will be returned upon receiving the executed contract. Accompanying t 4 s Bid Proposal is (insert the words "Cash," "Certified Check," "Cashier's Check," or "Bidder's Bond," as the case may be) payable to the City of Lodi in the amount equal to at least 10%of the total bid, which' is to be deposited with the City of Lodi as required. The undersigned further agrees that in case of default in executing the required Contract, together with the necessary bonds, within 10 working days after receiving the contract for signature, the proceeds of the deposit accompanying the bid shall become the property of the City of Lodi, California, and this Bid Proposal and the acceptance thereof may be considered null and void. However, if the undersigned shall execute the contract and furnish the bonds required within the time aforesaid, the deposit shall be returned forthwith. It is understood that no verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the ternis or obligations of this 6id Proposal. It is understood that the City will not be responsible for any errors or omissions on the part of the undersigned in making up the bid, nor will bidders be released on account of errors. The undersigned declares that the only person or persons interested in this proposal as principal or principals is or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken; that this proposal is made without any connection with any other person or persons making a bid or proposal for the rame purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or becore directly or indirectly interested as principal or principals in 3.3 CARNPr,! F . �/TXTW.01,1 this Bid Proposal or in the contract proposed to be made, or in the supplies, wojk or business to which it relates or in any portions of the profits thereof. The following information is furnished relative to each subcontractor who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent (1/2%) of the total amount of this bid. The undersigned agrees that any portions of the work in excess of one-half of one percent (1/2%) of the total - amount of this bid and for which no subcontractor is designated herein, will be performed by the undersigned. 1V of Subcontractor Address Description of Wolk The Undersigned is licensed in accordance with the laws of the State of California, License No. , Classificatio,7 Federal Contractor/Employer I.D. No. Bidder Authorized Signature Tit?e TYPE OF ORGANIZATION Individual, Partnership or Corpora- tion Address CARNIEGiE.3/IFXT,," Dated: , 19 (Affix corporate seal if Corporat i o n ) Telephony 3.4 CARNEGIE FORUM HARDSCAPE 305 West Pine Street TABLE OF CJONIENIS FOR SPECIFICATIONS SECTION 1 NOTICE INVITING BIDS SECTION 2 INFORMATION TO BIDDERS SECTION 3 BID PROPOSAL SECTION 4 CONTRACT SECTION 5 GENERAL PROVISIONS Scope o f Work Control of Wotk Control of Materiais Legal Relations and Responsibilities Prosecution and Progress Measurement, Acceptance and Payment Standard Specifications SECTION 6 SPECIAL PROVISIONS Description of Work Quarhi ti e s Materials Scheduling Project Wotk Constructton Right-of-way Construction Details STANDARD PLAN 112 Square -Type Curb and Gutter, Sidewalk and Res id e n t i a l Driveway STANDARD PLAN 132A Wheel chai r Ramp STANDARD PLAN 1326 Wheel chai r Ramp DRAWING 38D110 Site Plan and Details DRAWING 88DIll Demolition Plan CARNEGiE.TOC,TXTW.OIJ N 3.1 4.1 5.1 5.1 5.3 5.3 5.G 5.7 5.8 6.1 6.1 6.1 6.2 6.2 6.2 CARNEGIE FORUM HARDSCAPE SF.CHON 1 305 West Fine Street NOTICE INVITING BIDS CITY OF LODI, CALIFORNA Sealed proposals will be received by the Purchasing Officer, Lodi City Hall, 221 W. Pira Street, Call Box 3006, Lodi, California, 95241-1910, until 11:00 A.M. on Wednesday, January 18, 1989. At that time, the proposals will be publicly opened and read in the Council Chambers for performing the following described work. The work consists of installing sidewalk with brick trim and low brick wall, and other incidental and related work, all as shown on the plans and specifications for the above project. The Contractor agrees to commence work within 15 calendar days after both parties have signed the contract and to complete the work within 30 working days. Upon signing the contract, Contractor agrees that length of time of the contract is reasonable. In accordance with the provisions of Section 1770 of the Labor Code, the Director of Department of Industrial Relations of the State of California has determined the general prevailing rates of wages and employer payments for health and welfare, pension, vacation, travel time, and subsistence pap as provided for in Section 1773.8, apprenticeship or other training programs authorized by Section 3099 and s .m i l ar purposes applicable to the work to be done. Saic rages are available through the Public Works Department, City of Lodi, City Hall, Lodi, California, 95240. The Contractor and any subcontractor' shall pay each employee engaged in the trade cr occupation not less than the hourly wage rate. As the wage determination for each craft reflects an expiration date, it shall be the responsibility of the prime contractor and each ciihrnntractor to insure that the prevailing wage rates of concern are current and paid to the employee. The Contractor shall make travel and subsistence payments to each worker needed to execute the work as such travel and subsistence payments are defined in the applicable collective bargaining agreements in accordance with Section 1773.8 of the Labor Code. If a craft or classification used on the project is not shown on the wage determination, the Contractor may be required to pay the wage rate of that craft or classificaticn most closely related to it 3s shown in the general determinations. The City of Lodi 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 submi Z bids in response to this invitation and 1.1 CAaNFrT7. T /TXTW.0',1 will not be discr,, !n,.teo against on the grounds of race, color, sex or national origin in consideration for an award. For any moneys earned by the Contractor and withheld by the City of Lodi to ensure the performance of the contract, the Contractor may, at Contractor's request and expense, substitute securities equivalent to the amount withheld in the form and manner and subject to the conditions provided in Chapter 13 (commencing with Section 4590) , Division 5, Title 1 of the Government Code of the State of California. The Contractor shall submit copies of payroll records. The contract docu;nents are available at the office of the City Engineer, Public 'Works Department, City Hall, 221 W. Pine Street, Call Box 3006, Lodi, California, 95241-1910, (2.09) 333-6706. No bid will be considered unless it is submitted on a proposal form furnished by the City of Lodi . The prime contractor on this project shall possess a valid State of California Class A or C-8 and C-29 contractor's license. , The City Council reserves the right to reject any or all bids and to waive any irregularity in the completion of such forms, and to award to the lowest responsible bidder. By Order of the City Council ALICE M. RE I MCHE City Clerk 1.2 CARNEGI E .1 /TYTW.0', J CARNEGaE FORUM HARDSCAPE SECTION 2 305 West Pine Street Il4;0RMAAON TO BIDDERS 2.100 BID OPENING The Purchasing Officer will receive sealed bids at Lodi City Hall, 221 West Pine Street, Lodi, California, 95240, until the time for opening bids as noted in the "Notice Inviting Bids." Bidders or their authorized agents are invited to be present. The Proposal shall be submitted as directed in the "Notice Inviting Bids" under sealed cover, plainly marked as a proposal and identifying the project to which the proposal relates and the date of the bid opening therefor. Proposals which are not properly marked nay be disregarded. Only proposals actually received by the Purchasing Officer by the time set for the bid opening will be accepted. 2.200 EXAMINATION OF CONTRACT DOC[AINIS AND SITE OF WORK The Bidder is required to examine carefully the site, Information to Bidders, Bid Proposal, Contract, General Provisions, Special Provisions and the plans for the work contemplated, and it will be assumed that the Bidder has investigated and i s satisfied as to the conditions to be encountered, as to the character, quality and quantities of work to be performed and materials to be furnished and as to the requirements of the General Provisions, the Special Provisions and the Contract. It is mutually agreed that submission of a bid proposal shall be considered prima facie evidence that the bidder has made such examination. 2.300 REGISTRATION OF CONTRACTORS Before submitting bids, contractors shall be licensed in California in accordance with the provisions of Chapter 9 of Division III of the Business and Professions Code. 2.400 PROPOSAL FORM All proposals must be made on the forms provided wit1i this set of specificaticns. /all proposals must be signed by the Bidder and other appropriate information provided. 2.500 REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURES OR IRREGULARITIES Proposals may be rejected if they show any alterations of form, additions not cal led for, conditional or alternative bids, incomplete bids, erasures or irregularities of any kind. The right is reserved to reject any and all proposals. 2.1 CRRNEGIE.2/TXTW.01J 2.600 BIDDER'S GUARANTEE All bids shall be presented under sealed cover and shall be accompanied by cash, cashier's check, certified check, or bidder's bond, made payable to the City of Lodi, for an amount equal to at least ten percent of the amount of said bid, and no bid shall be considered unless such cash, cashier's check, certified check or bidder's bond is enclosed therewith. All bidder's guarantees will be returned to the respective bidders after the contract has been awarded, except for those bid guarantees of bidders who may be given further consideration if the low bidder does not elect to execute the contract. After the award, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders wi 11 be returned upon receiving the executed contract. 2.700 DESIGNATION OF THE SUBCONTRACTOR. Any subcontractor doing work in excess of of the total contract price shall be provided in accordance with Sections Government Code. 2.800 AWARD OF CONTRACT one-half o f one percent designated on the form 4100, et seq., of the The award of the contract, if it be awarded, will be to the lowest responsible Bidder whose bid proposal complies with all the requirements described. Where alternate bids are received, the City Council reserves the right to select the bid most advantageous to %he City. The award, if made, will be made within 30 days after the opening of the bids. All bids will be compared on the basis of the Engineer's Estimate of quantities of work to be done. 2.900 EXECUTION OF CONTRACT The contract shall be signed by the successful Bidder and returned, together with the contract bonds , within ten working days, 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. Failure to execute a contract and file acceptable bonds as provided herein within ten working days after the Bidder has received notice that the contract has been awarded shall be just cause for the annulment of the award and the forfeiture of the proposal deposit. 2.2 CARNEGIE.2/TXTW.CIJ 2.1000 CONTRAC-F BONDS The Contractor shall furnish two good and sufficient bonds: 1. A faithful performance bond in the amount of 100%of the contract price; and 2. A labor and materials bond in the amount of 50% of the contract price . These bonds will be required at the time tho signed contract is returned to the City. 2,1100 NOTIFICATION OF SURETY COINAIES The surety companies shall familiarize themselves with all the provisions and conditions of the contract. It is understood and agreed that they waive the right of special notification of any modifications or alterations, omissions or reductions, extra or additional work, extensions of time or any other act or acts by the City of Lodi or its authorized agents under the terms of the contract; and failure to so notify the surety companies of such changes shall in no way relieve the surety or sureties of their obligations under this contract. 2.1200 INSURANCE CERTIFICATE The Contractor shall furnish a certificate of insurance to the City of Lodi in accordance with Section 5.413, "Public Liability and Property Damage Insurance", and Section 5.414, "Compensation Insurance", of the General Provisions at the time the signed contract is returned to the City. 2.1300 WORKER'S COMPENSATION INSURANCE The Contractor shall carry full Worker's Compensation Insurance coverage for all persons employed in carrying out the work, including subcontractor's employees, under this contract in accordance with the "Worker's Compensation. and Insurance Act", Division IV of the Labor Code of the State of California and any k-1 acts amendatory thereof. 2.3 CARNEGIE.2/TXTW.01J CARNEGIE FORUM HARDSCAPE 305 West Pine Street Date: January 1989 To the Lodi City Council Lodi City Hall 221 West Pine Street Call Box 3006 Lodi, CA 95241-1910 SECTION 3 BID PROPOSAL The undersigned declares that the site has teen carefully examined, Information to Bidders , Contract, General Provisions, Special Provisions and the Plans for the construction of various items required for the above-named project and submits this schedule of prices for the items of the bid. If awarded the Contract, the undersigned agrees to furnish all labor, material and equipment necessary to complete said work for this project, excepting those items supplied by the City of Lodi, in strict accordance with the Plans, Information to Bidders, General Provisions, Special Provisions and Contract form adopted for the same and the requirements under them of the Engineer, and will take in full payment therefcr the following unit and total prices, to -wit: 3.1 rARNEG1E.3/TXTW.01J Perform the work necessary to furnish all materials and do all the work necessary, all as shown on the plans and specifications for "CARNEGIE FORUM HARDSCAPE, 305 West Fine Street". >mV1 EST'D. UNIT TOTAL N0. CESCRIMCN UNIT QTY . PRICE PRICE 1. Rowlock Brick Edgi no LF 524 $ $ 2. Flat Brick Edging/Strip LF 280 $_ $ 3. Sidewalk SF 4280 $ $ 4. Low Brick Wall LF 182 $ $ 5. Concrete Mowband LF 158 $ $ TOTAL BID $ 3.2 CARNEG1E.3/TXT'W.01J 4 The undersigned agrees that i fthi s Bid Proposal is accepted, at the time of the signing of the contract, two good and sufficient bonds will be furnished: one in the amount of 100 percent of the contrect price for faithful performance of all the terms and covenants and conditions of +he contract; the other in the amount of 50 percent of the contract price to guarantee the payment for labor and materials used in performing the work embraced under this contract. All bidder's guarantees will be returned to the respective bidders after the contract has been awarded, except for those bid guarantees of bidders who may be given further consideration if the low bidder does not elect to execute the contract. After the award, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders will be returned upon receiving the executed contract. Accompanying this Bid Proposal is (insert the words "Cash," "Certified Check," "Cashier's Check," or "Bidder's Bond," as the case may be) payable to the City of Lodi in the amount equal to at least 10% of the total bid, which is to be deposited with the City of Lodi as required. The undersigned further agrees that in case of default in executing the required contract, together with the necessary bonds, within 10 working days after receiving the contract for signature, the proceeds of the deposit accompanying the bid shall become the property of the City of Lodi, California, and this Bid Proposal and the acceptance thereof nny be considered null and void. However, if the undersigned shall execute the contract and furnish the bonds required within the time aforesaid, the deposit shall be returned forthwith. It is understood that no verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations of this Bid Proposal. It is understood that the City will not be responsible for any errors or omissions on the part of the undersigned in making up the bid, nor will bidders be released on account of errors. The undersigned declares that the only person or persons interested in this proposal as principal or principals is or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken; that this proposal is made without any connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without ccllusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in 3.3 rARNFnTF 1/TXTW.01,1 this Fid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof. The following information is furnished relative to each subcontractor who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent (1/2%) of the total amount of this bid. The undersigned agrees that any portions of the work in excess of one-half of one percent (1/2%) of the total amount of this bid and for which no subcontractor is designated herein, will be performed by the undersigned. Name of Subcontractor Address i2escription of Work The Undersigned is licensed in accordance with the laws of the State of California, License No. , Classification Federal Contractor/Employer I.D. No. Bidder Authorized Signature Title TYPE OF ORGANIZATION Individual, Partnership or Corpora- tion Address Dated : , 19 (Affix corporate seal if Corporation) Telephone 3.4 CARNEGIE.3/TXTW.01,) CARNEGIE FORUM HARCSCAPE SECTION 4 305 West Pine Street CONTRACT CITY OF LODI, CALIFORNIA THIS CONTRACT made on by and between the City of Lodi, State of California, herein referred to as the "City," and . 11 herein referred to as the "Contractor." W I T N E S S E T H : That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete Contract consists of the following documents which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Contract Bonds Plans The January 1988 Edition Standard Specifications, State of California Business and Transportation Agency Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if menti c ned in all said documents. ARTICLE I - That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City and under the condition expressed in the two bonds bearing even date with these presents and hereunto annexed, and Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. 4.1 rARUFrIF G/TXTW nl,? ARTICLE 11 - The City hereby promises and agrees with the Contractor 'to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work accord ng to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; 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. ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibi lity for compliance with these Labor Code requirements is on the prime contractor. ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing a17 materials and for doing all the work contemplated and embraced in this agreement; alsc for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution 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 and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Contract Documents and the requirements of the Engineer under them, to -wit: 4.2 CARNEGIE.4/TXTW.01J Ilu r- k� Perform the work necessary to furnish all materials and do all the work necessary, all as shown on the plans and specifications for "CARNEGIE FORUM HP.2DSCAPE, 305 West Pine Street". BE) ITEMS ITEM EST'D. UNIT TOTAL NO. DESCRIPTION UNIT QTY. PRICE PRICE 1. Rowlock Brick Edging LF 524 $ $ 2. Flat Brick Edging/Strip LF 280 $ S 3. Sidewalk SF 4280 $ $ 4. Low Brick Wa 11 LF 182 $ $ 5. Concrete Mowband LF 153 $ $ TOTAL BID $ i APNVaT' d/TYTIJ nm 4.3 ARTICLE V - 3y my signature hereunder, as Contractor, I certify that am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' compensation or t o undertake self-insurance in accordance with the provisions o f t h a t code, and I will comply w i t h such provisions before commencing the performance of the work of this contract. ARTICLE VI - It is further expressly agreed by and between the parties ereto that, should there be any conflict between -.ne terms of this instrument and the Bid Proposa? of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Specia? Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the Contractor to accomplish the wodc as outlined in the specifications. ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the Mayo has executed the contract and to diligently prosecute to completion within 30 WORKING DAYS. WHEN SKMU THIS CONTRACT, THE CONTRACTOR AGREES THAT THE 'IllVIH OF COMPLETION FOR TITS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SBaM 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date first above written. CONTRACTOR: CITY OF LOD I E)y= Mayor Date: Attest: Title (CORPORATE SEAL) 4.4 CARNEGIE.4/TXTW.OIJ City Clerk r SECTION 5 G E N E R A L P R U V I S[ O� � S 5.100 SCOPE OF WORK 5.101 Work to be Done The work to be done consists of furnlshino 07 labor. materials, method; and processes. implements, tools and machinery. except as otr.erwise specified. which are necessary and required to construct and complete the work designated in these specifications and improvement plans, and to leave the grounds in a neat condition. 5.102 Alterations By mutual consent in writing of t,,e parries signatory to the contract, alterations or deviations, increases or decreases, and additions. or omissions in the plans and specifications may be made and the same shall in no way affect or make void the contract. The City of Lod reserves the righ? to increase or decrease the quantity of any item or portion of the work, or to omit portions of the work as may be deemed necessary or expedient by the City Enyineer. 5.103 Extra Uork New and unforeseen work will be classed as extra work when such work cannot be covered by my of :he various items for which there is a contract bid price. The Contractor shall do no extra work except upon a written change order from the City Engineer. For such extra work the Contractor shall receive payment as previously agreed upon in the change order or as provided in Section 5.604, "Extra Uork", of these General Provisions. 5.104 Cleaning Up The Contractor shall not allow the Site of tFt work to become littered with trash and waste material, but shall maintain the same in a newt a -d ' orderly condition thrcuyhout the construction period. The Engineer shall have the right to determine what is or is not waste material or rubbish and the place and manner of dispcsal. The Contractor shall remove and dispose of all trees designated by the City Engineer as obstructions to the prsper completion of the work. Upon completion and before makinc application for final acceptance of the work, the Contractor shall clean the street or road, borrow pits, and all ground occupied by Contractor in connection with the work of all rubb'; sh, excess materials, temporary Structures, and equipment; and all parts of the work shdll be left in a neat and presentable condition, acceptable to the Engineer. 5.200 CONTROL OF WORK 5.201 Authoritv of the City Enc?neer The City Engineer shall decide any and all questions which may arise as to the quality or acceptability of materials furnished and work performed, and as to the manner of performance and rate of progress of the work; all questions which arise as to the interpretation of the plans and specifications; ail ouestions as to the acceptable fulfillment of thr contract on the part of the Contractor; and all questions as to claims and compensation. The City Engineer's decision shall be final. The City Engineer shall have executive authority to 5.1 enforce and make effective such decisiocs and orders as the Contractor fails to carry out promptly. 5 Pjang All authorized alterations affecting the requirements and information given on the approved plans shall be in writing. No changes shall be made of any plan or drawing after the same has been approved by the City Engineer, except by direction of the City Engineer. The contract plans shall be supplemented by such working drawings prepared by the Contractor as are necessary to adequately control the work. These plans shall be approved by the City Engineer before any work involving these plans shall be performed. No change shall be made by the Contractor in any working drawing after it has been approved by the Engineer. Full compensation for furnishing all working drawings shall be Considered as included in the prices paid for the contract items of work to .which such drawings relate and no additional compensation will be allowed therefor. It is mutually agreed. however. that approval by the City Engineer of the Contractor's working plans does not relieve the Contractor of any responsibility for accuracy of dimensions and detsils, and that the Contractor shall be responsible for agreement and conformity of Contractor's working plans with the approved plans and specifications. 5.203 Conformity with Contract Documents and Allowable Deviations Uork and materials Sha 1 1 con�nrni to the lines, grades, cross sections. dimensions and material requirements , including tolerances. shown on the plans or indicated in the specifications. Deviations from the approved plans, as may be required by the urgencies of construction. will be determined in all cases by the City Engineer and authorized in writing. 5, 204 Coordination of Plans and Specifications Tie pans a�iTtcations including a IT supplementary docunents are essential parts of the contract and a requirement occurring in one is as binding as ;hough occurring in all. They are intended to be cooperative, to describe. and to provide for a complete work. Plans shail govern over Special Provisions. Special Provisions shall govern over General Provisions. General Provisions shall govern over Standard Specifications and Standard plans. 5.205 Interpretation of Plans and Specifications S r�ouT-gear tat the work toa done, � near any matter relative thereto, is not sufficiently detailed or explained in the plans and specifications, the Contractor shall apply to the City Engineer for such further explanations as may be necessary, and shall conform to such explanation or interpreta in as part of the contract so fat, as may be consistent with the intent of the original specifications. In the event of doubt or question relative to the true. meanine, of the contract documents, reference sha-i be made to :he City Engineer, whose decision thereon shall be final. In the event of any discrepancy between any drawirc and the figures written thereon, :he figures shal i be taken as correct. 5.206 Order of Work When required by the Special rovisiens or plans, :he Contractor shalt follow the sequence of operations as set forth therein. Full compensation for conforming with such requirements will be considered as included in the prices paid for the various Contract iters of work, and no adaitional compensation will be allowed therefor. 5.207 Plans and Specifications on Jeb Site A complete.. approved set of o ans, specifications and change. orders shall be kept on the job site and available at all times. Nan -availability shall be deemed a cause for temporary suspei:sian of work. 5.208 Sucerintendence Before starting work, the Contractor sha designate in writing an authorize2 rcpresentarive who shall have the authority to represent and act for the Contractor. Said authorized representative shall be present at the site of the work at all times while work is actually in progress on the contract. When work is not in progress and during periods when work.is suspended, arrangements acceptable to the Engineer shall be made for any emergency work which may be required. Whenever the Contractor or Contractor's authorized representative is not present on any particular part of the work where it may be desired to give direction. orders wi;l be given by the Engineer. which shall be received and obeyed by the superintendent or supervisor who may have charge of the particular work in reference to which the orders are given. Any order given by the Engineer, not otherwise required by the specifications to be in writing, will. on request of the Contractor. be given or confirmed in writing. 5.209 Lines and Grades All distances and measurements are given and w i I I be cede in a horizontal plane. Grades are given from the top of stakes or nails, unless otherwise noted. Such stakes or points will be set as the Engineer determines to be necessary to establish the lines and grades required for the completion of the work specified in the plans and specifications. Three consecutive points shown on the saire rate of slope must be used in common in order to detect any variation from a straight grade; and in case any such discrepancy exists, it must be reported to the City Engineer. If such a discrepancy is not reported to the City Engineer, the Contractor shall be responsible for any error in the finished work. The Contractor shall give at least 24 hours notice wt,r•n rru• •.rrvitt•. of the City tn-lir:rrr art rrquirtd for laying out any portion of the wori. 5tates and points set by the Engineer shall De carefully preserved by the Contractor until authorized to remove them by the City Engineer. in case such stakes and points are destroyed c,r 5.2 dar..aged, they w i l l be replaced at the Engineer's earliest convenience. The Contractor will be charged for the cost of necessary replacement or restoration of stakes and points which, in the judgment of the Engineer. were carelessly or willfully destroyed or damaged by the Contractor's operations. This charge will be deducted from any moneys due or to become due the Contractor. 5.210 inspection The Engineer shall at all times have access to the work during its construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the requirements and intentiocs of the specifications, the General Provisions, and the plans. All work done and a l l materials furnished shall be subject to the Engineer's inspection. The Contractor shall provide excavations for the Engineer for the purpose of taking compaction tests i n areas below existing grade where embankments or trench and structure backfill has not been tested. Whenever the Contractor varies the period during which work is carried on each day. due notice shall be given to the City Engineer so that proper inspection may be provided. The inspection of the work or materials shall not relieve the Contractor of any obligations to fulfill the contract as prescribed. Wo -k and materials not meeting such requirements shall be made good, and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected by the Engineer or that payment therefor has been included in a progress estimate. The projects financed in whole or in part with State funds shall be subject to inspection at all .times by the designated agents of the State of California. portions of the work done under a San Joaquin County encroachment permit shall be subject to County inspection. 5.211 Removal of Defective and Unauthorized Work All work wnicn is detective in its construction or deficient in any of the requirements of these specifications shall be remedied, or removed and replaced by :he Contractor i n an acceptable manner, and no compensation will be allowed for such correction. All work done beyond the lines and grades shown on the plans or establishec by the City 'ngineer, or any extra work done without written authority, will be considered as unauthorized and will not be paid for. Upon failur^ on tht part of the Contractor to comply forthwith with any oraer of the City Engineer made under the provisions of this section, the City Enqineer shall have authority to cause defective work to he ri-im-ditd, nr rrmuved dt.d rt;irLrreri, and unautnorized work to be removed and to deduct the costs thereat from any moneys due or to become due to the Contractor. 5.212 Final Ins oectiof) Whenever the work provided ane concempiated by the contract shall have been satisfactorily :ompleted and the finai cleaning up performed, and the City Engineer notified in writing. the City Engineer will mate the final inspection. 5.300 COtITROI OF MATERIALS 5.301 Source of Supply and Quality of Materials The contractor shall furnish all materia�s required to complete the work, except materials that are designated in the specifications to be furnished by the City. Only materials conforming to the requirements of the specifications shall he incorporated in the work.. The materials furnished and used shall be new. except as may be provided elsewhere in these specifications or the plans. The materials shall be manufactured, handled and used in a manner to insure completed work in accordance with the plans and specifications. N.nnufacturer's warranties, guarantees, instruction sheets and parts lists. which are furnished with certain articles or materials incorporated in the work, shall be delivered to the Engineer before commencement of tie work. 5.302 Sam les and Tests At the option of the City ngtneer. the source of supply of each of the materials shall be approved by the City Engineer before delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by the Contractor or producer of all materials to be used in the work for testing or examination as desired by the City Engineer. All tests of materials furnished by the Contractor shalt he made in accordance with coamnly recognized standards of national organizations. and such special methods and tests as are prescribed in these specifications. The Contractor shall furnish such samples of materials as are requested by 'he City Engineer, without chary. No material shall be used until it has been approved by the City Engineer. Samples will be secured and tested whenever necessary to determine the quality of material. 5.303 Defective Materials All materials not con ornrnq to the requirements of these speci;ications shall be considered as defective, and all such materials. whether in place or not, shall be rejected and shall be removed irr..ediately from the site of the work unless otherwise permitted by the City Engineer. No rejected materials, the defects of which ha,ry been subsequently corrected, shall be used until approved in writing by the City Engr^.ter. Upon failure on the part of the Contractor to comply with do order of Che City Engineer oade under the provisions or this section. the Cicy Engineer shall have authority to reTovc and replace defective material and to deduct the cost of removal and replacement from any moneys Cue or to become due the Contractor, 5.3 5.304 City -furnished Haterials Materials furnished by the City will be available at locations designated in the Special Provisions, or if not designated therein they will be delivered to the project. They shall be hauled to the site of the work by the Contractor at his/her expense. including any necessary loading and unloading that may be involved. The cost of handling and placing City -furnished materials shall be considered as included in the price paid for the contract items involving such City -furnished materials. City -furnished materials lost or damaged from any cause whatsoever shall be replaced by the Contractor. The Contractor will be liable to the City for the cost of replacing City -furnished materials and such costs may be deducted from any moneys due or to become due the Contractor. 5.305 Trade Names and Alternatives For convenience in designation on the plans or in the specifications, certain articles or materials to be incorporated in the work may be designated under a trade name or the name of the manufacturer and the catalogue information. The use of an alternative article or materials which are of equal quality and of the required characteristics for the purpose intended will be permitted,,subject to the following requirements. The burden of proof as to the quality and suitability of alternatives shall be upon the Contractor, who shall furnish all information necessary as required by the Engineer. The Engineer shall be the sole judge as to the quality and suitability of alternative articles or materials and such decision shall be final. Whenever the specifications permit the substitution of a similar or equivalent material or article, no tests. or action relating to the approval of such substitute material will be made until the request for substitution is made in writing by the Contractor accompanied by complete. data as to the equality of the material or article proposed. Such request shall be made in ample time to permit approval without delaying the work. 5.400 LEGAL RELATIONS AND RESPOlISISILITIES 5.401 Laws to be Observed The Contractor shall 1 Fep hin7hersel f fully informed of all existing and future State and National laws and all municipal ordinances and regulations of the City of Lodi which in any manner affect those engaged or employed in the work. or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. 5.402 Labor Discrimination Attention is directed to Section 1735 of the Labor Code which reads as follows: 1735. fio discrimination shall be made in the employment of persons upon public works because of the race, religious creed, color, national origin. ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 1320, and every Contractor for public works violating this section is subject to all the penalties imposed fora violation of this chdpter. S.402 Permits drid Licons i -s Except as utherwise oroyided, the Contractor shall procure all permits and licenses_, pay all charges and fees, and give all notices necessary and incidental to the cue and lawful prosecution of the work. 5.404 Contractor's Licensing Laws Attention is directed to the orovisions of Fiaoter 9 of Division 3 of the Business and Professions Code concerning the licensing of contractors. All hiddrr; and contrnctur•. shall bl' licrn:rd in accordance with the laws ur the State of Caliturnia and any bidder or contractor not so licensed is subject to the penalties imposed by such laws. 5.405 Patents The Contractor shall assume all responsibilities arising from the use of patented materials, equipment, oevices or processes used on or incorporated in the work. 5.406 Safet Provisions The Contractor shall conform to t e rules ancl regulations pertaining to safety established by the California' Division of Industrial Safety. 5.407 Public Convenience and Safety The Contractor shall so conduct the operation as to cause the least possible obstruction and inconvenience to public traffic. Unless other- r.I.1imJ :1trr1: nrr %tipulatr,l in thr ',l,rr 1.11 Provisions to be used ds detours, all trottic shall be permitted to pass through the Residents along the road or street shall be provided passage as far as practicable. Convenient access to drivehays, houses and buildings along the road or street shall be maintained and temporary crossing shall be provided and maintained to good condition. Not more than onP cross or intersecting street or road shall be closed at any one time without the approval of the City Engineer. The Contractor shall furnish. erect and maintain such fences. barriers, lights, signs and flag persons as are necessary to give adequate warning to the public at all times that the road or streer is under construction and of any dangerous conditions to be encountered as a result thereof. and shall also erect and maintain such warning and directional signs as may be furnished by the City. Sigr , lights. flags and other warning and safety devices. shall conform to the requirements set forth in the current "Manual of Warning Signs. Ligtits and Devices for Use in Performance of Work upon Highways," issued by the State of Caiifornia Department of Transportation. Copies of this manual are on file with the Public Works Department. No material or equipment shall be stored where it will interfere with the free and safe passage of public traffic, and at the end of each day's work and at other tinies when construction operations are suspended for any reason, the Contractor shall remove all equipment. and other obstructions from that portion of the roadway opun for use by public traffic, full compensation for doing the above-mentioned work Shall be included in the price paid for the various contract items of work, and no additional compensation will be allowed therefor. 5.4 S.4 pr; Pri •,ervatsrm ct Prupert� Due care shall be exerciSEd to avoir injury to existing improvements or facilities, utility facilities, adjacent property. and trees. shrubs and other plants that are not to be removed. Trees, shrubs and other plants that are not to be removed, and pole lines. fences, signs, markers and monuments, buildings and structures, and any other above ground improvements or facilities and all underground facilities shown on the plans or brought to the Contractor's attention during the contract. within or 41,1JaLCrit to Ott- highway, ;hall bu protected from injury or damage; and if ordered by the Engineer. the Contractor shall provide and install suitable safeguards, approved by UnP Engineer. to protect such objects from injury or damage. Such objects injured or damaged by reason of the Contractor's operations shall be replaced or restored to a condition as good as when the Contractor entered upon the work, or as good as required by the specifications accompanying the contract. The Engineer may make or cause to be made such temporary repairs as are necessary to restore to service any damaged facility. The cost of such repairs shall be borne by the Contractor and may be deducted from any moneys due or to become due to the Contractor under the contract. Full compensation for furnishing all labor. rnitrrialK. tnn);, rni0pitirnt and incidPnfnl•, )rill for di, iny all Lht• wurk Ir1VUIVrd Ur yruLeLting ur repairing property as specified in this section. shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor. 5.409 Res onsibilit for Damage The City of Lodi, t @ City ounce a o Ricers and employees or agent shall not be answerable or accountable in any manner for any loss or ddmage that may happen to the work or any part thereof; or for any material or equipment used in performing the work; or for injury or damage to any person or persons. either work personnel or the public; for damage to adjoining property from any cause whatsoever during the progress of the work or any time before final acceptance. The Contractor shall indemnify and save harmless the City of Lodi, the City Council, all officers and employees or agent from any suits, claims or actions brought by any person or persons for or on account of any injuries or damages sustained or arising in the construction of the work or in consequence thereof. The City Council may retain as much of the money due the Contractor as shall be considered necessary until disposition has been made of such suits or claims for damages as aforesaid. 5.410 Contrar.torTS Responsibility_ for Work xct•pt _as proceed —above, until the orma acceptance of the work by the City Council, the Contractor shall have the charge and care thereof and shall bear the Fisk of injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the nonexecutloit of the work. The Contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the work occasioned by ally Of the above causes before final acceptance and shall bear the expenses r� thereof, except such injur es or danaCes occasioned lry acts or the Federal Government or the public enemy. 5.»11 No Personal Liability neither the City Ccunci the City Enqlneer, nor anv other officer or authorized assistant or agent or employee shalt be personally respersibie for any liability arising under the contract. 5.412 Resoonsibility of Cily The City of Lodi sha 1 not ce neid resporsiore for the care or protection of any material or parts of the work prior to final acceptance, excep: as expressly provided in these specifications. S 4.3 Insurance Reouirements for Contractor The Contractor snall take out and maintain curing the life of this contrtct, insurance coverace as listed below. These insurance policies shall protect the Contractor and any 'subcontractor performing work covered by this contract from claims for damages for personal in4ury, including accidental death, as well as from claims for property damages, unich may arise from Contractor's operations uncer this contract, whetner such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: 1. COMPREHENSIVE GEIIERAL LIABILITY S1,000,000 Bodily Injury - Ea. Occurrence/Aggregate SI,000,000 ?roperty Damage Ea. Occurrence/Aggregate or $1,000,000 Combined Single Limits 2. CTAPPEHENSIVE AUTOMOBILE LIABIL ITY 51,000,000 Bodily Injury - Ea. Person S1,000,000 Bodily Injury - Ea. Occurrence $1,000,000 Property Damage - Ea. Cccurrence or $1,000,000 Combined Single Linits A copy of the certificate of insurance with the following endorsements shall be furnished to the City: (a) Additional Nnroed Insured Fndorsement Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed BoarCs, Cocr-issions, Officers. kgents and Employees as additional narred insureds insofar as work performed by the insured under written contract w!th the City of Lodi. This endorsement shall be on the form furnished by ?he City. (b) Primary Insurance Endorsement Such insurance a'. is , —fiord?—by the enccr•scment for the Adaitienai InsureCs shall apLiy as primary insurance. Ary other insurance maintained by thc• City of Lodi or its officers and employees shall be excess only and not contributing with the insurance afforded by this endorsement. (c) Severa'cility of Interest Clause The term "insured" is used severally and not collectively. but the' inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. (d) Notice of Cancellation or Chanoe in, Coveraoe Endorsement This policy may not be cancelled nor the coverage reduced by the company without 30 days prior written notice of such cancellation or reduction in coverage to the City Attorney, City of Lodi. Call Box 3006, Lodi, CA 95241. 5.414 Comoensation Insurance The Contractor shall take out and maintain durTnq the life of this contract, �Iorker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is sublet, Contractor shall reouire the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide ane shall cause each subcontractor to provide insurance for the protection of said employees. This policy may not be cancelled nor the coverage reduced by the company without 30 daysprior written notice of such cancellation or reduction lin coverage to the City Attorney, City of Lodi. P.O. Box 320. Lodi, CA 95241. 5.415 Guarantee and Warranty In addition to guarantees required in other provisions of the contract, Contractor shall, and hereby does, guarantee and warrant all work for a period of one year after date of acceptance of work by the City and shall repair or replace any or all such work, together with any other work which may be displaced in so doing, that may prove defective in workmanship and/or materials within one-year period from date of acceptance without expense whatsoever to the City, ordinary wear and tear, unusual abuse or neglect excepted. The Engineer will give notice of observed defects with reasonable promptness. The Contractor shall notify the Engineer upon completion of repairs. In the event of failure of the Contractor to comply with the above-mentioned conditions within one week after being notified in writing, the City is hereby authorized to proceed to have defects repaired and made good at experse of the Contractor who hereby agrees to pay costs, penalties and charges therefor i rune d i a t e l y on demand If, in the Opinion of the Engineer, L •ctive work creates a dangerous condition or requires immediate correction or attention to prevent further loss to the City or to prevent interruption of operations of the City. the City will attempt to give the notice required. It the Contracto• cannot be contacted or does not curcply with the Engineer's request ror corrert+un ,:rtn+n a reasonable tine as aeternn mea by the Engineer, th, �ity may. notwjtl;standing the provisions of, this eCation. proeee to make such correcnun or proviae Such attention and the costs ut sato correctlon or attentncn shall be chargea against the Contractor. Such action by the City will riot relieve the Contractor of the guarantees provicea in this section or elsewhere in this contract. This section does not in any way limit the guarantee on any items for which longer guarantee is specifier; nor on any arms for which a manufacturer gives a guarantee for a longer period. nor aces it limit other remedies of the City in respect to latent defects. frdud or implied warranties. 5.416 Cooperation Should construction be underway by utner agencies or by other contractors within or adjacent to the limits for the usrk specified, or should work of any other nature be underway by other forces within or adjacent to said limits, the Contractor shall schedule and coordinate the work with the other contractors and agencies so there is the least amount of conflict during all pndses of construction. The Contractor is also responsible for making all necessary agreements with other contractors as required during construction. 5.500 PROSECUTiON AND PROGRESS 5.501 Subcontracting The Contractor shall give personal attention to the fulfillment of the contract and shali keep the work under control. Subcontractor will not be recognized as such and all persons engaged in the work of construction will be ccnsidered as employees of the Contractor, and their work shall be subject to the provisions of the contract and specifications. Where a portion of the work subcontracted by the Contractor is not being prosecuted in a manner satisfactory to the City Engineer, the subcontractor shell be removed innediately on the requisition of ttie City Engineer and shall not again be employed an the work. 5 5m Assi'gnment The performance of the contract rimy riot die assryr+ed, except upon written consent of the City. Consent will nut be given to any proposed assirnwent which would relieve the origi%l Contractor or Contractor's surety of their rospunsibilitirs under the contract. nor will the City consent to any assignment of a part of the work under the contract. 5,503 (deleted) 5.504 (deleted) 5.505 Character of Word Personnel if any s,bcuntrecta or person rmpluyrytne Contractor fail% or refuses to carry out. the directions of the City Engineer or appears to the City Engineer to be incompetent or to act in a aisorcerly or imuropor rronnrtr, that person shall be discharged immediately on the requisition of the City Engineer, and such person shall not again be employed on the work. 5.6 5.506 Tennorary Suspension of Work The City Z-ng+neer shall have the authority to suspeno the work wholly or in part, for such period as city Engineer my deem necessary, due to unsuitable weather or to such other conditions as are considered unfavorable for the suitable prosecution of the work. or for such time as City Engineer may deem necessdry, due to the failure on the part of the Contractor to carry out orders given, or to perform any provisions of the contract. The Contractor shall innediatety obey such ordar of the City Engineer and shall not resume the work until ordered in writing by the City Engineer. In the event that suspension of work is ordered as provided above, and should such suspension oe ordered by reason of the failure of the Contractor to carry out orders or to perform any provision of the contract; or by reason of weather conditions being unsuitable for performing any item or items of work which. in the sole opinion of the Engineer, could have been performed prior to the occurrence of such unsuitable weather conditions had the, Ccritractor diligently prosecuted the work when weather ,;,iditions were suitable; the Contractor, at Contractor's expense, shall do all the work necessary to provide a safe, smooth and unobstructed passageway through construction for use by public traffic during the period of such suspension as provided in Section 7-1.08, "Public Convenience." and 7-1.09, "Public Safety," of the Standard Specifications, and as provided in the Contract Specifications. In the event that the Contractor fails to perform the work above specified, the City may perform such work and the cost thereof will be deducted from moneys due or to become due the Contractor. 5.507 Time of _Completion . rnd Liquid1ted amaoes It is agreed by �r ontra�dmx tet in case all the work called for under the contract is not completed before or upon the expiration of the time limit as set forth in the contract, damage will be sustained by the Cfty of Lodi. acd that it 1 s and will be impracticable to determine the actual damage r,`ich the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City of Lodi the su-i us specified in Section 6-04.03 "Beginning of Worl., Time of Completion and Liquidated Damages"per day for each and every day's delay beyond the time prescribed to complete the work; and the Contractor agrees to pay such liquidated damages as herein provided, and In case the same are not paid. agrees that the City of todi may deduct the an;cunt thereof from any moneys due or that may become due the Contractor under the contract. It is further agreed that in case the work ca 1 1 ed for under the contract is not finished ano completed in all parts and requirements within the time specified. the City Council shell have the right to extend the time for completion or nut, as may best to serve the interest of the City; and it it r- decides to extend the tine limit for the completion of the contract, it shall further have the right to charge to the Contractor. Contractor's heirs. assrgnS or sureties, and to deduct from the final payment for the work, all or any part as it may deer, proper, of the actual cost of engineering, inspection, superintendence, and other overhezc expenses which are directly chargeable to the contract, and which accrue during the period of such extensions. except that the cost of final surveys and preparation of final estimate shall not be incluoed in such charges. The contractor shall not be assessed with liquidated damaoes nor the cost of engineering and inspection during any delay in the completion of the work caused by acts cf Cod or of the public enemy, acts of the City, fire, floods, epidemics. quarantine restrictions. strikes, freight embargoes, an; unusually severe weather or delays of subcontractors due to such causes; provided that the Contractor shall. within 10 days from the beginning of any such delay, notify the City Engineer in writing of the causes of delay, who shall ascertain the facts and the extent of the delay, and the City Engineer's findings Of the facts thereon shall be final and conclusive. 5.508 Termination of Contract Failure to prosecute the work diligently is Grounds for terminatlun of the Contractor's control over the work by the City of Lodi as provided in Section 14394 of the Government code of the State of California. 5.509 Right -of -Say The necessary rights-of-way and easements for the work will be provided by the .City of Lodi. The Contractor shall make arrangements and pay all expenses for additional area required by Contractor outside of the limits of right-of-way. unless otherwise provided in the Special Provisions . 5.600 MEASOR MENT, ACCEPTANCE AND PAYMENT 5.601 Progress Payments The City Engineer, once each month after actual construction work is started. shall make an estimate as to the total amount of the work done ani materials furnished by the Contractor to the last day of the proceeding month. The City of Lodi shall retain 10 per cent of the estimated value of Said work and the balance iess any previous payments shall be paid to the 'ontractor. he retained percentage as snecified above will be ^14 by the City and will be due and payable to the ',tractor 30 days after filing of notice of mpletion, provided no liens have been filed. X02 Substitution of Securities for Withheld uat Pursuant to Chapter 13 (eonrnencing with tion 4590). Division 5. Title 1 of the Government of the State of California, securities may be �ituted for any moneys withheld by a public y to ensure perfurmance under a cuntract. At request and expense of the C ontractcr. sties equivalent to the amount withheld shall posited hlth the public agency, or with a stare Jerally chartered bank as the escrow agent. who ME 5.7 shall pay such moneys to the' Contractor upon satisfactory completion of the contract. 5.603 Find? Acceotance of the Work The Contractorwt noCtty e tngrreer in wrrtino of the completion. The Engineer will check as to -the actual completion, and when satisfied will recommend acceptance to the City Council. The date of cc.,mpletion will be the date of acceptance of the work by the City Council. 5.604 Extra Work Extra work shall conform to 3ec:ron - 's� of the Standard Specifications. Payment for extra work wilt be established by agreement between the Contractor and the City. if no agreement can be reached. as to the exact cost of the extra work, payment will he made by force account as provided in Section 9-1.03 of the Standard Specifications. 5.605 Claims for Damages If the Contractor shall claim compensation for any damage sustained by reason of the acts of the City or its agents. Contractor shall, within five days after sustaining of such damage, make to the Engineer a written statement of the damage sustained. On or before the fifteenth day of the month succeeding that in which any such damage shall have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such damage. and unless such statement shall be made as thus required. claims for compensation shall be forfeited and invalidated and Contractor shall not be entitled to consideration of payment On account of any such damage. 5.606 Final Payment The City Engineer shall. ager the satisfactory completion of the contract. make a final estimate of the amount of work done thereunder. and the value of such work, and the City of Lodi shall pay the entire sum so found to be due after deducting therefrom all previous payments and al? amounts to be kept and all amounts to be retained under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. The final payment shall not be due and payable until the expiration of 30 days after filing of notice of completion provided no liens have been filed. It is mutually agreed between the parties to the contract that any payments made under the contract, except the final payment. shall not be conclusive evidence of the i.rformance of the contract. either wholly or in part, against any claim of the City of Lodi. and no payment shall be construed to be an acceptance of any defective work or improper materials. And the Contractor further agrees that the payment of the final amount due under the Contract. and the adjustment and payment for any work done in accordance with dny alterations of the Same. shall release the City of Lodi, the City Council, and all officers and employees from any and all claims or liability on account of work performed under the cuntract or any alteration thereof, Q 5.700 STANDARD SPECIFiC,�TiGiS The work embraced herein shall 1,e done in accordance with the appropriate provisions of construction details Of the specifications entitled, "State of California, Business and Transportation Agency. Oepartment of Transportation. Stannard Specifications. January 1988." insofar as the same may apply, which specifications are hereinafter referred to as the Standard Specifications and in accordance with the following Special Provisions. Whenever in the contract documents or the Standard S'oecifications the following terms are used. they shall be understood to mean and refer to the following; Departeent of Transoortation, or Division of Highways - Department of Puclic Works of the City of Lodi City Engineer - Public Works Director of the City of Lodi Director of Public Uorks - Public Uorks Girector and Cit. Engineer of the City of Lodi Engineer - The Public Uorks Director and City Engineer or designated agent Laboratory - The designated laboratory authorized by the City of Lodi to test materials arid work involved in the contract State - The City of Lodi. California Other items appearing in the Standard Specifications, the General Provisions, and the Special Provisions, shall have the intent and meaning specified in Section 1, Definition of Terms of the Standard Specifications. S.S W. CARNECiE FORUM HARDSCAPE SECITON 6 305 West Pine Street SPECIAL PROVISIONS 6-01 CESCRIPTION OF WORK The work consists of installing sidewalk with brick trim and low brick wall and other incidental and related work, all as shown on the plans and specifications for the project. The work to be done is shown on the following plans: STANDARD PLAN 112 - Square -type Curb and Gutter, Sidewalk and Residential Driveway STANDARD PLAN 132A - Wheelchair Ramp SEAN ARD PLAN 132B - Wheelchair Ramp DRAWING 88D110 - Site Plan and Details ER VVW 88 D I l l 6-02 QUANTITIES - Demolition Plan The preliminary estimate of the quantities of work to be done and materials to be furnished as shown in the proposal are approximate only, being given as a basis for the comparison of bids. The City of Lodi does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any c? ass or portion of the work or to omit portions of the work that may be deemed nEcessary or expedient by the City Engineer. Additions or deletions in the quantity of work as set forth in these specifications and accompanying drawings for lump sum items may be ordered by the Engineer after the contract price has been adjusted accordingly to the satisfaction of both the Contractor and the City of Lodi, and they have been accepted in writing by the Engineer. 6-03 MATERIALS The Contractor shall furnish for use under these Special Provisions all materials required to complete the project, except those materials specifically shown on the Plans or listed in these Special Provisions as "City furnished". Whenever any material is specified by name and/or number thereof, such reference shali be deemed to be used for the purpose of facilitating a description of the materials and establishing quality, and shall be deemed and construed to be followed by the words "or approved equal". No substitution will be permitted which hes not beer submitted ten days prior to installation for approval by the Engineer. Sufficient descriptive literature and/or samples must be furnished for any materials submitted as "equal" substitutes. CARNEGIE.6/TXTW.01J 6.1 6-04 SCHEDULING PROJECT WORK 6-04.01 --Scheduling Wolk Prior to any work, the Contractor shall furnish t e Engineer with a work progress schedule in writing delineating the anticipated work procedure. This schedule shall be kept current and the Engineer shall be notified in writing 48 hours in advance of any variation thereof. The Contractor shall also supply the Engineer with a telephone number or numbers where a duly authorized representative of the Contractor may be reached at any time. Prior to construction, a conference with the Contractor and Engineer concerning the schedule, traffic control and job safety shall be held. 6-04.02 Contractor's Ccoperation with Other Work The Contractor's attention is directed to the fact that the Council Chamber is being remodeled. It is intended that the sidewalk work be done prior to completion of the remodel. I t shall be the Contractor's responsibility to schedule and coordinate the work and access with the remodel contractor so there is the least amount of conflict during all phases on construction. 6-04.03 Beginning of Work, Time of Completion and Liquidated Damages - Attention is directed to the Provisions in Section 8-1.03, "Beginning of Work", in Section 8-1.06, "Time and Completion", and in Section 8-1.07, "Liquidated Damages", of the Standard Specifications and these Special Provisions. The Contractor may begin work after receiving notice that the contract has {=' been approved by the Mayor. The work shall be diligently prosecuted to completion before the expiration of 30 WORKING DAYS. Working day count shall begin 15 calendar days after the Mayor approves the contract. The Contractor shall pay to the City of Lodi the sum of $50.00 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. 6-05 CONSTRUCTION RIGHT-OF-WAY/PERMITS The City of Lodi has acquired the rights-of-way and easements in which the improvements and appurtenances shall be located and constructed. The Contractor shall be responsible for making arrangements and paying all expenses for any additional working or storage area outside of the limits of right-of-way, unless otherwise provided in the Special Provisions. 6-06 S P E C I FICATIONS Sections 6-10 through 6-95 of these Specifications (Special Provisions) correspond with the State of California Department of Transportation Standard Specifications. Not all the sections are used. Thorefore, there are gaps in the numbering sequence. Sections used contain either: 6.2 iF.F;TXT4!.n1.1 o Changes from the Standard specifications o Additions to the Standard Specifications o Repetiticn of the Standard Specifications for clarity and/or emphasis b_10 DUST CONTROL Dust control and watering shall conform to the provisions in Sections 10 "Dust Control" and li "Watering" of the Standard Specifications and these Special Provisions. At the request of the Contractor, water for dust control and project construction will be furnished by the City of Lodi without cost to the Contractor. Water is available from fire hydrants near the project boundaries. The Contractor shall furnish and use City approved hydrant wrenches. Necessary precautions to prevent dust nuisance shall be taken during all Phases of construction, on non -working days, and to final acceptance of the work. Payment for dust control and watering shall be considered as included in the various items of work and no additional compensation will be allowed L'herefor. 6-12 TRAFFIC CONTROL Traffic control shall conform to Section 12 "Construction Area Traffic Control Devices" of the Standard Specifications and these Special Provisions. Attention is particularly directed to the "MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION AND NlAll��E WORK ZONES" published by Caltrans. Nothing in these Specifications to be construed as to reduce the minimum standards set in said manual. Two-way traffic shall be maintained at all times except as otherwise approved by the Engineer and as provided in the Special Provisions. The Contractor will be required to keep all residents and businesses notified of the work schedule as it affects their access. The City will furnish "No Parking" signs which shall be posted by the Contractor. The Contractor shal i be responsible for supplying, instal' i ng and maintaining such fences, barriers, lights, signs and flaggers as are necessary to give adequate warning to the public at all times that the road or street is under construction and of any dangerous conditions to be encountered as a result thereof. All traffic control equipment shall be removed when it is no longer required. Upcn request, the Contractor shall submit to the Engineer a sketch showing the proposed signing and barricading to be used in the project. All existing warning, regulatcry, and information signs shall be maintained in a visible location during all phases of the construction by the Contractor. 6.3 CARNEGIE.6/TXTW.01J If it becomes necessary for the City of Lodi to replace or place additional barricades in order to provide adequate safety to the public, the Contractor will be charged $1.00 per barricade per day or portion thereof plus the cost of placement and removal. The Contractor will also be charged for replacement of damaged City barricades. The contractor ' shall furnish and place barricades within three working days. M removal charge will be made if the Contractor returns City barricades to the Municipal Service Center. Full cornpensation for furnishing all labor, materials, tools, equipment and incidentals for doing all work involved in furn4shing and placing barricades, warning devices, and for flaggers as may be required by the Engineer shall be considered 6-15 EXISTING FACILTTIES 6-15.01 Protection of Existing Facilities Protection of existing facilities shall conform to all the applicable provisions in Section 8-1.1p "Utility and Non -Highway Facilities" and' Section 15 "Existing Highway Facilities" of the Standard Specifications and these Special Provisions. All known obstructions to the work are indicated on the plans. However, the City cannot guarantee the accuracy of this information. The Contractor wi 11 be held responsible for the mai ntetiance and protection of or damage to existing facilities, structures, obstructions and all underground facilities shown on the plans or brought to the Contractor's attention during the course of the work. The Contractor shall notify owner agencies for locations of utilities or facilities prior to excavation. The owning utility shall be immediately notified of any damage which is caused by the operations of the Contractor to any facility, utility or structure. At the owning utility's discretion, repairs shall be made by the Contractor at the owning utility's direction or by the utility, all to the satisfaction of the Engineer. At connections to existing facilities, approved means of preventing sand and debris from entering the existing lines shall be provided. Payment for protection of existing facilities shall be considered as included in the price paid for the various items of work and no additional compensation will be allowed therefor except as provided in the Standard Specifications. 6-15.02 Removal Methods Removal of existing improvements shall conform to Section 15-2 "Miscellaneous Highway Faciiities", these Special Provisions and as shown on the Plans. All portions of existing concrete to be removed shall be removed in a smooth, neat, vertical plane. Where expansion, contraction or construction joints are not present, the concrete shall be saw cut to a minimum depth of 1-1/2 inches. If an expansion, contraction or consCruction joint is within 3 feet of the cnncrete to be reaioved, the concrete shall be removed to that joint. 6.4 f'AP0.PGT17 FiTXTld,ni,i MW Prior to final paving, all portions of existing pavement to be removed shall be cut on a neat, straight line. Pavement removed outside the removal line shall be cut parallel to and at right angles to the removal line. The face of the cut shall be smooth and shall not overhang the. removal area. Drop hammers are not allowed. Jackhammers may be used if the cuts are overlapped and meet the above criteria. Where edges of remaining pavement are raised by the removal method used, they shall be flattened with a mechanical tamper prior to setting frames or replacing pavement. Where an excavation leaves less than two feet of pavement adjacent to the gutter, the remaining pavement shall be removed and replaced. All removed material. unless otherwise specified, shall become the property of the Contractor and shall be disposed of outside of the right-of-way in accordance with the provisions i p. Section 7-1.13 "Disposal of Material Outside the Highway Right of Way" of the Standard Specifications. Payment for removal of existing improvements shall be n accordance with Section 15-2.07 "Payment" of the Standard Specifications. 6-19 EARTHWORK 6-19.01 thru 5-19.04 - Deleted 6-19.05 Compaction Subgrade preparation shall conform to all applicable parts of Section 19-5 "Compaction" of the Standard Specifications and these Special Provisions. a) Deleted b) Mscel laneous Concrete Subgrade Compaction The relative compaction of subgrade for all curb, gutter, sidewalk and driveways shall conform to these Special Provisions and to the requirements designated on the plans. The miscellaneous concrete subgrade shall be graded to conform to the lines and grades shown on the plans. The compaction of the subgrade for miscellaneous concrete shall attain a minimum relative compaction of 90 percent for a minimum depth of 8 inches and 22 inches for commercial driveways . Any organic material or other unsuitable material found in the subgrade shall be removed and replaced with an acceptable material, as approved by the Engineer. Concrete shall not be placed upon the subgrade until the subgrade has been approved by the Engineer. Finish grade shall be within !/4 inch of plan grade. 5-22 CLEAN-UP Clean-up shall conform to the provisions in Section 22 "Finishing Roadway" of the Standard Specifications and these Special Provision;. CARNEGIE.6/TXTW.01J MI Upon completion of the work, and prior to requesting final inspection, the work area shall be thoroughly cleaned of all rubbish, construction forms, stakes, excess material. and equipment, and all portions of the work shall be left i a neaht and orderly conddirdo t'n. The final inspection will not ue made unti this as been accomplishe. Full compensation for clean-up shall be considered as included in the price paid for the various contract items of work requiring finishing, and no additional compensation will be allowed therefor. 6-73 CURBS. SIDEWALKS AND MISCELLANEOUS CONCRETE 6-73.01 General : Curb, gutter, sidewalk, mowband, and any other misceTTaneous concrete structures shall be constructed as shown on the plans, and applicable City of Lodi Standard Plans, and shall conform to the provisions in Section 73 "Concrete Curbs and Sidewalks" of the Standard Specifications and these Special Provisions. a) Earthwork shall conform to the plans and Section 6-19.05 of these Special Provisions. The area adjacent to the work shall be graded smooth and sufficient compactive effort and moisture shall be applied tc this area to prevent settlement. Voids shall be filled with topsoil, not sand. Lawns shall be reseeded. Water service or other boxes and facilities shall be adjusted to grade. b) Curb, gutter, and sidewalk shall be of monolithic construction. Construction joints shall be edged and shall conform to the prcposed scoring pattern. Expansion joint material shall be installed to the full depth of the concrete at locations shown on the plans and as designated by the Engineer. c) Concrete: Portland cement concrete shall be Class "B" conforming to Section 90 of the Standard Specifications with a minimum compressive strength of 2000 psi. at 28 days. All concrete used shall be mixed completely in a truck mixer, commonly known in the industry as "transit -mixed concrete." d) Forms: Forming requirements shall conform to the provisions in Section 73-1.04 "Forms" of the Standard Specifications. If c-, -;n, neat lines can be cut, the Contractor may pour against undisturued earth with prior approval by the Engineer. If any sloughing or caving of material occurs, both front and back forms may be required. Forms shall be true to lines and grades as shown on the plans. Forms previously used shall be thoroughly cleaned before re -use. Before concrete is placed within any form, all inside surfaces of the forms shall be thoroughly coated with an approved oil. All forms shall be free of any foreign material previous to placing concrete. 6.6 CARNEGIE.6/TXTW.01J e) Concrete Reinforcement: Mesh and reinforcing steel shall conform to the provisions in Section 52-1.02 "Materials" of the Standard Specifications. All reinforcing steel shall be accurately placed as shown on the plans. All reinforcement shall be cleaned of dirt, rust, grease, loose scale and any other substance that may prevent ccncrete bonding. Ail reinforcement shall be securely positioned and supported so as to maintain the proper position during placement of concrete. f) Concrete Placement: Concrete shall not be placed without approval of the Engineer. Placing concrete without notifying the Engineer may be reason, for rejection of the work. Prior to placing concrete the subgrade and inside face of the forms shall be thoroughly wetted as the Engineer may direct. Concrete shall not be depositgd when it appears likely that the air temperature may fall below 40 F. during the placing of concrete or within the following 24 hours, unless special approval has been received from the Engineer prior to placing of concrete. Concrete which, in the opinion of the Engineer, has been damaged by freezing shall be removed and replaced. g) Finishing: After steel troweling, the concrete surfaces shall be given a fine hair broom finish. Srooming on sidewalk shall be transverse to the length of curb. All exposed concrete surfaces shall be finished unless otherwise directed by the Engineer. Score marks and weakened plane joints shall be located as shown on the plans and as directed by the Engineer. h) Cure: Concrete cure shall be accomplished by either the water, pigmented curing compound or waterproof membrane inethod and shall conform to the provisions in Secticn 90-7 "Curing Concrete" of the Standard Specifications. White pigmented curing compound shall not be used on exposed surfaces. i) Street Sin Posts: Street sign posts shall be furnished and TH—s—talled at the locations shown on the plans and conform to Standard Plan 119. j) Tolerances: Dimensional tolerances for concrete work are listed below. Work done outside of these tolerances will be rejected by the Engineer. Curb, gutter, sidewalk thickness: Up to 1/4" below specified thickness. Flow line: Puddles shall not exceed 1/4" inch in depth, 6 inches in width or 10 feet in length. Grinding in excess of 1/2 inch and the use of epoxy fillers are not acceptable. Sidewalk crossfall : Total crossfall on 5 -foot sidewalks shall be within 1/2 inch of design. 6.7 C.ARNF ;T F .6 /TXTW.01J k) Payment: Sidewalk ani mowband shall be paid for under the various contract items and shall include full compensation for furnishing all labor, materials , including compaction, scoring, adjusting facilities within the sidewalk to grade, grading and adjustments at the back of walk, removal of existing facilities, tools and equipment, and for doing all work involved in their construction as shown on the plans and as specified under these Special Provisions, and no additional compensation will be allowed therefor. 6-73.02 Brick Pavin "Rowlock" brick and "flat" brick ;trips shall be installed at the ocations shown cn the plans. a) General: Haterials and methods of construction shall comply with the following standards: 1. Brick Institute of America, (BIA): Technical Notes on Brick Construction. 2. American Society for Testing and Materials, (ASTM) . Installation shall be performed only by skilled workers with satisfactory record of performance on completed projects of comparable size and quality. Source or brands of brick pavers, mortar, or grout material shall not be changed during the course of the work. Manufacturer's product data for each type of brick unit, mortar, grout, and additive required shall be submitted for approval. Submit a minimum of five full size samples of brick unit. Include the full range of exposed finish, color and texture proposed for the work. b) Delivery, Storage, and handl ing: 1. Deliver mortar, grout, and additive materials in manufacturer's unopened and undamaged containers with labels intact and legible. Store off the ground and protect from weather damage and deterioration. 2. Protect brick paving units from damage, chipping, and soiling during delivery and storage. Store off the ground on pallets or wood platforms. 3. Store loose granular materials i n a we i 1 drained area on a solid surface to prevent mixing with foreign materials. C) Project Conditions: 1. Establish and maintain required levels and grade elevations. Review installation procedures and coordinate paving work with other work affected by the brick pavinq work. 2. Cold weather: a. Protect masonry against freezing when the temperature is 40 degrees F. and falling. Heat materials and provide temporary protection of completed portions of masonry work. Comply with 6.8 CAF.t,EGIE.6/TXTW .01J protection of completed portions of masonry work. Comply with the requirements for the "Construction and Protection Recommendations for Cold Weather Masonry Construction" of BIA Technical Notes on Brick Construction. b. Ib not use frozen materials or materials mixed or coated with ice or frost. Comply with BIA requirements for masonry units requiring wetting. c. Ib not build on frozen work. Remove and replace brick paving damaged by frost or freezing. d. Do not use anti -freeze or calcium chloride in any mortar or grout . 3. Hot weather: Prctect installed brick paving with windbreaks or artificial shade to prevent excessive moisture evaporation of mortar setting beds, mortar, and grout. 4. Protect partially completed brick paving against weather damage when work is not in progress. 5. Provide temporary barricades and warning lights as required for protection of project work and public safety. 6. Protect adjacent work from damage, soiling, and staining during paving operations. d; Materials: 1. Paving Brick: Solid had -burned, frost -free units complying with ASIM C216, Type FBS, Grade SW. a. Size: To match existing brick used as a sidewalk border in the Civic Center. b. Color range and finish texture: To match existing brick used as a sidewalk border in the Civic Center. 2. Paving brick, when tested in accordance with ASIM C67, shali show no efflorescence. Submit manufacturer's certification of test results. 3. Portland cement: ASIM C150, Type I, natural color. 4. Lime: ASTM C207, Type S. 5. Sand: ASIM C144, washed, clean, and graded. 6. Water: Clean, fresh and potable. 7. Rigid base: Concrete, provided under Section 6-73 of these special provisions. 8. Mortar setting bed: ASIM C270 Type M Portland cement -lime mortar, mixed 1 part portland cement, 1/4 part lime, and 3 parts sand. 6.9 CARNEGTE.6!TXTW.O1J A e) Examine substrates and installation conditions. Do not start brick paving work until unsatisfactory conditions are corrected. f ) Preparation: .'7 1. Do not use paving units with chips, cracks, voids, discolorations, or other visible defects. 2. Cut brick paving units with masonry saws to provide clean, sharp unchipped edges. Cut units as required to provide pattern shown and to fit adjoining work neatly. Use full units without cutting rN 4 wherever possible. Where cutting i s required, use the largest size units possible. Avoid the use of small pieces of brick or large joint spaces. 3. Set brick in pattern indicated with level surface and uniform joints of width indicated. r g) Installation - Mortared Brick Edging over Rigid Base: 1. Clean concrete base. Remove dirt, dust, debris, sealers, or curing compounds. Saturate with clean water before installing setting bed. Remove surface water. 2. Install setting bed of Type M mortar. Spread and screed to a uniform thickness, level in plane, or uniformly sloped for drainage as indicated. 3. Install brick in fresh Type M mortar. Butter vertical joints full width and height. Strike joints flush and tool slightly concave. 4. Remove excess mortar from face of brick as work progresses. Remove spillage while grout is fresh. 5. Damp cure grout for minimum of 7 days. h) Protection: 1. Restrict traffic from brick paving surfaces during setting of units and for at least 24 hours after installation. 2. Protect brick paving from damage until final acceptance. i) Cleanim 1. Remove and replace brick paving units which are broken, chipped, stained, or otherwise damaged. Provide my matching units , install as specified and to eliminate evidence of replacement. 2. Clear; brick paving not less than 6 days after completion of work using clean water, trisodium phosphate and stiff -bristle brushes. Do not use wire brushes, acid type cleaning agents, or other cleaning compounds with caustic or harsh fillers. Proprietary cleaning agents subject to Architect's approval prior to use. 3. Perform cleaning during installation of work and upon completion of the work. Remove from site all excess materials, debr,;s, and equipment. Repair damage resulting from brick paving caerations. 6.13 CARNEGIE.6/TXTW.O11JJ A Pa malt: The contract price paid per linear foot for rowlock and at rick shall include fuli compensation for furnishing all labor, tools, materials and equipment for doing the work shown on the plans and as specified in these special provisions and no additional compensation will be allcwea therefor. Note that the concrete base is included in the sidewalk payment quantity. 6-73.03 Unit Masonry: Low brick wall shall be installed at the ocatns shown on the plans. Note that at the ends of ramps, the top of the "wall" will be flush with the adjacent sidewalk. a) General: Materials and methods of construction shall comply with the t`oI'l owi ng standards : 1. Brick Institute of America, (BIA): Technical Notes on Brick Construction. 2. National Concrete Masonry Association, (NCMA): TEK Bulletins. 3. The American Society for Testing and Materials, (ASTM). 4. The wcrk shall com)ly with the applicable requirements of local governing authorities and American National Standards Institute (ANSI) A41.1, Building Code Requirements for Masonry, for the types of unit masonry construction indicated. 5. Installation shall be performed only by skilled masons with satisfactory record of performance on completed projects of comparable size and quality. 6. Each type of masonry unit. shall be from one manufacturing source to ensure uniform texture and color. Ib not change source or brands of mortar' materials during the course of work. 7. Submit manufacturer's product data for each type of brick unit, mortar, and accessory required. 8. Submit a minimum of five full size samples of brick unit. Include the full range of exposed finish, color and texture proposed for the work. 9. Submit manufacturer's certification that brick units comply with specified requirements. e11 b) Delivery, Storage, and Handling: 4OW 1. Unit masonry materials: a. Deliver, store, and handle masonry materials to prevent damage and soiling. b. Stack masonry units off the ground on pallets or wood platforms. Exercise particular care in the storage, handling, and installation of masonry units. Exposed masonry is utilized as a "finish material." Do not build soiled or damaged masonry units into the work. CAPNEG F_ . n; T`;TW . nl J 6.11 F1 2. Masonry accessories: Deliver, store, and handle masonry accessories to prevent weather damage and deterioration. 3. Mortar materials: a. Deliver cement, lime and admixture materials in manufacturer's unopened and undamaged containers with labels intact and legible. Store materials off the ground, under cover, and protect from weather damage and deterioration. b. Stockpile and handle aggregates to prevent mixing with foreign material s. c) Project Conditions: 1. Do not use metal accessories with loose rust or other coatings, including ice, which will reduce bond. r 2. Protect partially -completed masonry work against weather damage and moisture, when work is not in prcgress. Cover tops of walls with strong, waterproof, non -staining membrane. Extend membrane at least 2'-0" down, both sides of walls and hold securely in place. 3. Cold weather construction: a. Precondition masonry materials to maintain minimum 50 degree F. temperatures when installed. h. Protect masonry from freezing when the temperature of the outside air is 40 degrees F. and falling. Heat materials and provide temporary protection of completed portions of masonry work. Comply with BIA "Construction and Protection Recommendations for Cold Weather Masonry Construction" and NCMA "TEK Bulletin T*. 16A." c. 1% masonry work will be permitted when outside air temperature is below 25 degrees F. d. D) not use frozen materials or materials mixed or coated with ice or frost. e. ID not build on frozen work. Remove and replace masonry work damaged by frost or freezing. f. Do not use anti -freeze cr calcium chloride in any mortar. g. Protect completed masonry work against freezing for not less than four days after laying. 4. Remove excess mortar and s,:ains as work progresses. 5. Prctect adjacent work form damaqe, soiling and staining during masonry work operations. d) Materials: 1. Face brick: ASTM C216, Grade SW. 6.12 CARRcGIE.6iTXTb .01J a. Size: To match existing. b. Color range and texture: To match existing. 2. Face brick, when tested in accordance with ASTM C67, shall show no efflorescence. Provide manufacturer's certification of test results. 3. Surfaces: One good face, two good ends. Provide uncored, unfrogged units with one flat side matching face for use at locations where flat side i s visible. 4. Horizontal joint reinforcement: Welded truss type with deformed continuous side rods and plain cross rods. Prefabricate tin lengths not less than 10'0" with matching corners with tee units. Unit width of 1-1/2" to 23" less than wall thickness. a. Multiple wythe/single wythe masonry: Single 9 gauge side rods; 9 gauge cross rods. b. 1.5 ounce hot -dipped galvanized finish. 5. Reinforcing bars: ASTM A615, A616, or A617, Grade 60, new domestic deformed steel bars of sizes indicated. 6. Cleaning agents: Commercial cleaning solutions which will not harm masonry or adjacent materials and is acceptable to the masonry manufacturer. Muriatic acid i s not acceptable as a cleaning agent. 7. Portland cement: ASTM C150, Type I, natural color. 8. Hydrate lime: ASTM C207, Type S. 9. Aggregate: a. Masonry mortar: ASTM C144, clean masonry sand, not over 10% to pass #100. 10. Water: Clean, fresh, and potable. e) Examine substrates and installation conditions. Ib not start unit masonry work until unsatisfactory conditions are corrected. f) Preparation: 1. Establish lines, levels, and coursing. 2. Wet brick having ASTM C67 absorption rates greater than 0.025 oz. per sq. i n . per minute. Use wetting methods which ensure that each masonry unit is nearly saturated but surface dry when laid. During freezing weather, comply with the recommendations for the B I A for wetting. 3. Except for absorbent units specified to be wetted, lay masonry units dry. 6.13 CARNE GIE . 6/TXTW. O1J g) Installation: 1. Build masonry construction to the full thickness indicated. `Build single-wythe walls to the actual thickness of the masonry units, using units of nominal thickness. 2. Cut masonry units with masonry saws to provide clean, sharp, unchipped edges. Cut units as required to provide pattern shown and to fit adjoining work. Where cutting is required, use the largest size units possible. Provide 100%solid units where webs would be exposed. 3. Layout walls in advance for accurate spacing of surface bond patterns, with uniform joint widths, and to properly locate openings, movement -type joints, returns, and offsets. 4. Lay masonry plumb and true. Provide concerns and angles square, with courses level , accurately spaced, and coordinated with other work. Use double lines at multiple wythe walls. 5. Pattern bond: lay exposed masonry in running bond with vertical joint in each course centered on units in courses above and below bond and interlock at each course of each wythe at corners. Do not use units with less than 4" or horizontal face dimensions at corners or jambs. a. Provide stack bonding, soldier courses, and rowlock courses where indicated. 6. Lay face brick and other solid masonry units with completely filled bed and head joints. Butter ends with sufficient mortar to fill head joints and shove into place. Do not slush head joints. 7. Tool joints in all exposed masonry work to a concave joint. 8. Remove masonry units disturbed after laying; clean and reset in fresh mortar. 9. Step back unfinished work for joining new work. Rack back 1/2 unit length in each course; do not tooth. Clean exposed surfaces and remove loose masonry units and mortar prior. to laying fresh masonry 10. Provide interlocking masonry bond in each course at corners and intersecting walls. h) Cleaning: . Remove and replace masonry units w! -Jch are loose, broken, stained, or otherwise damaged. Pro -vide new matching units, install as specified and to eliminate evidence or replacement. 2. Brick ina;nr y: Clean all exposed brick masonry. Cleaning agents and methods shall be acceptable to the Architect. Before applying and cleaning agent to the entire wall, clean a sample wall area of approximately 20 sq. ft. in a location acceptable to the 6.14 CARNEGIE.6/TXTW.OIJ Architect. Ib not proceed with cleaning units until the sample area has been approved. Protect a17 stone, metel , and other, corrodible elements. Raged materials and work replaced at Contractor's expense. 3. Acid cleaning of masonry not permitted. Install and protect installed masonry so that acid cleaning is not required at completion of the work. 4. Upon completion of the work, remove from site a 1 l excess nuterials , debris, tools , and equipment. Repair damage resulting from unit masonry work operations. i) Pa anent: The contract price paid per linear foot for low brick wall shall all include fu?? compensation for furnishing all labor, tool„ equipment and materials for doing the work shown on the plans and as specified in these special provisions and no additional compensation will be allowed therefore. 6.15 CARNEGIE.6iTXTW .01J . CITY �� ✓SIDEWALK � � n�ffRESIDENTIA E-TYPE CURB &GUTTER, AND PUBLIC WORKS DEPARTMENT t DRIVEWAY �- ci;E7E C:c:5:5 E5 r--<-- I- of 5 -td i �/2' mix a cr�c�c�� C_ - LIGHT BROOM FINISH V IMPERVIOUS lv1EMSRANE rl:R= SIDEWALK GRADS i7G Pct. - -SEE ALTERNATE. 5�- 0" 3" o' i tom' :57ANOAPD Sr DEWALK 8" R.C. CO a� NCRETE f SUEGRADE COMPACTION nils ( PV 1Q AS ° 9- -CURB ,GUTTER SIDE.Wal-K 'SECT 10N 4 ALTERNATE OR". = LNY GRAiE PE2. =T. 5TANDAPC. SLOPE z �E------��_�4 �ESIDE�:T!aL ae:vEv:A: 6ilBGRADE r 90% R.C. COt3CRETE ` '.V\ COMPACTION RE51DENTIAL DRIVEWAY SECTION `- cG!iit11�G 4Nb END OF P- 0' MAX .PACING SCOPIE LINE5 \ BENCH MARK MONJUMENT5 WILL P5E FURN15HE0 BY THE f C.tT`( OF LODI BUT SHALL \ BE INSTALLED B`( THE CONTRACTOR -IF SHOWN ON / THE PLA\I IF JOINT 15 GREAT - r ER THAN Yq"WIDE T Taj IT SHALL._ BE FILLED _( WITH PETROLASi'IG 7 _ MATERIAL DETAIL WEAK_'NtD PLANE JOINT DQsvE wr `r Lq PLAN PLANE .JOIN'.'� AT 12' :NTErl.'. , :s. ----� Down m E r No pcv.•�d By Approved By TD J 8 G ! 11/79 'C�l cam- �_t•l5 , N 112 e JULY 19 75 -- P �� Works oAA;retror f R ,7309 5C 71.71 0 I . CITY OF LO D I WHEELCHAIR RAMP PUBLIC WORKS DEPARTMENT 3 Groove in o herringbone pattern with 1/4" grooves opprox. V-1/2" O.C. Grooves should be aligned parallel to the crosswalk stripes. Finish � with scoring bml. r r, rocanon ro oe provraea by the Engineer. 4r -o" _ 6r -(Y' PLAN See note 4 SECTION AT Ck I/? lip on 45° bevel Center of Return—Type I 1/4". Groove approx. 3/4" O.C. NOTES: 1. R= Curb return radius, 20' in residential areas, or as specified 2. Romp slope 1:12 maximum. 3. Transition slope 1 : 8 maximum (1 1/2" per f t.) 4. 6 romp for 4-I?2" curb height & 2% sidewalk slope. For 6" curb height, transition curb height to 4- 1/2" from expansion joint to beginning of romp. Sht. I of 2 Drer.e `v P Ne Dote I AOVre•e0 •oororsa Br� _ . Chocked 1,0 's-L-64STD \teMAY 1984 NIC works Dtrector Date . PLAN 132A CITY OFF L Oj WHEELCHAIR RAMPPUBLIMORKS DEPARTME \ r J s baVC/ i-5¢�,►;cr� cP ¢ �` ar"P see .-,ofc % �r7tai^ 1 J� n�l� pr7 i CrrODYC' //70 /'74re--c7bOr7< PO4 r7 W/fh r» /dl r7 7' oyj�'/a <vrn \ ` +(F�'yrot.�as v/o!JlYif,. /k"D.G: Grvcv¢s 5l7ou/d / �• ' i.da 4 /i1e read Oro!/a/ �`O 7`h�l CrGssyt�/.� i. PLAN �GfR Gar�fcr Of h'.t/'urr7 —%y0a 2 Alr'y rviG,:nn S; a w0/L -yr k1W7C P-Dvid¢ -5'r..ir: wo/k /=%Nyrr_tc cpprLz. G!a ` G.G,�-� L�'cdoir7ir� wo// Sac r. orc 4 , CT i G _ - T�orrs%sf;cn vcriQS S24 Hofer Z .M:j17/pC.r-rype IMidblQce -ry NCTES /• S¢ct�Cr• orad doto /5 for rnio'b 7PJ p/ -u s/rri %/ 7- conn¢,- e;" /-a .10'41,--17 rV r ? �. /F0 /c, 0. A.nr,x"rnuIn. L¢rjc/Ih /s� .r �- L car6� 6r 2 �. 7/-0n5it/0n s/oP¢ / max%rrl�irll /i2 soar rt) 4. Norraw nor&wc ys yvi// I-e70i/a insto//ot7br) of 0 r-Or»P sim;/o�- t 0 coI^�binofi0/7 0 Ty Pa /I 1 Sht. 2 of 2 Droen w, /J ho f Do?* j Approved Approv.6 87 p checked STD Cee• `fQ�� uDl W—ks Director Data _ PLAN 132B 5'Sd I cE /Porno s¢¢ nGfrt /troi9rf Ramo grodo cry rpm / Lar/dirJc 5/d¢wo/K b¢y0r�d iA: per ft. VG jir11. i \ r J s baVC/ i-5¢�,►;cr� cP ¢ �` ar"P see .-,ofc % �r7tai^ 1 J� n�l� pr7 i CrrODYC' //70 /'74re--c7bOr7< PO4 r7 W/fh r» /dl r7 7' oyj�'/a <vrn \ ` +(F�'yrot.�as v/o!JlYif,. /k"D.G: Grvcv¢s 5l7ou/d / �• ' i.da 4 /i1e read Oro!/a/ �`O 7`h�l CrGssyt�/.� i. PLAN �GfR Gar�fcr Of h'.t/'urr7 —%y0a 2 Alr'y rviG,:nn S; a w0/L -yr k1W7C P-Dvid¢ -5'r..ir: wo/k /=%Nyrr_tc cpprLz. G!a ` G.G,�-� L�'cdoir7ir� wo// Sac r. orc 4 , CT i G _ - T�orrs%sf;cn vcriQS S24 Hofer Z .M:j17/pC.r-rype IMidblQce -ry NCTES /• S¢ct�Cr• orad doto /5 for rnio'b 7PJ p/ -u s/rri %/ 7- conn¢,- e;" /-a .10'41,--17 rV r ? �. /F0 /c, 0. A.nr,x"rnuIn. L¢rjc/Ih /s� .r �- L car6� 6r 2 �. 7/-0n5it/0n s/oP¢ / max%rrl�irll /i2 soar rt) 4. Norraw nor&wc ys yvi// I-e70i/a insto//ot7br) of 0 r-Or»P sim;/o�- t 0 coI^�binofi0/7 0 Ty Pa /I 1 Sht. 2 of 2 Droen w, /J ho f Do?* j Approved Approv.6 87 p checked STD Cee• `fQ�� uDl W—ks Director Data _ PLAN 132B 5'Sd I cE