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