HomeMy WebLinkAboutAgenda Report - August 18, 1993 (56)i -
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Plans and Specifications and Advertisement for Bids for
Construction of Electric Substructures (EUD 93-3)
MEETING DATE: August 18, 1993
SUBMITTED BY: Electric Utility Director
RECOMMENDED ACTION: That the City Council approve the plans and specifica-
tions and authorize advertisement for bids for the
construction of electric substructures.
BACKGROUND INFORMATION: The electric substructures will be installed across Elm
Street west of Ham Lane and in the parking lot of
Lakewood Mall. The substructures -will be utilized by the
Electric Utility Department to install a new cable system .
which will replace an existing and failing direct -buried high voltage system that
serves a portion of the shopping center.
The bid opening date has been set for Thursday, September 2, 1993.
FUNDING: The estimated cost of this improvement, $13,500, is included
in the Department's 1993-94 fiscal year budget.
1
HenrHenr-Rice
Electric Utility Director
Prepared by: Mel Grandi, Electrical Engineer
c: Asst. Electric Utility Director
Purchasing Officer
City Attorney
APPROVED.
THOMAS A. PETERSON recyciec paper
City Manager
CC -1
CCEUD93.3/CO.COM
CITY OF LODI
ELECTRIC UTILITY DEPARTMENT
CITY OF LODI
ELECTRIC UTILITY DEPARTMENT
Plans and Specifications
for
ELECTRIC SUBSTRUCTURES
ELM ST. BETWEEN
PACIFIC AVE. &.HAM LN.
EUD 93-3
August 1993
�7
TABLE OF.CONTENTS
FOR
SPECIFICATIONS
STANDARD PLANS
117 SIDEWALK REPAIR
501A PIPE BEDDING & BACKFILL
506 TRENCH STRUCTURAL SECTION REQUIREMENTS
W.O. 94030 CONDUIT INSTALLATION DETAILS
ELM STREET BETWEEN PACIFIC AVENUE & HAM LANE
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
PAGE
SECTION
1
NOTICE INVITING BIDS
1.1
SECTION
2
INFORMATION TO BIDDERS
2.1
SECTION
3
BID PROPOSAL
3.1
SECTION
4
CONTRACT
4.1
SECTION
5
GENERAL PROVISIONS
5.1
SECTION
6
SPECIAL PROVISIONS
6.1
STANDARD PLANS
117 SIDEWALK REPAIR
501A PIPE BEDDING & BACKFILL
506 TRENCH STRUCTURAL SECTION REQUIREMENTS
W.O. 94030 CONDUIT INSTALLATION DETAILS
ELM STREET BETWEEN PACIFIC AVENUE & HAM LANE
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
SECTION 1
NOTICE INVITING BIDS
CITY OF LODI, CALIFORNIA
Sealed proposals will be received by the Purchasing Officer,
Lodi City Hall, 221 W. Pine Street, P.O. Box 3006, Lodi,
California, 95241-1910, until 11:00 A.M. on Thursday, September
2, 1993. At that time, -the proposals will be publicly opened
and read in the City Hall Conference Room, 221 W. Pine Street,
Lodi, CA for performing the following described work and other
incidental and related work, all as shown on the plans and
specifications for the above project.
Excavation of approximately 450 feet of trench
Excavate for City furnished vault
Installation of 450 feet of City furnished conduit
Installation of concrete pad
Removal and installation of asphalt and concrete as
specified and necessary to complete the project
Backfill and compact all trench and vault excavation
Take part in pre -construction meeting at the jobsite
prior to the start of the construction
The Contractor agrees to commence work within 15 calendar days
after both parties have signed the contract and to complete the
work within 20 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 pay as provided for in
Section 1773.8, apprenticeship or other training programs
authorized by Section 3093 and similar purposes applicable to
the work to be done. Said wages 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 or 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 subcontractor to
insure that the prevailing wage rates of concern are current and
paid to the employee.
1.1
ELECTRIC SUBSTRUCIURES - EUD 93-3 08/10/93
s
0
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 for 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 classification most closely
related to it as 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 submit bids in response to this
invitation and will not be discriminated against.
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 Section 22300
of the Public Contract Code of the State of California.
The Contractor may be required to submit copies of payroll
records.
The plans, specifications and contract documents are available
for $25 (nonrefundable) at the office of the Electric Utility
Director, City Hall, 221 W. Pine Street, P.O. Box 3006, Lodi,
California, 95241-1910, (209) 333-6762. A set of plans,
specifications and contract documents will be mailed upon
receipt of $30 (nonrefundable).
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 contractor's license appropriate to perform the
described work.
The City Council reserves the right to reject any or all bids
and to waive any informality in the completion of such forms,
and to award to the lowest responsible bidder.
By Order of the City Council
JENNIFER L. PERRIN
City Clerk
1.2
ELEC'T'RIC SUBSTRUCTURES - EUD 93-3 08/10/93
SECTION 2
INFORMATION 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 may 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 DOCUMENTS AND SITE OF WORK
The bidder is required to examine carefully the sites,
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 is 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 agraed that submission of a
bid proposal shall be considered prima facie evidence that the
bidder has made such examination.
If omissions, discrepancies or apparent errors are found in the
plans and specifications prior to the date of bid opening, the
bidder shall submit a written request for a clarification, which
will be given in the form of addenda to all bidders if time
permits.
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 BIDDING DOCUMENTS
A. Proposal For - All proposals must be made on the forms
provided with this set of specifications. Bids not
presented in this form shall be disregarded. All proposals
must be signed by the Bidder. If the bidder is a
corporation, the corporation's seal must be used.
Each proposal shall include all addenda or clarifications
2.1
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
issued during the bidding period acknowledged by the
bidder's signature thereon. Failure to so include or,
acknowledge an addendum or clarification will result in the
proposal being rejected as not responsive.
B. List of Proposed Subcontractors - Any subcontractor doing
work in excess of 1/2 of 1 percent of the total contract
price shall be designated on the form provided in
accordance with Sections 4100 et seq. of the Government
Code.
C. 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 10% 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.
All bidder's guarantee 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.
2.500 REJECTION OF PROPOSALS CONTAINING ALTERATIONS.
'ERASURES OR IRREGULARITIES
Proposals may be rejected if they show any alterations of form,
additions not called for, conditional or alternative bids,
incomplete bids, erasures or irregularities of any kind.
rhe right is reserved to reject any and all proposals.
2.600 _PREVAILING WAGE RATES/LABOR CODE REQUIREMENTS
A. Prevailing Wage Rates
Bidders are notified that the contractor to whom the
contract is awarded, and any subcontractor under them, must
pay the general prevailing wage rates as ascertained from
time to time by resolution of the City Council. in
accordance with the provisions of Section 1773 of the Labor
Code, the Director of the 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 pay as provided for in Section 1773.8,
apprenticeship or other training programs authorized by
Section 3039, and similar purposes appt,.cable to the work
2.2
ELECTRIC SUBSTRUCTURES - EUD 93-3 03/10/93
to be done. Said rates are available through the Electric
Utility Department, City of Lodi, City Hall, 221 West Pine
Street, Lodi, California 95240.
The contractor performing the work shall be responsible for
obtaining a copy of the State wage rate determination. The
contractor shall be responsible for posting said wage rate
at a prominent location at the work site and shall maintain
same in a good, readable condition for the duration of the
work. In those projects where Federal funds are involved,
as indicated by. the inclusion, of Federal wage
determinations in the project "Instructions to Bidders„,
the minimum wages to be paid shall be the highest of either
the State or Federal prevailing wage rates.
Should the contractor choose to work on a Saturday, Sunday
or on a holiday recognized by the Labor Unions, the
contractor shall reimburse the City of Lodi the actual cost
of engineering, inspection, superintendence, and/or other
overhead expenses which are directly chargeable to the
contract. Should such work be undertaken at the request of
the City, reimbursement will not be required.
B. Payroll Records
The prime contractor to whom the contract is awarded shall
insure that they and each subcontractor will, in accordance
with Section 1776 of the Labor Code, maintain certified
payroll records. It shall be the prime's responsibility to
obtain copies of the current prevailing wage rate
determination for all subcontractors upon request. The
contractor shall submit copies of all weekly payrolls to
the Engineer.
C. Labor Code Section 1776
1) Each contractor and subcontractor shall keep an
accurate payroll record, showing the name, address,
social security number, work classification, straight
time and overtime hours worked each day and week, and
the actual per diem wages paid to each journeyman,
apprentice, worker, or other employee employed by him
or her in connection with the public work.
2) The payroll records enumerated under subdivision (1)
shall be certified and shall be available for
inspection at all reasonable hours at the principal
office of the contractor on the following basis:
a) A certified copy of an employee's payroll record
shall be made available for inspection or
furnished to the employee or his or her
authorized representative on request.
2.3
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
b) A certified copy of all payroll records
enumerated in subdivision (1) shall be made
available for inspection or furnished upon
request to the City, the Division of Labor
Standards Enforcement, and the Division of
Apprenticeship Standards of the Department of
Industrial Relations.
C) A certified copy of all payroll records
enumerated in subdivision (1) shall be made
available upon request by the public for
inspection or copies thereof made; provided,
however, that a request by the public shall be
made through either the City, the Division of
Apprenticeship Standards, or the Division of
Labor Standards Enforcement. If the requested
payroll records have not been provided pursuant
to paragraph 1), the requesting party shall,
prior to being provided the records, reimburse
the costs of preparation' by the contractor,
subcontractors, and the entity through which the
request was made. The public shall not be given
access to the records at the principal office of
the contractor.
3) Each contractor shall file a certified copy of the
records enumerated in subdivision (1) with the entity
that requested the records within 10 days after
receipt of a written request.
4) Any copy of records made available for inspection as
copies and furnished upon request to the public or any
public agency the City, the Division of Apprenticeship
Standards, or the Division of Labor Standards
Enforcement shall be marke=d or obliterated in such a
manner as to prevent disclosure of an individual's
name, address, and social security number. The name
and address of the contractor awarded the contract or
performing the contract shall not be marked or
obliterated.
5) The contractor shall inform the City of the location
of the records enumerated under subdivision (1),
including the street address, city and county, and
shall, within five working days, provide a notice of
a change of location and address.
6) In the event of noncompliance with the requirements of
this section, the contractor shall have 10 days in
which to comply subsequent to receipt of written
notice specifying in what respects the contractor must
comply with this section. Should noncompliance still
be evident after the 10 -day period, the contractor
shall, as a penalty to the State or political
2.4
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
subdivision on whose behalf the contract is made or
awarded, forfeit twenty-five dollars ($25) for each
calendar day, or portion thereof, for each worker,
until strict compliance is effectuated. Upon the
request of the Division of Apprenticeship Standards or
the Division of Labor Standards Enforcement, these
penalties shall be withheld from progress payments
then due.
2.700 AWARD OF CONTRACT
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.
In case of tie bids, the tie will be broken by a coin toss,
conducted by the City Purchasing Officer. Tie bidders will be
notified and may be present.
"Lowest responsible bidder" refers to not only the attribute of
trustworthiness, but also to the quality, firmness, and capacity
of the low monetary bidder to satisfactorily perform the
proposed work. If the Council determines to award a contract to
other than the lowest monetary bidder, the City shall:
1. Notify the lowest monetary bidder;
2. Give the lowest monetary bidder an opportunity to know the
reason why he/she is not considered the lowest responsible
bidder;
3. Give the lowest monetary bidder an opportunity to ask for
a pre -award hearing before the City Council.
Where alternate bids are received, the City Council reserves the
right to select the bid most advantageous to the City. The
award, if made, will be made within forty-five (45) 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.
2.800 EXECUTION OF CONTRACT
The contract shall be signed by the successful Bidder and
returned, together with the contract bonds, within ten (10)
working days, after the Bidder has received notice that the
contract has been awarded. No proposal shall be considered
binding upon. the City until execution of the contract.
Failure to execute a contact and file acceptable bonds as
provided within ten (10) 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. The City may elect to adjust the start of
working days as described in Section 6-04.03 to account for
delays in executing the contract.
2.5
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
The successful bidder acknowledges, upon signing the contract,
that the time of completion of the contract is reasonable.
2.900 CONTRACT BONDS
The contractor shall furnish two good and sufficient bonds:
1. A faithful performance bond in the amount of one hundred
percent (100%) of the contract price; and
2. A labor and materials bond in the amount of fifty percent
(50%) of the contract price.
These bonds will be required at the time the signed contract is
returned to the City.
2.1000 NOTIFICATION OF SURETY COMPANIES
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 to 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.
2.1100 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.
2.1200 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
acts amendatory thereof.
2.1300 DRUG-FREE WORKPLACE POLICY
The City of Lodi has adopted a drug-free workplace policy. This
policy is attached as Exhibit A and made a part of the
Information to Bidders. As a pre -condition to receiving a
contract which use Federal funds, the Contractor must certify
that he/she will provide a drug-free workplace and comply with
the city's drug free workplace policy.
2.6
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
SECTION 3
BID PROPOSAL
CITY OF LODI
Date:
To the Lodi City Council
Lodi City Hall
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
The undersigned declares that the sites have 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, 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 requirements under them of the
Engineer, and will take in full payment therefor the following
unit and total prices, to -wit:
The work consists of the following and other incidental and
related work, all as shown on the plans and specifications for
the above project:
BID ITEMS
ITEM
EST'D
NO.
DESCRIPTION
UNIT
QTY.
UNIT PRICE
TOTAL PRICE
1.
Cut and Remove Blacktop
LF
400
$
$
2.
Excavate Trench, Install
LF
450
$
$
Conduit, Backfill,
Compaction
3.
Excavation for vault,
-
1
$
$
Backfill, Compaction
4.
Sidewalk Removal/Replacement
SP
54
$
$
and Install Concrete Trans-
former Pad
S.
Blacktopping
A. Street
LF
60
$
$
B. Parking Lot
LF
340
$
$
TOTAL BID
$
3.1
ELECTRIC SUBSTRUCTURES -- EUD 93-3 08/10/93
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 terms 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 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 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 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 collusion 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 this Bid Proposal or in
the contract proposed to be made, or in the supplies, work or
3.2
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
business to which it relates or in any portions of the profits
thereof.
All representations made herein are true and are made under
penalty of perjury.
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 of the total
amount of this bid or, on a street, highway or bridge project,
work in excess of one-half of one percent or $10,000, whichever
is greater. The undersigned agrees that any portions of the
work in excess of the specified amounts shown above and for
which no subcontractor is designated herein, will be performed
by the undersigned.
Name of Subcontractor Address Description of Work
(Attach additional sheets if needed.)
The Undersigned is licensed in accordance with the laws of the State
of California, License No. Classification
License Expiration Date
Federal Contractor/Employer I.D. No.
Dated:
Bidder
Authorized Signature
Title
TYPE OF ORGANIZATION
Individual, Partnership or
Corporation
Address
, 19_
(Affix corporate seal if Corporation)
3.3
Telephone
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
y
SECTION 4
CONTRACT
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the City of Lodi, State of
California, herein referred to as the "City," and
, 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 July 1992 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 mentioned 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, the
Contractor agrees with the City, at Contractor's cost and
expense, to do all the work and furnish all the materials except
such as 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.
ARTICLE II - 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 according to the terms and conditions for the
price herein, and hereby contracts to pay the same as set forth
4.1
ELECTRIC SUBSTRUCTURES - EUD 93-3
08/10/93
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 responsibility
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 all
materials and for doing all the work contemplated and embraced
in this agreement; also 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 diffic-,lties or obstructions
which may arise for 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:
The work consists of the following and other incidental and
related work, all as shown on the plans and specifications for
the above project.
BID ITEMS
ITEM EST'D
NO. DESCRIPTION UNIT QTY. UNIT PRICE TOTAL PRICE
1.
Cut and Remove Blacktop
LF
400
$
$
2.
Excavate Trench, Install
LF
450
$
$
Conduit, Backfill,
Compaction
3.
Excavation for Vault,
-
1
S
$
Backfill, Compaction
4.
Sidewalk Removal/Replacement
SF
54
$
$
and Install Concrete Trans-
former Pad
5.
Blacktopping
A. Street
LF
60
$
$
B. Parking Lot
LF
340
$
$
TOTAL BID
$
4.2
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
-ARTICLE V - By my signature hereunder, as Contractor, I certify
that I 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 to undertake self-
insurance in accordance with the provisions of that code, and I
will comply with such provisions before commencing the
performance of the work of this contract.
AARTICLE VI - It is further expressly agreed by and between the
parties hereto that, should there be any conflict between the
terms of this instrument and the Bid Proposal 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 Special Provisions. All labor or materials
not mentioned specifically as being done by the City will be
supplied by the Contractor to accomplish the work as outlined in
the specifications.
ARTICLE VIII - The Contractor agrees to commence work pursuant
to this contract within 15 calendar days after the Mayor has
executed the contract and to diligently prosecute to completion
within 20 WORKING DAYS.
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME
OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR
AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN
SECTION 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 written below.
CONTRACTOR: CITY OF LODI
BY:
Title
(CORPORATE SEAL)
4.3
By:
Mayor
Date:
Attest:
City Clerk
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
GENERAL PROVISIONS
5-100 SCOPE OF WORK
5-101 Work to be Done The work to be done
consists of furnishing all labor, materials,
methods and processes. implements. tools and
machinery, except as otherwise 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 Me parties 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 Lodi reserves the right 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
Engineer.
5-103 Extra Work New and unforeseen work
w,11 be classed as extra work when such work
cannot be covered by any of the 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
Work". of these General Provisions.
5-104 Cleanin U The Contractor shall not
a ow t o site o the work to become littered with
trash and waste material, but shall maintain the
-ame in a neat and orderly condition throughn "
the construction period. The Engineer shall ha -la
the right to determine what is or is not waste
material or rubbish and the place and manner of
disposal.
The Contractor shall remove and dispose of all
trees designated by the City Engineer as
obstructions to the proper completion of the work.
Upon completion and before making 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 rubbish, excess materials,
temporary structures, and equipment; and all parts
of the work shall be left in a neat and
presentable condition, acceptable to the =^gineer.
5-200 CONTROL OF WORK
5-201 Authorit of the Cit Engine— The
City Engineer Sha ectde any and a I estions
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;
all questions as to the acceptable fulfillment of
the contract on the part of the Contractor; and
all questions as to claims and cnmpensation.
5.1
The City Engineer's decision shall be final. The
City Engineer shall have executive authority to
enforce and make effective such decisions and
orders as the Contractor fails to carry out
Promptly.
5-202 Plans All authorized alterations
a ectinq 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 pians 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
details. 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
Ailowaooe ueviations Work and materials shat'
7 --'form to the Ines, grades, cross sectinns
d- ensions and material requirements, includim,
to'erances, shown on the pians or indicated in thr
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
ine plans and specifications including all
supplementary documents are essential parts of the
contract and a requirement occurring in one is as
binding as though occurring in ail. They are
intenoed to be cooperative, to describe. and to
provide for a complete work.
Plans shall govern over Special Provisions.
Special Provisiens shall govern over General
Provisions. General Provisions shall govern over
Standard Specifications and Standard Plans.
5-205 Interpretation of Plans and Specifications
Should it appear that the work tie done, or 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 interpretation as part of the
contract so far as may be consistent with the
intent of the original specifications. In the
event of doubt or questions relative to the true
meaning of the contract documents. reference shall
be made to the City Engineer, whose decision
thereon shall be final.
In the event of any discrepancy between any
drawing and the figures written thereon. the
figures shall be taken as correct.
5-206 Order of Work When required by the
Dec -a rov-sions or plans, the Contractor shall
fellow 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 items of
work. and no additional compensation will be
allowed therefor.
5-207 Plans and Specifications on Job Site A
completed, approved set of plans, spec- -cations
and change orders shall be kept on the job site
and availab;e at all times. Non-availability
shall be deemed a cause for temporary suspension
of work.
5-208 Superintendence Before starting work,
the Contractor s a designate in writing in
authorized representative who shall have the
authority to rriresent 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 wirk 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
Airection. orders will 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 will be made 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 toe lines
and grades required for the completion the work
specified in the plans and specification
Three consecutive points shown on the sar, rate of
slope must -be used in common in order .o 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.
5.2
The Contractor shall give at least 24 hours notice
when the services of the City Engineer are
required for laying out any portion of the work.
Stakes and points set by the Engineer shall be
carefuil_- preserved by the Contractor until
authorized to remove them by the City Engineer.
In case such stakes and points are destroyed or
damaged. they will 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.
5-2:0 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 intentions of the
specifications, the General Provisions. and the
plans. All work done and all 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 in 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. Work 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
Eng-r�er or that pavment therefor has br=-
included in a progress estimate.
The projects financed in whole or in parts 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 !-%croac4ment permit shall be subject to
County inspection.
5-211 Removal of Defective and Unauthorized
Work All work which is defective in its
construction or deficient in any of the
requirements of these specifications shall be
remedied, or removed and replaced by the
Contractor in 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 established by the City Engineer, or
any extra work done without written authority,
will be considered as unauthorized and will not wP
paid for.
Upon failure on the part of the Contractor to
comoIy forthwith with any order of the City
Engineer made v ider the provisions of this
section, the City Engineer shall have authority to
cause defective work to be remedied. or removed
anu replaced. and unauthorized work to be removed
and to deduct the costs there,)f from any a:oneys
due or to become due to the Contractor.
5--12 Final Inspection Whenever the work
provided and contemplated by the contract shall
have been satisfactorily completed and the final
cleaning up performed. and the City Engineer
notified in writing, the City Engineer will make
the final inspection.
5-300 CONTROL OF MATERIALS
5-301 Source of S%plh and Quality of 44teri_als
e ontractor aha �rnrs a materials
rewired 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 be incorporated in the
work.
The materials furnished and used ihall be new.
except as may be provided elsewhere in these
specifications ,r the rrans. The materials shall
be manufactured, handle -z and used in a manner to
insure completed work in accordance with the plans
and specifications.
Manufacturer'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
coi sencement of the • nrk.
5-302 Samples an. rests At the option of the
City Engineer, 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 su-bmitteci by the Contractor or
pr -fluter of all materials to be used in the work
fc testing or examination as desired by the City
Engineer.
Ail tests of materials furnished by the Contractor
shall be made in accordance with commonly
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 the City Engineer,
without charge. No material shall be used until
it has been approved -by the City aineer.
Samples will be secured and testee lenever
necessary to determine the quality of mate _al.
5-303 Defective Materials All mater s not
conforming to the requirements of these
specifications shall be considered as defective,
and all such materials, whether in place or not.
shall be rejected and shall be removed immediately
from the site of the wort unless otherwise
permitted by the City Engineer.
5.3
No rejected materials, the defects of which have
been subsequently corrected, shall be used until
approved in writing by the City Engineer.
Upon failure on the part of the Contractor to
comply with an order of the City Engineer made
under the provisions of this section, the City
Engineer shall have authority to , ve and
replace defective material and to deduct the cost
of removal and replacement from any moneys due or
to become due the Contractor.
5-304 City -furnished Materials Materials
urnisnea by the ty wr 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 pans 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. Tu,
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 RESPONSIBILITIES
5-401 Laws to be Observed The Contractor
shall keep him/herseif fully informed of all
existing and future State and National laws and
all municipal ordinances and reg0 ations of the
City of Loci 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
.a.
decrees of bodies or tribunals having any
jurisdiction or authority over the same.
5-402 Labor Discrimination Attention is
directed to Section 1735 of [Fie Labor Code which
reads as follows:
1735. No 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
1420. and every Contractor for public works
violating this section is subject to all the
penalties imposed for a violation of this
chapter.
5-403 permits and Licenses Except as
otherwise provided. the ontractor shall procure
all permits and licenses, pay all charges and
fres and give all notices necessary and
ii.z:cental to the due and lawful prosecution of
the wort.
5-404 Contractor's Licensin Laws Attention
is directed to the provisions o Chapter 9 of
Division 3 of the Business and Professions Code.
concerning the licensing of contractors.
All bidders and contractors shall be licensed in
accordance with the laws of the State of
California 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 responsibilitles arising frnm the use of
patented materials, equipment, devices or
processes used on or incoroorated in the work.
5-406 Safet o
prvisions The Contractor shall
conform .o the ru es and regulations pertaining to
safety established by the California Division '
Industrial Safety.
5-407 Public Convenience and Safe'- The
Contractor shall so conduct the operation as to
cause the least possible obstruction and
inconvenience to public traffic. Unless other
existing streets are stipulated in the Special
Provisions to be used as detours, all traffic
shall be permitted to pass through the work.
Residents along the road or street shall be
provided passage as far as practicable.
Coovenient access to driveways, houses and
baiidings along the road or street shall be
maintained and temporary crossing shall be
prsvided and maintained to good conoi—on. Not
more than one cross or intersecting st• - or road
shall be closed at any one time w _pout the
approvsl of the City Engineer.
The Contractor shall furnish, erect ana maintain
such fences, barriers, lights, sins and flag
persons 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
co-aditions to be encountered as a result thereof,
;nd shall also erect and maintain such warning and
directional cions as may be ftirnished by the City.
5.4
Signs, lights. flags and other warning and safety
devices shall conform to the requirements set
forth in the current "lianual of Naming Signs.
Lights and Devices for Use in Performance of Work
upon Highways.' issued by the State of California
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 times when construction operations
are suspended for any reason. the Contractor shall
remove ail equipment and other obstructions from
that portion of the roadway open 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.
5-408 Preservation 2fPropM
ty Due care
shall e exercised to avo 17 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
h•ought_ to the_Contractor:s atteption_ duringg��the
th
contract, within or adjacent to e A3ghiiay,
within or adjacent to the highway, shall be
protected from injury or damage; and if ordered by
the Engineer, the Contractor shall provide and
install suitable safeguards, approved by the
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,
materials. tools, equipment and incidentals. and
for doing all the work involved in protecting or
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 Responsibility for Damage The City of
Lodi, the Lity Louncil, ail officers and employees
or agent shall not be answerable or accountable in
any manner for any loss or damage 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 3creotanc
low
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
trising 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 Cootractor's Res nsibllit or frk
xcept as prove s vee unt t ocorma
acceptance of the work by the City Council, the
Contractor shall have the charge and care thereof
and shall bear the risk of injury or damage to any
part thereof by the action of the elements or `rom
any other cause, whether arising from the
execution or from the nonexecution of the work.
The Contractor shall rebuild, repair, restore and
,it good all injuries or damages to any portion
of the work occasioned by any of the above causes
before final acceptance and shall boar the
expenses thereof, except such Injuries. or damages
occasioned by acts of the federal Government or
the public enemy.
5-411 No Personal Liability Neither the City
Council. the EJty. ngineer, nor any other officer
or authorized assistant or agent or employee shall
be personally responsible for any liability
arising under the contract.
5-412 Res Sibtlit of CfThe City of
I
Shall
a not a responset a for the care or
protection of any material or parts of the work
prior to final acceptance. except as expressly
provided In these specifications.
5-413 insurance Re irements for Contractor
The Contractor s s to a out an ma nta n during
the life of this contract, insurance coverage as
listed below. These insurance policies shall
peotect the Contractor and any subcontractor
performing work covered by this contract from
claims for damages for personal Injury, including
accidental death, as well as from claims for
property damages, which may arise from
Contractor's operations under this contract.
whether such operations be by Contractor or by any
subcontractor or by anyone directly or indirectly
empio)ed by either of them, and the amount of such
insurance shall be as follows:
1. COMPRENENSiYE GENERAL LIABILITY
51.000,000 Bodily Injury -
to. Occurrence/Aggregate
$1.000.000 Property Damage -
Ea. Occurrence/Aggregate
or
51,000,000 Combined Single Limits
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000.000 Property damage - Ea. Orcurrence
or
51,000,000 Combined Single Limits
A ropy of the certificate of insurance with the
following endorsements shalt be furnished to the
f„ity:
(a) Additional Named Insured Endorsement
5.5
Such insurance as is afforded by this policy
shall also apply to the City of todi. Its
elected and appointed Boards. Commiissions.
Officers. Agents and Employees as additional
named insureds insofar as work performed by
the Insured under written contract with the
City of Lodi. (This endorsement shall be on a
form furnished to the City and shall be
included with Contractor's policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the
endorsement for the Additional insureds shall
apply as primary insurance. Any other
insurance maintained by the City of Lodi or
its officers and employees shall be excess
only and not contributing with the insurance
afforded by this endorsement.
(c) Severability 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 Change in Coverage
ndorsement
This policy may not b! 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, P.O. Box 3006.
Lodi. CA 95241.
(e) Contractor agrees and stipulates that any
insurance coverage provided to the City of
Lodi shall provide for a clalms period
following termination of coverage which Is at
least consistent with the claims period or
statutes of limitations found in the
California Tort Claims Act (California
Government Code Section 810 et seq.).
"Clafrs made' coverage requiring the insureds
to give notice of any potential liability
during a time period shorter than that found
In the Tort Claims Act shall be unacceptable.
5-414 Compensation_ Insurance_ The Contractor
l
shaltae out an maintJ n during the life of
this contract, Worker's Compensation Insurance for
all of Contractor's employees employed at the site
of the project and, if any work is sublet.
Contractor shall require 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 and 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 days' prior written notice of
such cancellation or reduction in coverage to the
City Attorney, City of Lodi. P.O. Box 30011, Ludi,
CA 95241.
5-415 Guarantee and toarranty In addition to
guarantees reqjlred in other provisions of the
contract, Contractor shall, and hereby does,
guarantee and warrant all work for a period of one
ye•• after date of acceptance or work by the City
an^ shall repair or replace any or all such work,
together with any other work which may he
disniaced in so fining, that may prove defective in
woreman%hip anti/or materials within one-year
period frnm date of acceptance without erpem%e
rnr•Spever in the City, irdinrry roar 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 expense of the
Contractor who hereby agrees to pay costs,
penalties and charges therefor immediately on
demand.
If. in the opinion of the Engineer. defective 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. If the
Contractor cannot be contacted or does not comply
with the Engineer's request for correction within
a reasonable time as determined by the Engineer,
the City may, notwithstanding the provisions of
this section. proceed to make such correction or
provide such attention and the costs of such
correction or attention shall be charged against
the Contractor. Such action by the City will_not
relieve the Contractor of the guarantees provided
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 specified nor on any items for which a
manufacturer gives a guarantee for a longer
period, nor does it limit other remedies of the
City in respect to latent defects, fraud or
implied warranties.
5-416 Cooperation Should construction be
underway by other agencies or by other contractors
within or adjacent to the limits for the work
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 phases 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 shall keep the work under control.
Subcontractor will not be recognized as such and
all persons engaged in the work of construction
will be considered as employees of the Contractor,
and their work shall oe subject to the provisions
of the contract and specifications.
Where a portion of the work subcontracted vv the
Contractor is not being prosecuted in i nner
satisfactory to the City Engineer, the
subcontractor shall be removed immediately )n the
requisition of the City Engineer and shall not
again be employed on the work.
5.6
5-502 Assignment The performance of the
contract may not be- assigned. except upon written
consent of the City. Consent will not be given to
any proposed assignment which would relieve the
original Contractor or Contractor's surety of
their responsibilities 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 Work Personnel If any
subcontractor or person employed by the Contractor
fails 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 disorderly or
improper manner, that person shall be discharged
immediately on the requisition of the City
Engineer, and such person shall not again be
employed on the work.
5-506Temoorar Suspension of Work The City
Engineer aha nave the authority to suspend the
work wholly or in part. for such period as City
Engineer may 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 necessary, due to the failura on
the part of the Contractor to carry out orders
given, or to perform any provisions of the
contract. The Contractor shall immediately obey
such order 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 be
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 t"^
occurrence of such unsuitable weather conditions
had the Contractor diligently prosecuted the work
when weather conditions 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 and liquidate
Damages t is agree y the ontractor Qt
in
case ail 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 City of Lodi, and that it
is and will be impracticable to determine the
actual damage which the City will sustain in the
event of and by reason of such delay; and it is
'herefore agreed that the Contractor will pay to
the City of Lodi the sum as specified in Section
6-04.03 "Beginning of Work, Time of Completion and
Liquidated Oamages' per day for each and every
day's delay beyond the time prescfibed 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
Lodi may deduct the amount thereof from any moneys
due or that may become due the Contractor under
the contract.
It is further agreed that in case the work called
for under the contract is not finished and
completed in all parts and requirements within the
time specified. the City Council shall have the
right to extend the time for completion or not. as
may seem best to serve the interest of the City;
and if it decides to extend the time limit for the
completion of the contract, it shall further have
the right to charge to the Contractor,
Contractor's heirs. assigns or sureties. and to
deduct from the final payment for the work, all or
any part as it may deem proper, of the actual cost
of engineering. inspection, superintendence. and
other overhead 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 included in such charges.
The Contractor shall not be assessed with
liquidated damages nor the cost of engineering and
inspection during any delay in the completion of
the work caused by acts of God or of the public
enemy, acts of the City. fire, floods. epidemics.
quarantine restrictions, strikes, freight
embargoes, and 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 Morni igent y is grounds for
-termination of the Contractor's control over tr-
.. rk by the City of Lodi as provided in Secticn
14394 of the Government Code of the State of
California.
5-509 Richt-of-Wav The necessary
rignts-or-way aria 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 Contractcr outside of
the limits of right-of-way, unless otherwise
provided in the Special Provisions.
5-600 MEASUREMENT, ACCEPTANCE AND PAYMENT
5-601 progress +avments The City Engineer,
once eacn mont a ter actual constructir,- .ork is
started, shall make an estimate as to - • total
amount of the work done and materials fur—shed by
the Contractor to the last day of the =ceding
month.
5.7
! City of Lodi shall retain 10 percent of the
timated value of said work and the balance less
.ny previous payments shall be paid to the
_ontractor.
The retained percentage as specified above will be
held by the City and will be due and payable to
the Contractor 30 days after filing of notice of
completion, provided no liens have been filed.
5-602 Substitution of Securities for Withheld
Amount Pursuant to Section 2Z300 of the Public
Con -tract Code of the State of California,
securities may be substituted for any moneys
withheld by a public agency to ensure performance
under a contract. At the request and expense of
the Contractor. securities equivalent to the
amount withheld shall be deposited with the public
agency, or with a state or federally chartered
bank as the escrow agent. who shall pay such
moneys to the Contractor upon satisfactory
completion of the contract.
5-603 Final Acceptance of the Work The
Contractor will notify the Engineer in writing of
the completion. The Engineer will check as to the
actual completion, and when satisfied will
recommend acceptance to the City Council. The
,late of completion will be the date of acceptance
of the work by the City Council.
5-604 Extra Work Extra work shall conform to
Section 4-1.030, of the Standard Specifications.
Payment for extra work will 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 be made by force
account as provided in Section 9-1.03 of the
Standard Specifications.
5-605 Notice of Potential Claim
This section supersedes Section 9-1.04 of the
July 1992 . Edition of the State of California,
Business and Transportation Agency. Department of
Transportation, Standard Specifications.
The Contractor shall not be entitled to the
payment of any additional compensation for any
cause including any act or failure to act by the
Engineer to the happening of any event. thing. or
occurrence unless the Engineer has been notified
in writino of a potential claim as hereinafter
specified; provided. however, that compliance with
this Section 5-605 shall not be a prerequisite as
to matters within the scope of the protest
provisions in Section 5-102. 'Alterations", or the
notice provisions in Section 5-507, "Time of
Completion and Liquidated Damages', nor to any
claim which is based on differences in
measurements or errors of computation as to
contract nuantities.
The written notice of potential claim shall state
the reasons the Contractor believes additional
compensation will or may be due. the nature of the
costs involved. and, insofar as possible. the
amount of the potential claim. The notice as
above required must have been given to the
Engineer prior to the time that the Contractor
shall have performed the work giving rise to the
potential claim for additional compensation, if
based on an act or failure to act by the Engineer,
or in ail other cases within 15 days after the
happening of the event, thing, or occurrence
giving rise to the potential claim.
It is the intention of this Section 5-605 that
differences between the parties arising under and
by virtue of the contract be brought to. the
attention of the Engineer at the earliest possible
time in order that such matters may be settled, if
possible. or other appropriate action promptly
taken. The Contractor hereby agrees that there
shall be no riqht to additional compensation for
any claim that may be based on any such act.
failure to act. event. thing, or occurrence for
which no written notice of potential claim was
filed.
5-605.5 Determination of Riohts
If the monetary amount of all the Contractor's
claims arising under or by virtue of the contract
does not exceed 525.000, such claims are subject
to determination or rights under the contract by a
hearing officer of the City Council of the City of
Lodi. The party seeking a determination of rights
shall give notice in writing of the claim to the
other party and to the City Council of the City of
Lodi, setting forth the facts on which the claim
is based. Such notice shall be given no later
than six months after the issuance of the final
r estimate.
The City'Council of the City of Lodi will appoint
a hearing officer to hear such claim within 60
days after such notice before completion of the
contract, unless the City consents to earlie-
appointment. The hearing officer will hear am•
determine the controversy and render a decision it
writing within 60 days after appointment. unless;
otherwise agreed to by the parties or unless for
good cause the hearing officer extends such time.
Each party shall bear its own costs and shall pay
one-half of the cost of the hear! -.q.
Rules and regulations adopted by the City Council
of the City of Lodi pursuant to Section 14380 of
the Government Code will govern the conduct of the
hearings. including requirements as to pleadings
and other documents to be filed. The rules and
regulations may be obtained from the City Council
of the City of Lodi.
Compliance with the notice requirements of this
section does not relieve the Contractor of
responsibility for complying with any notice or
protest requirement specified in these
specifications (e.g.. Sections 5-102,
"Alterations"; 5-507. "Time of Completion and
Liquidated Damages"; and 5-605, "Notice of
Potential Claim"), nor does compliance with the
notice requirements of this section relieve the
Contractor of responsibility for complying with
the claims submission requirements in Section
5-606, "Final Payment".
5.8
The notices required by this section shall be sent
as follows:
(a) to the City Council of the City of Lodi. P.O.
Box 3006. Lodi, California, 95241-1910; (b) to the
Department of Public Works, City of Lodi, P.O. Box
3006, Lodi, California, 95241-1910; and (c) to the
Contractor: such notices will be sent to the
business address set forth in the proposal.
If the address to which the notice to the City
Council of the City of Lodi or to the Department
is to be changed. the Department will notify the
Contractor in writing of such change. The
Contractor may change the address to which notices
are to be sent by giving the Department written
notification of such change of address.
5-606 Final Payment The City Engineer shall.
after 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 all 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 performance 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 any alterations of the same, shall
release the City of Lodi, the City Council, ar,
"11 officers and employees from any and all clair
-- liability on account of work performed unde-
the contract or any alteration thereof.
5-700 STANDARD SPECIFICATIONS
The work embraced herein shall be done in
accordance with the appropriate provisions of
construction details of the specifications
entitled, "State of California, Business and
Transportation Agency, Department of
Transportation. Standard Specifications. July
1992.," insofar as the same may apply, which
specifications are hereinafter referred to as the
Standard Specifications and !n accordance with the
following Special Provisions.
Whenever in the contract documents or
the Standard Specifications the
following terms are used, they shall be
understood to mean and refer to the
following;
Department of Transportation, or
Division of Highways - Department
of Public Works of the City of Lodi
Electrical Engineer - Mel Grandi
Director of Public Works - Public
b. Works Director and City Engineer
of the City of Lodi
G
Laboratory - The designated laboratory
authorized by the City of Lodi to test
materials and 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.
5.9
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
SECTION 6
SPECIAL PROVISIONS
ELECTRIC SUBSTRUCTURES
6-01 DESCRIPTION OF WORK
The work consists of installing one City furnished vault and
approximately 450 lineal feet of City furnished conduit in 450
lineal feet of trench and other incidental and related work, all
as shown on the plans and specifications for the above project.
The work to be done is shown on the following plans:
STANDARD PLANS
117 SIDEWALK REPAIR
501A PIPE BEDDING & BACKFILL
506 TRENCH STRUCTURAL SECTION REQUIREMENTS
W.O. 94030 CONDUIT INSTALLATION DETAILS
ELM STREET BETWEEN PACIFIC AVENUE & HAM LANE
6-02 OUANTITIES
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
class or portion of the work or to omit portions of the work
that may be deemed necessary or expedient by the 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 shall be deemed to be used for the
purpose of facilitating a description of the materials and
6.1
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
establishing quality, and shall be deemed and construed to be
followed by the words, "or approved equal." No substitution
will be permitted which has not been 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.
The City will furnish the following materials:
o Utility vault (See Section 6-86)
o Conduit with accessories (See Section 6-86)
The Contractor shall pick up all City furnished equipment at the
Municipal Service Center, 1331 S. Ham Lane between the hours of
8:00 a.m. to noon or 1:00 p.m. to 4:00 p.m. , except vault - see
Section 6-86 of these Special Provisions.
6-04 SCHEDULING PROJECT WORK
6-04.01 Scheduling Work Prior to any work, the
Contractor shall furnish the 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.
6-04.03 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 shall begin work within ten (10) days after
receiving notice that the contract has been approved by the
Mayor and shall diligently prosecute the same completion before
the expiration of
20 WORKING DAYS
The Contractor shall pay to the City of Lodi the sum of $100 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/CITY AUTHORITY
The City of Lodi has acquired the rights-of-way and easements in
which the improvements and appurtenances shall be located and
constructed.
6.2
ELECTRIC SUBSTRUCTURES - EUD 91-3 08/10/93
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.
in all electrical matters, where
"City Engineer", or "the Engineer",
mean and refer to the Electrical
representative respectively.
6-06 SPECIFICATIONS
6-06.01 General
the specifications refer to
they shall be understood to
Engineer and his designated
Section 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. Therefore, there are gaps in the numbering sequence.
Sections used contain either:
o Changes from Standard Specifications
o Additions to the Standard Specifications
o Repetition of the Standard Specifications for clarity
and/or emphasis
6-10 DUST CONTROL
6-10.01 Dust Control and Watering Dust control and watering
shall conform to the provisions in Sections 10 "Dust Control"
and 17 "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 five
hydrants within the project boundaries. The Contractor shall
furnish and use City approved hydrant wrenches.
Necessary precautions to prevent dust nuisance shall be taker
during all phases of construction, on non -working days, and to
final acceptance of the work.
Payment for dust control and watering shall a considered as
included in the various items of work and no additional
compensation will be allowed therefor.
6-12 TRAFFIC CONTROL
6-12.01 Traffic Control Traffic control shall co -form 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 MAINTENANCE WORK ZONES" published by Cal Trans.
Nothing in these Specifications to be construed as to reduce the
minimum standards set in said manual.
6.3
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
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 affect their
access. City Police and Fire Departments and Lodi Ambulance
Service shall be notified of parking restrictions and street
closures.
The City will furnish "No Parking" signs, which shall be posted
by the Contractor.
The Contractor shall be responsible for supplying, installing
and maints.Lning such fences, barriers, lights, signs and flagmen
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.
Upon 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, regulatory, and information signs shall be
maintained in a visible location during all phases of the
construction by the Contractor.
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 his own
barricades within three working days. No removal charge will be
made if the Contractor returns City barricades to the Municipal
Service Center.
Full compensation for furnishing all labor, materials, tools,
equipment and incidentals for doing all work involved in
furnishing and placing barricades, warning devices, and for
flagmen as may be required by the Engineer shall be considered
as included in the price paid for the various items of work, and
on additional compensation will be allowed therefor.
6-15 EXISTING FACILITIES
6-15.01 Protection of Existing Facilities Protection of
existing facilities shall conform to all the applicable
provisions in Section 8-1.10 "Utility and Non -Highway
Facilities: and Section 15 "Existing Highway Facilities" of the
Standard Specifications, and, these Special Provisions.
6.4
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
All known obstructions to the work are indicted on the plans.
However, the City cannot guarantee the accuracy of this
information. The Contractor will be held responsible for the
maintenance 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 uxtlities'
discretion, repairs shall be made by the Contractor at the
owning utilities' direction or by the utility, all to the
satisfaction of the Engineer.
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 Facilities"
of the Standard Specifications, these Special Provisions and as
shown on the Plans.
All portions of existing concrete to be removed shall be removed
in as smooth, neat, vertical plane. Where expansion,
contraction or construction joints a -e not present, the concrete
shall be saw cut to a minimum depth of 1-1/2 inches. If an
expansion, contraction or construction joint is within 3 feet of
the concrete to be removed, the concrete shall be removed to
that joint.
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 rammers and/or
rock wheel excavators are not allowed. Jackhammers may be used
if the cuts are overlapped and meet the above criteria.
All removed material, unless otherwise specified, shall become
the prop4rty of the Contractor and shall be disposed of outside
of the right-of-way in accordance with the provisions in 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 in
accordance with Section 15-2.07 "Payment" of the Standard
Specifications.
6.5
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
6-15.04 Adjusting Facilities to Grade Miscellaneous
facilities shall be adjusted to grade in accordance with these
Special Provisions.
Upon completion of paving, the Contractor shall adjust all
utility frames and miscellaneous facilities to within 3/16 -inch
of finished grade and shall conform to applicable portions of
Standard Plan 123 except as noted on the plans.
Payment for adjusting facilities to grade shall be in accordance
with Section 15-2.07 "Payment" of the Standard Specifications.
6-19 EARTHWORK
6-19.02 Conduit and Structure Excavation and Backfill
Excavation and backfill for conduit, manholes and miscellaneous
structures shall conform to the provisions in Section 19.3
"Structure Excavation and Backfill" of the Standard
Specifications and these Special Provisions.
Pavement and concrete removal shall conform to Section 6.15.02
"Removal Methods" , of these Special Provisions.
All excavation shall be made to the lines and depths shown on
the plans and as required in these Special Provisions. Where
mud, peat or any unstable or objectionable material is
encountered at or within 6 inches of the bottom of any
excavation, such material shall be removed to a depth of at
.1 least 12 inches below the established grade and the trench
brought to grade by placing a suitable material thoroughly
compacted in place, all as approved by the Engineer.
Backfill in asphalt areas shell be brought to subgrade and the
=xisting surfacing shall be replaced with the structural section
shown on the plans. The backfill shall consist of slurry cement
per Section 6-19.03 "Control Density Fill" of these Special
Provisions.
Trench backfill shall be accomplished as soon as possible after
the pipe has been installed, and in existing streets there shall
be no more than 50 feet of open ditch at the end of the working
day, unless otherwise specified by the Engineer.
The Contractor shall conduct his construction operations so that
trench backfill at all intersections is sufficiently adequate to
allow two-way traffic in both directions during all phases of
construction unless otherwise specified.
Payment for conduit and structure excavation and backfill shall
be considered as included in the price paid for the various
items of work requiring excavation and backfill and no
additional compensation will be allowed therefor.
6.6
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
6-19.03 Control Density Fill (CDF) CDF shall conform to
the following specifications:
(a) Materials
Cement shall meet the standards a set forth in ASTM
C-150, Type II Cement.
Fly ash shall meet the standards as set forth in ASTM
C-618, for Class F pozzolans. The fly ash shall not
inhibit the entrainment of air.
Air entraining agent shall meet the standards as set
forth in ASTM C-260.
Aggregates need not meet standards as set forth in
ASTM C-33. Any aggregate which produce performance
characteristics of the CDF considered for any given
project, will be accepted for consideration, except as
follows. The amount of material passing a 7200 sieve
shall not exceed 12% and no plastic fines shall be
' present.
(b) Mix Proportions
CDF shall be a mixture of cement, Class F pozzolan,
sometimes coarse aggregate, air entraining agent and
water. CDF shall be batched by a ready mixed concrete
plant and delivered to job site by means of transit
mixing trucks.
The actual mix proportions shall be determined by the
producer of the CDF to meet job site conditions,
minimum and maximum strengths and unit weight.
Entrained air content shall be 3 minimur: of 8.0%.
The actual entrained air content shall be established
for each job with the materials. and aggregates to be
used to meet the placing and unit weight requirements.
Entrained air content may be as high as 20% for
fluidity requirements.
(c) Strength Requirements
Non-structural CDF st.11l produce unconfined
compressive 28 day strengths from 50 psi to a maximum
of 150 psi. CDP that is to be excavated by hand shall
contain aggregate no larger than 3/8" top size nor
shall the 3/8" aggregate comprise more than 30% of the
total aggregate content.
6.7
ELECTRIC SUBSTRUCTURES - EUD 93-3 05/10/93
(d) Placement
CDF shall be discharge' from the mixer by any
reasonable means into the area to be filled. CDF
shall fill the abandoned structure(s) entirely.
(e) Payment
Full compensation for backfilling with controlled
density fill shall be included in the various contract
items of work and shall include all materials,
equipments, tools, labor, and incidentals for doing
all work involved in furnishing and placing the CDF
and no additional compensation will be allowed
therefor.
6-19.04 Excavation Safety Excavation Safety shall
conform to the provisions in Sections 5-1.02A "Trench Excavation
Safety Plans", and 7-1.O1E "Trench Safety" of the Standard
Specifications and these Special Provisions.
in making excavations for the project, the Contractor shall be
fully responsible for providing and installing adequate
sheeting, shoring and bracing as may be necessary as a
precaution against slides or cave-ins and to fully protect all
existing improvements of any kind from damage.
The Contractor shall obtain a permit from the Division of
Industrial Safety and shall submit a copy of approved permit to
the Engineer prior to the start of excavation. The_cost of the
permits shall be included in the total bid cost. If the shoring
and bracing plan varies from the shoring system standards
established by the Construction Safety Orders, the plan shall be
prepared by a registered civil or structural engineer.
The criteria given by the California Department of Industrial
Relations are MINIMA for the conditions shown thereon. In
addition to shoring the excavation as specified, it shall be a
Contractor's responsibility to provide any and all additional
shoring required to support the sides of the excavation against
the effects of loads which may exceed those derived by using the
criteria set forth by said governing agency. The Contractor
shall be solely responsible for any damages which may result
from his failure to provide adequate shoring to support the
excavations under any or all of the conditions of loading which
may exist or which may arise during the construction project.
The contract price paid per lump sum for excavation safety shall
include full compensation for furnishing all labor, materials,
permit and equipment and for doing all work involved as
specified under these Special Provisions and no additional
compensation will be allowed therefor.
6.8
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
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) compact Original Ground
Unless otherwise shown on the plans, compaction
requirements for compacting original ground shall
be a minimum relative compaction of 92 percent for a
minimum depth of 8 inches and the limits shall conform
to those shown•on the plans.
Any material that is disturbed below the "compact
original ground" shall be compacted to a minimum of 90
percent.
(b) Miscellaneous 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 12
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 1/4 inch of plan grade.
(c) Payment (Use appropriate paragraphs)
Payment for compaction shall be in accordance with
Section 19-5.06 "Payment" of the Standard
Specifications.
The contract price paid per square foot for compacting
original ground shall include full compensation for
furnishing all labor, materials, tools and equipment,
and for doing all the work involved in compacting and
grading the concrete subgrade as shown on the plans
and as specified under these Special Provisions, and
no additional compensation will be allowed therefor.
6.9
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
The contract price paid per square foot for
miscellaneous concrete subgrade compaction shall
include full compensation for furnishing all labor,
materials, tools and equipment, and for doing all the
work involved in compacting and grading the concrete
subgrade as shown on the plans and as specified under
these Special Provisions, and no additional
compensation will be allowed therefor.
6-22 CLEAN-UP
Clean-up shall conform to the provisions in Section 22
"Finishing Roadway„ of the Standard Specifications and these
Special Provisions.
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 in a neat
and orderly condition. The final inspection will not be made
until this has been accomplished.
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.
6-39 ASPHALT CONCRETE
Asphalt concrete shall be produced from commercial quality
asphalt and aggregates. The spreading and compacting
requirements in Sections 39-6.02, "Spreading," and 39-6.03,
"Compacting," of the Standard Specifications will not apply.
Asphalt concrete shall not be placed until the subgrade has been
approved by the Engineer. Unstable subgrade shall not be paved.
A prime coat is not required.
Contractor is responsible for all settling and/or blacktop
abnormalities for a period of one year after acceptance of the
project.
SS -1 asphaltic emulsion shall be applied to existing payments,
lower courses of new pavements (unless upper course is being
applied in the same day and the lower course is clean), and
vertical edges of new or existing pavements, prior to paving.
If recommended by thr manufacturer, the emulsion may be diluted
up to 1:1. Immediately before applying the emulsion, the
surface shall be cleaned of all dirt and loose material.
Asphaltic emulsion and application shall conform to the
applicable parts of Sections 94 "Asphaltic Emulsions" and 39-
4.02 "Prime Coat and Paint Binder" of the Standard
Specifications.
6.10
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10!93
a
The asphalt concrete shall conform to the following
requirements:
1. Asphalt concrete shall be produced at a central mixing
plant.
2. Aggregate shall conform to the 3/8 -inch maximum,
specified in Section 39-2.02, "Aggregate," of the
Standard Specifications.
3. The amount of.. asphalt binder to be mixed with the
aggregate shall be between 4 percent and 7 percent by
weight of the dry aggregate as approved b; the
Engineer.
4. Spreading and compacting shall be performed by methods
that will produce an asphalt concrete surfacing of
uniform smoothness, texture, and density.
5. Asphalt concrete shall be spread and compacted in
layers according to the following table:
4
Total required Top layer Next layer down
0.25' or less total -
6. Compaction shall be performed with a tandem roller
weighing between 4 and 6 tons unless otherwise
approved by the Engineer.
The completed surface shall be thoroughly compacted, smooth,
true to grade and cross sect -.on and free from ruts, humps,
depressions or irregularities. Depressions over 0.03 feet in 10
feet and other surface irregularities shall be corrected to the
satisfaction of the Engineer.
Miscellaneous facilities shall be adjusted to grade in
accordance with Section 6-15.04 "Adjusting Facilities to Grade"
of these Special Provisions.
Pavement defects shall be correct at no additional cost to the
City. No payment will be made for tonnage of asphalt concrete
used in corrective work.
The contract price paid for trench excavation and backfill shall
include full compensation for furnishing all labor, materials,
tools and equipment, furnishing and applying asphalt emulsions,
and for doing all the work involved in furnishing, spreading,
compacting and correcting asphalt concrete and no additional
compensation will be allowed therefore.
6.11
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
6-39.04 Trench Replacement and Shoulder Paving Trench
replacement ana shoulder paving consists of spreading and
compacting asphalt concrete in the following locations:
(a) trenches
(b) shoulders .less than 8 feet wide adjacent to concrete
curb and gutter
(c) asphalt sidewalks and ramps
(d) dikes, gutters, aprons and flares
(e) other miscellaneous areas designated by the Engineer
Asphalt concrete shall be produced from commercial quality
asphalt and aggregates. The spreading and compacting
requirements in Sections 39-6.02, "Spreading," and 39-6.03,
"Compacting," of the Standard Specifications will not apply.
The asphalt concrete shall conform to the following
requirements:
1. Asphalt concrete shall be produced at a central mixing
plant.
2. Aggregate shall conform to the 3/8 -inch maximum,
specified in Section 39-2.02, "Aggregate," of the
Standard Specifications.
3. The amount of asphalt binder to be mixed with the
aggregate shall be between 4 percent and 7 percent by
weight of the dry aggregate as approved by the
Engineer.
4. Spreading and compacting shal'. be performed by methods
that will produce an asphalt concrete surfacing of
uniform smoothness, texture, and density.
5. Asphalt: concrete shall be spread and compacted in
layers according to the following table:
Total required Top layer Next layer down
0.20' or less total -
0.25' total -
0.30' 0.15' 0.15'
0.35' 0.20' 0.15'
A 6. Compaction shall be performed with a tandem roller
weighing between 4 and 6 tons unless otherwise
approved by the Engineer.
The completed surface shall be thoroughly compacted, smooth,
true to grade and cross section and free from ruts, humps,
depressions or irregularities. Depressions over 0.03 feet in 10
feet and other surface irregularities shall be corrected to the
satisfaction of the Engineer.
6.12
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
Miscellaneous facilities shall be adjusted to grade in
accordance with Section 6-15.04 "Adjusting Facilities to Grade"
of these Special Provisions.
Pavement defects shall be correct'at no additional cost to the
City. No payment will be made for tonnage of asphalt concrete
used in corrective work.
The contract price paid for the various items of work shall
include full compensation for furnishing all labor, materials,
tools and equipment, furnishing and applying asphalt emulsions,
and for doing all the work involved in furnishing, spreading,
compacting and correcting asphalt concrete and no additional
compensation will bi allowed therefor.
6-73 CURBS, SIDEWALKS AND MISCELLANEOUS CONCRETE
6-73.01 General: Curb, gutter, sidewalk, driveways, alley
approaches, side inlet catch basins, drop inlet catch basins and
any other miscellaneous concretes structures shall be constructed
as shown on the plans, and apples -able City of Lodi Standard
Plans, and shall conform to the provisions in Section 73
"Concrete Curbs and Sidewalks" of tae Standard Specifications
and these Special Provisions.
(a) Earthwork shall conform to the plans and Section
6-19.05 of these Special Provisions.
The area between the right-of-way line and the back of
sidewalk shall be graded to 1/4 -inch per foot and
sufficient compactive effort and moisture shall be
applied to 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. sidewalk. driveways and alley approaches
shall be of monolithic construction. Construction
joints shall be edged and shall conform to the
proposed 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.
Side inlet catch basin and drop inlet catch basin
concrete may be placed against neat excavation of
undisturbed earth.
Concrete retaining walls shall be formed with plywood
and all exposed edges shall be edged. After the back
form has been removed, the void shall be backfilled to
grade with clean native top soil.
6.13
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
(c) Concrete: Portland cement concrete shall be Class
"B" conforming to Section 90 "Portland Cement
Concrete" of the Standard Specifications with a
minimum compressive strength of 2500 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 clean neat lines can be cut, the
Contractor may pour against undisturbed 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.
(e) 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 deposited 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
damayzd by freezing shall be removed and replaced.
(f) Finishing: After steel toweling, the concrete
surfaces shall be given a fine hair broom finish.
Brooming on sidewalk shall be transverse to the length
of curb.
All exposed concrete surfaces shall be finished unless
otherwise directed by the Engineer.
6.14
ELECTRIC SUBSTRUCTURES - EUC 93-3 08/10/93
a
Score marks and weakened plane joints shall be located
as shown on the plans and as directed by the Engineer.
(g) Cure: Concrete cure shall be accomplished by
either the water, pigmented curing compound or
waterproof membrane method and shall conform to the
provisions in Section 90-7 "Curing Concrete" of the
Standard Specifications. White pigmented curing
compound shall not be used on exposed surfaces.
(h) 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 -inch
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.
Catch basins: The opening shall be a full 8
inches across the face of the catch basin with
the top properly aligned within 3 inches of the
base.
(i) Payment: Curb and gutter, sidewalk, driveways and
mowstrips shall be paid for under the various contract
items and shall include full compensation for
furnishing all labor, materials, including 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.
6-86 ELECTRICAL CONDUIT AND VAULT(S)
6-86 General Electrical conduit and vault shall be
installed at the appeoximate locations shown on the plans as
directed by the Engineer.
All work shall meet the rejuirements of Section 86-1.02
"Regulations and Code" of the Standard Specifications.
6.15
ELECTRIC SUBSTRUCTURES - EUD 93-3 08/10/93
6-86.07 Conduit Conduit shall conform to the provisions
in Section 86-2.05C "Installation" of the Standard
Specifications, these Special Provisions and the Plans.
All conduits, bend segments (elbows), couplings and cement
(glue) will be furnished by the City. Conduit installation
shall conform to the plans.
All conduit bends at the joints shall not exceed one degree.
Greater angles shall be accomplished by using bend segments.
All bend segments (elbows) shall be 36 -inch radius.
The City will follow the Contractor's working schedule. The
Contractor shall make a reasonable effort to accommodate the
City.
After installation of the conduit and backfill has been
completed each conduit run shall be cleaned. The conduits shall
be cleaned by pulling an approved type stiff circular brush with
N a backplate of a diameter equal to 1/4 -inch less than the
�. conduit size through the conduits and blowing out loose material
with compressed air. A 1/4 -inch polypropylene pull rope shall
be installed in each conduit. At least 2 feet of pull rope
shall be doubled back into the conduit at each termination.
The contract price paid per lineal foot for the electrical
conduit installation shall include full compensation for
furnishing all labor, tools and equipment, tying into vaults,
clk-aning the conduits, furnishing and installing the pull ropes,
and for doing all work involved in installing the conduit shown
on the plans and as specified under these Special Provisions,
and no additional compensation will be allowed therefor.
6-86.08 Vault(s) The contractor shall be responsible for
setting the vault in location and to grade. All vault
penetrations shall be grouted both on the inside and outside.
Grout to be provided by the contractor and approved by the
Engineer prior to its application.
Excavation and backfill for vault shall conform to the
provisions of Section 6-19.02 "Conduit and Structure Excavation
and Backfill" of these Special Provisions. Bedding for vault
shall consist of a 3" minimum sand cushion. The type of vault
being used does not have an adjustment feature for finish grade.
The excavation shall be carefully prepared and the vault
adjusted during placement. The grade of the vault lid to be 1/2
inch + 1/4", -0" above adjacent undisturbed blacktop.
The approximate outside dimensions of the vault are included in
the Plans, Contractor to field verify all dimensions.
The City, at the request of the contractor, will deliver and
place the vault in the contractor provided excavation. The
excavation shall be prepared to receive the vault at time of
6.16
ELECTRIC SUBSTRUCTURES - FUD 93-3 08/10/93
delivery, that is, the bottom of the excavation must be
compacted and level such that the vault, when set, will be at
proper grade.
All conduits shall extend 2 inches past the inner surface of the
vault and shall be grouted to the vault. Note: Conduits into
vault to be installed by Contractor.
The Contractor shall be responsible to coordinate the scheduled
delivery of the new vault to the job site with the City.
Contact person is:
Carl Lindstrom
Electric Utility Superintendent
1331 South Ham Lane
Lodi, CA 95242-3995
(209) 333-6763
a
6.17
ELECTRIC SUBSTRU'TURES - EUD 93-3 08/10/93
CITY OF L O Q I SIDEWALK REPAIR
PUBLIC WORKS DEPARTMENT :3
PL-'�IJ
V:ariEs
Width
-. ------ ----- � . Sloe V1e - 1'0" --- -
.! T
�J �OnCr 2iQ gidzv.'11k
SIDEWALK DETAIL
NoT E S
1. mamh %villin and scoring apt ;¢rr, with
cl_jment extsl,ro 5idewcalK .
_. Cvn:.rOe sho11 be Esc;, psi ?B datlS
M5x.4 Slump,
Corstr :IC; stdSWaiK On stabler
Stubg rade .
4. LlghT b'00m 4inl=n
. 1mpervtJJ- me-n6rne cure
own MED Nc I Re-sedl 6� App,avec by /J
ected J S G I" C
R c :or►s D•ec+o.
ne JULY 1975
R- 1. 09
= 7; 71
If mint i5 = ^Cater tion
V4 'N:cic iT =Halt be
fil:2d val+h DafrGi4S=iL
1 rrlC'ctl C l
DE -7A! L
!/`J� ::fir = .1r JI S•. _ _ fie: �_
STD 117
s
Q-1-7PLAN �
OF CITY OF LLODJI� �roa`' PUBLIC WORKS DEP
Neat cut per Note7
Slu.-ry cement
NOTES: 1
1 b (typ)
A.C.potch per Note 1.
Ex. A.C.
6-19.03 of
Ex. A.B.
6" TYp•
A.B. per Note. 1 d.
Specifications.
Backfill per detail
Type 1 Patch
Trench
width
(Standard, unless Ty
>Ir
backfill material
2 or 3 is specifieCr
Conduitre
A.C. patch per Note 1
compacted to 90y
rind ex. A.C.
't
min. R.C.
See Note 2
(1 1/2"min., a max.)
Ex. A.C.
�-1' min.
I
ma
4 -F--
i Ir Typ.
A.B. per Note 1d.
Backfill per
detail
Trench
Type 2 Patch
width
>157
A.C.patch per Note 1.
Ex. A.C.
Ex. A.B.
,
per Note. 2.
`Backfill per detail
Type 3 Patch r Trench
width
>fi
PAVEMENT REPLACEMENT
1" A.C. per Note
1c. above. Compact
Ex. surface-, w/narrow shoe.
Zr do Smaller Conduit
(wheel Cut Trench) SPECIAL CASES
Or. .:o, )cte revision A r.
KT
Ch.ate
-
Trench
Structural Section
Requirements
Type 1 Patch:
a) Total AC thickness to match
existing plus 1't 3 minimum
applied in two lifts.
b) Drop hammer or other rough
cut allowed for initial cut
along trench wall. Final
AC removal per Sec. 6-15.02
"Removal Methods of the
Construction Specifications.
c) AC replacement per Sec.
6-39.04 'Trench Replacement
and Shoulder Paving of the
Construction Specifications.
d) AS thickness per Plans.
AS may be replaced by fidditional
AC (50% of req'd AB thickness).
2. Type 2 patch optional except
when required by the Cityy. Grind
depth shall be adjusted to match
existing overlay thickness.
3. Type 3 Patch to be used when
shown on the plans or as
approved by the Engineer.
generally on streets to be
overlayed.
4. Cont•olled density fill (CDF) may
be used for lhockfill with the prior
approval of the Engineer.
Backfill:
Native material
® 907 R.C.
except approved Trench
select material or rn th
A.B. Cl. 2 O >�
95% required.
for:
a.) Type 2 pctch—
b.) xcovabon smaller
than 3'x3' Pipe bedding per Sid. Plan 501
BACKFlLL
Pavement replacement
per above.
Toe of
gutter
'. 2"min.
Trench -yReplace A.C. to
toe over ex.
subgrade if "A is
less than 24".
Adjacent to Gutter
ApprovedBy: U STD PLAN
��'V� ' 1 `1,i,, tiC.,, , _ i e 12 •rte
0 tJ {[��\�)
R'C,.E __
Slu.-ry cement
backfill' per Sec.
6-19.03 of
24' Max.
the Construction
Specifications.
Sand orr approved
I
backfill material
Conduitre
compacted to 90y
Oj +�JQJ
min. R.C.
I6'
+ix,
�-1' min.
I
ma
Zr do Smaller Conduit
(wheel Cut Trench) SPECIAL CASES
Or. .:o, )cte revision A r.
KT
Ch.ate
-
Trench
Structural Section
Requirements
Type 1 Patch:
a) Total AC thickness to match
existing plus 1't 3 minimum
applied in two lifts.
b) Drop hammer or other rough
cut allowed for initial cut
along trench wall. Final
AC removal per Sec. 6-15.02
"Removal Methods of the
Construction Specifications.
c) AC replacement per Sec.
6-39.04 'Trench Replacement
and Shoulder Paving of the
Construction Specifications.
d) AS thickness per Plans.
AS may be replaced by fidditional
AC (50% of req'd AB thickness).
2. Type 2 patch optional except
when required by the Cityy. Grind
depth shall be adjusted to match
existing overlay thickness.
3. Type 3 Patch to be used when
shown on the plans or as
approved by the Engineer.
generally on streets to be
overlayed.
4. Cont•olled density fill (CDF) may
be used for lhockfill with the prior
approval of the Engineer.
Backfill:
Native material
® 907 R.C.
except approved Trench
select material or rn th
A.B. Cl. 2 O >�
95% required.
for:
a.) Type 2 pctch—
b.) xcovabon smaller
than 3'x3' Pipe bedding per Sid. Plan 501
BACKFlLL
Pavement replacement
per above.
Toe of
gutter
'. 2"min.
Trench -yReplace A.C. to
toe over ex.
subgrade if "A is
less than 24".
Adjacent to Gutter
ApprovedBy: U STD PLAN
��'V� ' 1 `1,i,, tiC.,, , _ i e 12 •rte
0 tJ {[��\�)
R'C,.E __
H
OF 4 Pipe bedding & Backfill—
CITY OF LODI Flexible Pipe
IFO PUBLIC WORKS DEPARTMENT Trench Section
Trencli wall Final backfill & structural section
per Std. Plan 506 or Plans
(Optional -start slope
above top Finish grade
of pipe)
Depth of cover
U* (Note 4)
Pipe Size Min "VC " A.viA. Initial Backfill to
T above pipe
47 1g'
6" 0
Hounching
24" 4H Bedding -47 to V*
10! 24*
1 307 Embedment material
15 307
Bell hole
Trench' Width: 0 joints
'W* per Table Trench bottom (Native)
(or Foundation if required)
t4oTM- 1. This Std is for PVC SDR 35 (,C thru 15' dia) and ductile iron pipe (up thru le dia) conforming
to City Design Standards and Construction Specifications.
2. Class I embedment material shall be used unless specified otherwise an the plans.
3. This Std applicable only for stable trench walls where no standing water or groundwater is anticipated.
Special details required for unstable soil identified in soils report- For minor occurrences of
instability (sand pockets. -etc), vc4ds in the zmbedrnent zone sholl be filled with the specified
embedment material to at least two pipe diameters all around the pipe.
4. Minimum depth of cover for mains is 3 ft to finish grade; service laterals per plans.
5. With crushed rock embedment. instcli a cut-off dam of 3 ft. of approved material every 100 it.
Crushed rock shall meet 3/4* or 1/2' max. aggregate asphalt concrete specifications or as approved
by the Engineer.
EMBEDMENT MATERIAL
CLASS I CLASS 11 CLASS III CLASS IV CLASS V
Description Crushed Rock
Coarse Sand & Fine Sand Mixtures I Silt.Silty Clays Organic Soils
3/4 -1 /4" Gravel
`Nell graded
USC Soil Type (See Note 5) GW. GP, SW, SP GM, GC, SM. SC ;AH. ML. CH, CL OL, OH. PT
Foundation If required, per soecial design to be shown on plans
Bedding Consolidate Compact to 857 Compact to 907 Special Design Not
with vibrator Min. R.C. Min. R.C. Permitted
or flat
Hounching shovel Compact to 90%
. slicing, Cut-off dam Min. R.C.
(See Note 5) (per Note 5) in two lifts
Initial Per Class 11 or Compact to 85% Compact to 907
Backfill 111, or use 14 i n. R.C. Min. R.C,
crushed rock I in two lifts j in t -o lifts
per above.
Maximum
Depth of 20 ft .0 ft 20 ft
Cover 'D!*
(without special
design)
Dr. No. Date Revision Appr._ Approvea t3y:
KT STD P,_A,,q
till
h. 6' -pt -
clot. 5
LDate - a, 0 1 A
PCX.)