Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05864 - HIGH-LIGHT ELECTRIC INC BARISTO RD AT PSHS TRAFFIC SIGNAL INSTALL CP 07-13
CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: high Tight Electric Date: May 19,2010 P.O.Sax 7339 NCCL No,; 07.13 Rivoraide,CA 92513 Project: P.S.high School Traffic Signal Change Order No.: One (I). Contract Purchase No.: 10,0281 . Aocwunt Numhej:....w..... 1344M5026 Aerrcment No.: _A5864 NEW ITEA4 -APP1T1ON5 A. Liquidated Damages 7 Days @-$750.00/Day -($5,250.00) B. Utility Potholes . Lump Sum $li840.94 Total—Change Order Decrease Amount -($3,409.06) REASONS FOR CHANGES: A. In accordance with contract specifications, liquidated damages are being withheld for delays in ordering traffic signal equipment for the time period of July 20th thru July 27th, 2009. B. This item compensates the Contractor for time and materials required for the repair of AC paving due to additional utility excavations. SOURCE OF FUNDS The following account will be credited: 134-4498-50262 Summary of Costs Original Contract Amount- $162,136.00 This Change Order: $-3,409.06 Previous Change Order(s):$0.00 $•0- . Revised Contract Amount: $158,726.94 I have received a copy of this Change City Approval: Order and the above AGREED PRICES are acceptable to the contractor. Submitted by Date 6^Zo Ito Senior Public Works Inspector By Approved by — Date 21ID Contractor:High Light Electric City-Engineer r Dare_f_[f•/® Approved by Date f C .Manager Attests ____ Date L' ifs tote) City Clerk Distribution: QririnalExecuted Cooies . . Confurmcd.File Cutw . Convector(1) Engineering File (l) City Clerk (I) Senior Public Works Inspector (1) Economic Development (1) Finance (1) 1 1 0" o BY CITY COUNCIL " DOC # 2010-0105349 03/09/2010 08:00fa Fee:NC Page 1 of t Recorded in Official Records County of Riversidc Larry LI, Ward Assessor,(County Clark l8 Recorder II Recording I IIIII IIIIIII III IIIIIII IIIII III 1�II�I III IIIII IIIIIII Requested by and After Recording S R U PAGE SIZE DA MISG LONG RFO COPY Return to: City Clerk M A L 1 455 1 426 PCOR NCOR SMF N •CH City of Palm Springs I C I U T. C7Y UNI 1 Box 2743 Palm Springs CA927Ct3 (FOR RFCORDEPS I ISE-ONy) Pursuantto Govemmerd Code Section 6103,this document is being recorded as a benefit to the City of Palm Springs and recording fees shall not apply. NOTICE OF COMPLETION NOTICE IS HEREBY given that: j �j I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. If. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. III. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). IV. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 19'h day of January,2010. V. The name of the contractor(if named) for such work of improvement was: High Light Electric, P.O. Box 7339, Riverside, Ca. 92513. VI. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Baristo Rd. at Palm Springs High School Traffic Signal Installation, City Project No. 07-13. VII Nature of Interest: Fee Owner VIII.The property address or location of said property is: 2400 Baristo. IX. City Project No. 07A3,Agreement Number: 5864, Minute Order No.: NA Nu CITY OF PALM SPRINGS: BY: _1 —,Q �0--1, DATED: Z- 1 7- y P Senior Public works Inspector Michael Lytar/��?�fjJ BY: c� DATED: Director of Public Works/City Engineer David J. Barakian JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice;that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. i Clerk-James Thompson Index No- 01-10 AGREEMENT THIS AGREEMENT made this�b_'_Pday of V l/`"q , 200 9 , by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and High Light Electric, Inc., a California corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City"s Contract Documents entitled: BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO. 07-13 The Work comprises the installation of a new traffic signal and electrical system complete, with associated improvements at the intersection of Baristo Road and main entrance to the Palm Springs High School; traffic striping and signage; removal and replacement, and construction of various concrete improvements; and all appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $750 for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 AGREEMENT FORM 5/10/09 AGREEMENT AND BONDS-PAGE 1 ARTICLE 3 -- CONTRACT PRICE $162,136.00 The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Band, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers No. 01 to No. 02 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 AGREEMENT FORM 5/19/09 AGREEMENT AND BONDS-PAGE 2 The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: APPROVED BY THE CITY COUNCIL: CITY OF PALM SPRINGS, CALIFORNIA Date City Clerk Agreement No. APPROVED AS TO FORM: By��s7 �/I, f City Attorney Date �� — CONTENTS APPROVED: By W�L City Engineer Date 72d O�i APPP,OVED BY CITY COUNCIL Jc-�✓City Manager Date 7-5`(--C� BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 AGREEMENT FORM 5/19109 AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. CONTRACTOR: Name: High-Light Electric, Inc. ,_Check one:_Individual,Partnership XCorporation Address: 7000 JMruoa_Ave.__ Riverside. CA 92504 Byre,j, Signature(notarized) Signature(notarized) Name: CLii�V� VSW Name: �W�Vti pw Title-Ael&Q AATitle: t' %C) (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of_0'a\I L, ❑ Stateof a\;Ferns ❑ County of ,.,;eL� ❑ss County of fJss before me _ (����_ �?�ti�`� �1.�, before me, f'/l...r: Qg kr ' personally appeared_f�_wt. I, A personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(g) whose name(q) evidence to be the person() whose name() iside subscribed to the within instrument and is/afe subscribed to the within instrument and acknowledged to me that he/sye/tloy executed acknowledged to me that helsVelthky executed the same in his/hir/*ir authorized capacity(i96), the same in his/hjr/th4ir authorized capacity(iP6), and that by his/hAr/thbir signatures(; on the and that by his/hir/their signatures(o on the instrument the person($5, or the entity upon behalf instrument the person(, or the entity upon behalf of which the person(,) acted, executed the of which the person(p) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State Of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official Notary Signature: Notary Signature: Notary Seal: Notary Seal: MAURITA PASILLA9 MAURITA PASILLAS Commission * 1702352 Commission # 170251 r' Notary Public -California F - Notary Public -California Riverside County t Riverside Counly z WC'cmn.F»IrmCat31,2o10 MyCanm.B�YesUci31,2010 BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION AGREEMENT FORM CITY PROJECT NO.07-13 AGREEMENT AND BONDS-PAGE 4 5119109 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. BARISTO ROAD AT P5HS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO-07-13 COVER SHEET 5110/00 BID FORMS-PAGE 1 BID LAID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement)to perform the Work as specified or indicated in said Contract Documents entitled: 13ARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO. 07-13 Bidder accepts all of the terns and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law, Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including tho followin Addenda (receipt of which is hereby acknowledged): Number 1 Date June 18, 2009 Number 2 Date June 24 2009 Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws,ordinances, rules, and,regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. I In conformance with the current statutory requirements of California Labor Code Section 1860, et seq.,the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for workers compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract- I BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 BID AGREEMENT 5JISM BID FORMS-PAGE 2 Td all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidders General Information, and Bid Bond contained in these Bid Forms, said Bidder . further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based,on the Lump Sum or Unit Bid. Price(s) named in the aforementioned Bidding Schedule(s). Dated:.06130/09 .. .. _... Bidder: High-Light Electric, Inc. By: f- Erwirl—Wndoza (Signature) Title: •President BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 BID AGREEMENT 5fIRM9 BID FORMS,PAGE 3 BID SCHEDULE Lump Sum Price for Construction of BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO. 07-13 In Palm Springs, California Description Bansto Road at Palm Springs.High School traffic signal installation, complete and in place as shown on the traffic signal plan, including, but not limited to_ installation of new traffic signal poles and equipment; installation of Model 170E controller assembly with Type 332 cabinet; installation of Type III-AF service equipment enclosure; installation of four (4) Model R409 LED Edge-Lit.IISNS; installation of Various traffic signs; installation of conductors and conduit; installation of an Iteris "Vantage Edge 2" video detection system consisting of a processor module for quad video input, shelf-mounted rack system with rack mount LCD monitor, four(4) "Vantage RZ4" cameras, and associated equipment; installation of a Tomar "Strobecom 11" Optical Preemption and Priority Control System consisting of four'(4) Tomar Model 2091-ST- optical detectors, Tomar Model 3140 optical signal processor (OSP), M913 detector cable, and associated equipment; installation of Tesco Model 22-000B13S uninterrupted power supply battery backup system; installation of 450t linear feet of-3" conduit for SCE electrical service -- .as s o> n on SC service p andremoval and repair of existing.improvemen s of of fed-'by - nonstruction; traffic striping and markings; traffic control; mobllizatlon; and all other appurtenant work. TOTAL BID PRICE For the lump sum price of: $ 162 136.00 (Price in figures) One Hundred and Sixty Two Thousand One Hundred and Thirty Six Dollars. (Price in words) W�af� L� 'crlr�c. amTJ a of Bidd or Firm High-Light Electric, Inc. Name of Bidder or Firm 13ARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION GUY PROJECT NO.07-13 BID SCHEDULE. 09109 BID FORMS-PAGE 4 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractors Total Bid Price,or$10,000.00;whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids,no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or'will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause ils rejection. - Contractors Percent License of Total Work to be Performed Number Contract Subcontractors Name&Address 1-_Striping 752367 4% Sudhakar Company, Int. Fitz_era venue _ialto. CA 92376 z --------------- 3. a. e s. 7. e. BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 LIST OF SUBCONTRACTORS 5119109 BID FORMS-PACE 5 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND suBMITTED WITH BID State of Califomia ) ss. County of Riverside ) 1 Erwin Mendoza being first duly swom, deposes and says that he or she is President of Hioh-Light Electric, Inc. the party making the foregoing Bid, that the laid is not made in the interest of, or on behalf of, any undisclosed .person, partnership, company, associafion, organization, or corporation; that the Bid is genuine and not collusive or sham; that the, Bidder has not directly or indirectly induced or solicited 'any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, Connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or — - rn Irecf ugFi 1�y agreement, commuriicafioii, 9�trio ewith anyone fo fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid-depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. BiddeK High-Light Electric, Inc. By fc Erwin Mendoza Tile President Organization Corporation Address- 700o Juruoa_Avenue Riverside, CA 92504 BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 NON-CgL1.DSION AFFIDAVT 5119/09 BID FORMS-PAGE 6 ALL-PURPOSE ACKNOWLEDGMENT [[Sweo. California ef Riverside ne 30, 2009 before me, Maurita Pasillas Nota Public Date Name,Title of officer allyappeared Erwin Mendota _ NAME(5)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the personN)whose nameM isl,AX subscribed to the within instrument and acknowledged to me that heldt i/My executed the same in his/M/Mir authorized capacity(114), and that by his/16WO&F sign2tures(.4�on the instrument the person(§, or the entity upon behalf of which the personOQ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct Witness my hand and official seal. MAEM CommWlar * 17023622 1lolgry Pmk* -CgtgpryBa Signature of Notary � CO." a1,aolo. ATTENTION NOTARY: Although the Information requested below is OPTIONAL,it could prevent fraudulent attachment of this certiFcate to unauthorized document THIS CERTIFICATE Title or Type of Document Non-Collusion Affidavit 'MUST BE ATTACHED TO THE DOCUMENT Number of Pages "I DATE of DOCUMENT 05/19/09 . DESCRIBED AT RIGHT: Above NIA Signer(s)Other Than Named BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO-C7-93 NON-COLLUSION AFFIDAVIT-NOTARY ACKNOWLEDGMENT 519M BID FORMS-PAGE 7 BID BOND KNOW ALL.MEN 13Y THESE PRESENTS, That HIGH-LIGHT ELECTRIC,INC. as Principal, and CONTRACTORS 5ONDING AND INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Palm Springs,hereinafter called the'City"in the sum of: TEN PERCENT OF THE BID AMOUNT(10%) _ _ _ dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s)of the Gays Contract Documents entitled_ BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the 'Instructions to Bidders" enters into a written Agreement on the.Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required performance•Bond and Payment Band, then this obligation shall be null and void, otherwise it shall remain in full force and-effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. 'SIGNED AND SEALED,this 16TH day of JUNE 200 g , PRINCIPAL: HIGH-LIGHT ELECTRIC,INC. Check one:_individual,`partnership, x corporation (Corporations require two signatures; one from each of the fgllowing groups: A. Chairman of Board, President, or any Vice President AND B. Secretary, Assistant Secretary,Treasureri Assistant Treasurer, or Chief Financial Officer). BH-LIGH�EL INC - SURETY: CONTRACTORS BONDING AND INSURANCE COMPANY signature (NOTARIZED) Print Name and Tale: �1'W r✓1 ��i7/.(�r���l ��n _ t3Y signature signature (NOTARIZED) (NOTARRIZED) Pri I(�t Name and Title, Print Name nd Title: �r�w f e !0 fh1 r YUNG T.MULLICK,ATTORNEY-IN-FACT BARISTO ROAD AT PStttHS TRAFFIC SIGNAL INSTALLATION CnY PROJECT NO,07.13 BID BOND(BID SECURITY FORM) W19M9 BID FORMS-PAGE 0 11� _ Aff ,� LIMITED POWER Ok'A TTORNE �' Not Valid for Bonds Power of Attorney Executed On or After., MAY 315T, gala Numberc179317 F)XIMFIXafffNA / / r / r Only an unaltered original of this Power of Attorney,document is valid.A valid:originai of this document,is printed on gray security paper with black and red ink and beard the seal of Contractors Bonding and Insurance Company(the"Company"). The original document contains a watermark with the letters"chic"ernbedded iathe paperradler thanprtnted uponit.The ` watermark appears in the blank space beneath the words"Limited Power ofA'ttorriW'at the top of the document and is visible whert the document is held to the light.This document is valid solely pt connection whit the execution and dulivcry,,of _ I, die bond bearing Win number indicated below,undprovided also that t'lte bond is of the type indicated below.This dooument is valid only ifthc bond is executed on or before the date indicated above. KNOW ALL MEN BY THESE PRESENTS,' that the Company does. hereby make, constitute and appoint the fol,lowiug'c P. AUSTIN NEM CHRISTINE T. HOANG, 'JMMS W. MCTLANEN, YANG T. MQLLICX and .7ENNIFER C. 61SONEY its true and lawful Attorney(s)-in-Fact, with full1 Power and authority hereby 'conferred in its name, place and stead, to execute„ acknowledge and deliver an behalf;of the company: (1) any and all bonds and undertakings of suretyship given for any i; purpose, provided, however, that no such person shall be-authorized to execute and deliver any bond or undertaking that shall obligate the Company for any Portion of the ,penal stun thereof in excess of '$10,000,000, and.'pro'vided, further, that no Attorney-ii.-Fact shall have the authority to issue a bid or. 'proposal bond for any:projeat where, if a contract is awarded, any bond or undertaking would b sum in with penal su in excess •o£ �10,000,000/ and '(2) ognsents, releases and other similar documents required by an, obligees under' a = : 4 contract hooded by the company. This appointment is'made' under the authority of i' • ;;;� Directors of the Co an � 'e car O n --«____ _«.___-..--_________^_____________..-......_«__ CERTIFICATE I, the undersigned Secretary of Contractors Bonding an Insurance Company, a Washington 1i corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked,, and, futhermore,'that tree resolutions of the Board of Directors set forth on the reverse are now in full force and effect. r, ^° BondNumber Sid Signed and sealed this 16t1a day of 7nne 2009 u, •J: a ;..': R.Kirk Eland;Secretay CBIC • 1213 Valley Street • P.O- Box 9271 • Seattle,WA 9 8 1 09-027 1 p (206) 622-7053 • (800) 765-CBIC (Toll Frea)•• (800)950-1558'(FAX) ' PoaLPOA 08-1)90061307 ACKNOWLEDGMENT State of: California County of: Riverside On Tuesday, June 30, 2009 before me Maurita Pasillas, Notary Public (here insert name and title of the officer) personally appeared Erwin Mendoza Personally known to me (etvavtanxn � ittg�) to be the person (r) whose name(* is/vm subscribed to the within instrument and acknowledged to me that he/zh*/tiWexecuted the same in hispaw/1�S�teiR authorized capacity(azm), and that by his/�,erA.Jaahzsignature(z) on the instrument the personal, or the entity upon be half of which the person(z) acted, executed the instrument. WITNESS my hand and official seal Mon t 7l0�� Signature (Seal) BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDERICONTRACTOR'S Name and Street Address: High�Light Electric.Inc. '700d Jurupa Avenue. : - - - Riverside, CA 92504 2. CONTRACTOR'S Telephone Number. (951 ) 352-9646 Vacsimile Number. (951 ) 352-2498 3. CONTRACTOR'S License: Primary Classification A, C10 State License Numbers) 806335 -- -,Supplemental..License-Classiflcatlons--- A. C1 Q.. ..-- ----- -- - .. 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety The Band Exchange Address 24800 Chrisanta Drive,Ste. 160 Mission Viejo, CA 02691 Surety Company The Bond Exchange - Telephone Numbers: Agent(949) 461-70.00 Surety(949 ) 461-7000 5. Type of Firm(Individual, Partnership or Corporation): Corporation 6. Corporation organized under the laws of the State of: California 7. List the names and addresses of the principal members of the firm or names and. titles of the principal officers of the corporation or firm: E in Mendoza resident Vice President Secretary, Treasurer, CFO- BARISTO ROAD AT PSNS TRAFFIC SIGNAL INSTAI.LAT10N CITY PROJECT NO.07-13 BIDDER'S GENERAL INFORMATION $19109 BID FORMS-PAGE 9 BIDDER'S GENERAL INFORMATION (GontinuedY 8, Number of years experience as a contractor in this specific type of construction work: 13 Years -- 9. List at least three related projects completed to date: b - 6 a, Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone nu r b. Owner Address Contact Class ork Pfione Project a C Contact Person Telephone number c. Owner Address Contact Class of Work Phone Contract Amount Projec Date Completed act Person. Telephone number 10. List the name and title of the person who will supervise full-time the proposed work foryourfirm:_Hector Veaa. Superintendent 951-367-879Q 11, Is full-time supervisor an employeexxxxx contract services ? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer- BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 RIdDER'S GENERAL INFORMATION 5l19l09 'RID FORMS+PAGE 10 High Light Electric lac. Previous Project List[Partial) Project References HLE Job? Job Name!Project 9 Contract$ Owner Contact Person Contact Information Address Phone# Fax 4 Status Route 15156 11- 3347 Michealson Drive Suite 100, 03222H 060004 1,600,000.00 Caltrans [wine,CA 92612 619-688-6635 6iM22-6988 Camolel 3347 Michealson Drive Sude 100, 04259H Route 405-90 5,513.0m.00 Caltrans [wine,CA 92612 619-68&6635 619-622-6988 Current 3347 Michealson Drive Suite 100, O6267H Route 101 1,016.0m.00 Caltrans Irvine,CA 92612 619 688-6635 619-M-6988 Com letei 1170 W.3rd Street,2nd Floor, 04275H ISR 210 4,210,000.00 Banbag San Bemardino,CA 92410 909 884-8276 009-885-4407 lCurnplatcr 3347 Michealson Drive Suite 100, 04283H Ocean Blvd. 1,950,000.00 Caltrans [wine,CA 92612 619 6B8-6635 619-622-6988 Com Iete{ 49M Rivergrade Road,Suite At 20, 05294H Temple Ave. 112,76090 Alameda Corridor-East Irwindale,CA 91706 626-962-9292 626-962-3552 Complete 3347 Michealson Drive Suite 100, 05296H Route 405 800,000.00 Caltrans Irvine,CA 92612 619 BBS 6635 r619-M-6988 Complete 3347 Michealson Drive Suite 100, 05304H Route 405 1,933,00D.00 Caltrans Irvine,CA 92612 619 688 6635 619-622-6988 Com plat 3347 Michealson Drive Suite 100, 05312H Route 1 1,400,00D.M Caltrans Irvine,CA 92612 619 688 6635 61a6225988 Com let r 73510 Fred Waring Drive, 05318H Portola Ave I 229,000.00 CIt2 of Palm Dasert Palm Deserl,CA 92812 760-346-0611 760-340-0574 Com !eta 350 Again Street, 05323H Dou las 3,275,000.00 City of El Segundo El Segundo,CA 90245 310 524-2300 310-61541529 Com :ate 3347 Michealson Drive Suite 100, 05326H Route 138 326,250A9 Caltrans Irvine,CA 92612 619 688 6635 619-622-6988 Com 'etc, 3347 HIchealson Drive Suite 100, 05343H SR 60-605 7,300,000.00 Csl Vans Inane,CA 92612 619688E635 619-622-6988 Com '.ate 4900 Rivergrade Road,Suite A120, 06369H Brea Canyon 1,184,000 00 Alameda Corridor-East 1w dndale,CA 91706 626-962-9292 626-962-3552 Com letQ 5170 W.3rd Street,2nd Floor, 06375H Cucamonga Creek 60,500.00 senlaaq San Bemardino,CA 92410 969 884 8276 909 885A407 Com let 26442 Beckman Court, 06376H Route 216 712,000 00 QIV of Murriela Murrieta,CA 92562 951-304-2489 951-461 6097. Complete' 825 East Third Street,06377H San Savaina Channel 127,500 00 San Bemardino Flood Conlrol San Demardino,CA 92416 909-387-7906 909 387-8043 Com lej 3347 6Gchealson Drive Suite 100, 0637BH Route 1D111 A 51,600.00 Calrans Irv'no,CA 92612 619-6BB-6635 619 G22-6988 Com let 707 Wilshire Boulevard, OG380H Expo Project 1,925,000.00 Construclloa Authority Las An etas,CA 90017 213-243-56 re 34 213-243 5656 curnt 4900 Rivergrade Read,Suite At 20, 06382H Sunset Grade 790,000.00 Alameda Corridor-East Irwindale,CA 9i706 626-962-9292 626-962-3552 current 205 S.VVIKIw rbrook Avenue, 06383H SR 91 Enhancement 51,000.00 Cit of Com Ion Compton,CA 90220 3VI-605-5530 310 637-3484 Completql 23920 Valencra Boulevard, 06386H Lon shore 106,000.00 City of Santa Clarila Santa Clar n.CA 91355 661-259-2489 661-259 8125 Cam Iet 3347 Michealson Dnve Suile 100. 063881-1 Route 601215 2,449,000.00 Caltrans Inane,CA 92612 61 m86-6635 619-622-6988 50omplEte 825 East Third Street, 06389H Slover 133,000.00 Countyof San Bernardino San Bernardino,CA 92415 909-387-7906 909-307-8130 1170 NI.3rd Street,2nd Floor, 07391H Universe 650,000.00 Sanha San Bernardino,CA 92410 909-884-8276 9OM85-4407 3347 Michealson Drive Suite 100, 07393H Coronado 99,000.00 Caltrans Irvine,CA 92612 6i9-686�635 619-622-6988 3347 Michealson Drive Suite 100, 07397H Route 2101605 5,000,000.00 Caltrans Irvine,CA 92612 619-688-6635 619 622-6988 1327 Foothill Boulavard, 07400H La Cnada FI%ntrfd a 1,100,000.0o City of La Canada La Canada Flmtrfd e,CA 91011 B18-790-8880 1 818-790-7536 Com Iete Confidantial Use Only Updates or additional information maybe requested. Maybe suhmitted with a Proposal From Nis in Office ar(951)352-9646 ask for wn Estimator or Office Manager INC. Page 1 of 1 July 16, 2009 sent via e-mail Serial Letter#: 08-0949811-0002 City of Palm Springs (760) 323-8253 P Cheryl Martin (760) 323-8238 F Procurement& Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 Reference: City of Palm Springs Project No. 07-13; Baristo Road at Palm Springs High School Traffic Signal Iustallation Subject: High Light Electric Inc. Officer Ms. Martin, As you requested in our telephone conversation,this letter is to confirm that Erwin H. Mendoza is the only authorized signer for High Light Electric Inc. Erwin H. Mendoza is President, CEO. He holds 100% of the shares of High Light Electric Inc. I appreciate in advance your time for review and response, if required, to this matter at hand for the continued execution of this project. If you have any further questions, please do not hesitate to call me at(951) 352-9646 x115 at your convenience. Cordially, Diana Mendoza Outside Operations Supervisor Enclosures (0 CAT: 5.1 E:\wp_files\highligh6City of Palm Springs\Baristo Rd @ Palm Springs I-Iigh\correspo\0N-09498H-0002 doe P.O. BOX 7339 - RIVERSIDE, CA 92513-7339 LIC. 806335 C-10 V 951.352.9646 PH. - 951.3522498 FAX T' STATE OF CALIFORNIA-DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P.0- Box 420603 San Francisco California 94142 FROM: AWARDING AGENCY EXTRACT OF City of Palm Springs PUBLIC WORKS CONTRACT AWARD 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SECTION 1T77.5 HAS BEEN AWARDED TO: 2, NAME OF GENERAL CONTRACTOR 3. CONTRACTOR'S LICENSE NO High-Light Electric 806335 4. MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY P.O. Box 7339 Riverside 5. ZIP CODE 7, TELEPHONE NUMBER 92513 951-352-9646 8, ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) Baristo Road at Palm Springs High School. Palm Springs, CA 9. CONTRACT OR PROJECT NUMBER 10. DOLLAR AMOUNT OF CONTRACT AWARD CP 07-13 $ $162,136.00 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 08 1 26 1 2009 PSE NUMBERS) 11 1 12 12009 1 (USE NUMBERS) 13, TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL,HOSPITAL,ETC.) 14, Street 5_� NEW CONSTRUCTION F-1 ALTERATIONS 15, CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR($) Striping Signage concrete removal &replacement traffic signal and electrical system i6. Is language Included In the Contract Award to effectuate the provision of section 1777,5,as required by the Labor Code7................................................................ 0 Yes EI No Is language included in the Contract Award to effectuate the provisions of Section Yes No 1776,as required by the Labor Code?.................................................................. 17. SIGNATURE 18 TITLE 19. DATE Manager 7/2 712 0 0 9 20. PRINTED TYPE NA E 21, TELEPHONE NUMBERS Craig L- Gladders Manager, Procurement& Contracting 760-322-8368 Duplication of this form is permissible DAB 13(rev.5101) City of Palm Springs, CA Pfmvm�.91 CmVwbRg on9sim Bid Abstract i BID ABSTRACT Vendor& Bid Amount�Vendor& Bid Amount Vendor& Bid Amount Vendor&Bid Amount Vendor& Bid Amount PROJECT NO CP 07-1 Lekos Electric Pouk & Steinle DBX, Inc High Light CMV Electric PROJECT NAME: Basisto Rd. @ PSHS Traffic Signal Installation i DUE DATE: 06/30109 Total of all Items $198,000.00 $167,900.00 $182,287.00 $162,136.00 $165,000.00 f I ' BID TOTAL AMOUNT $198.000.00 i $167,900.00 $182.287.00 $162,136.00 $165,000.00 Whitnessed By: Cheryl Martin Date: 6130109 i City of Palm Springs, CA Pm:urcw LC lkU -'mg NASI n Bid Abstract I BID ABSTRACT IVendor&Btd Amount Vendor&Bid Amount Vendor&BId Am o un4e ndo r& Bid Amount;Vendor& Bid Amount i PROJECT NO CP 07-13 Matt Gardner Const. Zeus Construction Brudvik Christopher Morales PTM Engineering PROJECT NAME: BasisW Rd. @ PSHS Traffic Signal Installation I DUE DATE: 06/30109 I Total of all Items $196,827.00 $197,850.00 $192,940.00 $189,980.00 $172,172.00 I 1 I I f _ I f BID TOTAL AMOUNT $196,827.00 $197,850.00 $192,940.00 $189,980.00 $172,172.00 i I Whitnessed By: Cheryl Martin Date: 6M0109 f City of Palm Springs,CA Pfo ram nl Ccnlw ng Oinision Bid Abstract BID ABSTRACT Vendor&Bid Amount Vendor&Bid Amount Vendor& Bid Amount Vendor& Bid Amount Vendor&Bid Amount PROJECT NO CP 07-13 Sierra Pacific PROJECT NAME: Basisto Rd. @ PSHS Traffic Signal Installation DUE DATE: 06/30/09 Total of all Items j174,000.00 j 1 I f B[D TOTAU AMOUNT $174,000.00 Whitnessed By: Cheryl Martin bate. 6130109 I Check a License or IIome Improvement Salesperson (TITS) Registration - Contractors Stat... Page 1 of 2 Department of Consumer Affairs = . Contractors State Licens 'Board Contractor's License Detail - License # 806335 / r : . DISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you should be aware of the following limitations. r> CSLB complaint disclosure is restricted by law(B&P 7124 6) If this entity Is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click an the link or button to obtain complaint and/or legal action information Per B&P 7071 17, only construction related civil judgments reported to the CSLB are disclosed. »Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: 806335 Extract Date: 07/20/2009 HIGH -LIGHT ELECTRIC INC Business Information: P O BOX 7339 RIVERSIDE, CA 92513 Business Phone Number: (951)352-9546 Entity: Corporation Issue Date: 04/05/2002 Expire Date: 04/3 012 0 1 0 License Status: This license,is_Cur,[egt ansl,activE. All information below should be reviewed. CLASS Or$CRIPTION Classifications: C10 ELECTRICAL A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number 100044605 in the amount of$12,500 with the banding company AMERICAN CONTRACTORS INt7rMNITY COMPANY. Effective Date: 03/18/2008 Bonding: Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer IRMO) ERWIN HERNANDEZ MENDOZA certified that he/she awns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date: 08/22/2007 BOI's Bonding History This license has workers compensation insurance with the MANUFACTURERS ALLIANCE INSURANCE COMPANY https://viww2.cslb.ca.gov/OnlineServices/CheckLicense/LicenseDetail.asp 7/20/2009 Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page 2 of 2 Policy Number: PMAlWC104002300 Effective Date: 09/23/2008 Workers' Compensation: Expire Date: 09/23/2009 Workers' Compensation History Personnel listed on this license(current or disassociated)are listed on other licenses. Conditions of Use I Privacy. Policy Copyright©2009 State of California htips://www2.cslb.ca.gov/OnlineServices/CheckLiceTise/LicenseDetail.asp 7/20/2009 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CnY CLERK OFFICE: ,,r�}}�7 7 AGR* AMOUNT City Project NO: (2 7— lJ Mo# DATE Dates Published: e DIV IND APP NOTICE Y El N 11 Bud Date & Time: /SIP1� r9/0"/G� r PROJECT: *SUCCESSFUL: ' 1: U 6., XLi ! 7. �jr _ ru/ter. v. 3. r 8. / 4. r mr r. 9. �� i/�/1°r'�Onf7rYillA�lon1 /4K- 5. INCOMPLETE Blr:. on-responslva CONTRACTOR BACKGROUND CHECK-. ' XE W Required? Y ❑ N (ArrACH IF nEOUMD) Affidavit of Non-Collusion Signed &Notarized? Y -,information required of bidder page completed? Y tN ❑ Type & Amount of Insurance Required: (ATTACH AMeurteA eK01A1' Contractors License No: Type(s) Gl0 , Status No. of days to complete work �� Working, 012YI, Calendar G Estimated Start pate: MINT a Estimated Completion bate: / n� ' No. of days in which to execute;Contract after Notice orf. Award,(date City Clerk transmits contracts for execution). - ! Davis-Bacon Exhibits (Specify Exhibits-to be completed by Contractor?)" Any Addenda?, 1F N� ❑ - No. Addends Signed by Contractor? Y ffN El BONDS.-, PERFORMANCE BOND;. ..'�G�' =•96 PAYMENT BOND 160 9b ' CORRECTION REPAIR BOND Q 96 BID BONDS:, BLANK BID SPECS. Successful Bidder: , _ CASHIER'S CHECK? "Y 0 N ❑ DEPOSITED IN T& A? '`Y ❑ N ❑ Five (5) " extra Sets of bid Specifications for Contract execution Unsuccessful,Bidders: CASHIER'S CHECKS? Y ❑ N CJ, DEPOSITED IN T & Al Y ❑ N ❑ Attached: Y,❑ '.N ❑ Which Contractor(s)- Provided Previously DO SPECS & AGREEMENT FORM R'EFERENCF- Pubiic,Contracts Government Code Sec. 223 00: Y Ili N: ❑ Labor Code 13775 Y N ❑ Labor Code 7 71 ' Y 1� N ❑ California Standard Specifications EDITION Standard Specifications for Public Works Construction EDITION DATE: ' /y nLl— m BY: �Klm7 I�dYC . DEPT. i WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor By Title BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 WORKER'S COMPENSATION CERTIFICATE 5/19109 AGREEMENT AND BONDS-PAGE 5 CITY OF PALM SPRINGS, CALIFORNIAN� °PUBLIC WORKS AND:-ENGINEERING DEPARTMENT-. ; ' , IL .dpa,rr'.ik�•�"ye, �r _ x+ .. r. r .m7q.x Y.•r,' ..Yan wa nr I•r •Tr'FYIr,. r:e4+R,1d4u�+.er.�wrr.P. •r err r. r . Y. »,. r,in . J a•A .e; n r . , ,. ...Nx-'lr • . .•, x'.'pi���„y .bs•:tia p( ti#,>a:ti,.�rN rye, r r 4rm f`,. 5 r , „41 'l•1'J•.IJ�dx� r,ry � d�r.w..✓'a+"W.q.rr.r 64, ~khr C 'I 'B7DDERSPPROPOSAL CONTR�4CT^�^ 4 �) '0"<dy*i.1Hww Jl.,ryr4:hli dnv(IbYIi APob.. .�v"wy+Hvr`.„.h,aAn1:.4.d�a.arxW�.,i"x.;a.d�14'1ga., i•' .:r s w •;6 .aY,4¢9rNY�^+JN'^x+f'I'�,��xb.w"I�.Iy,+'1!YY+ra.r{.r+{}f' ''�aNx,p4.4un rWtya:+'NkYrin{Yr,q� ,u'V,N j,(py rA'FFr l.m nP'�NY I.x:,dr.;u nL�wM'♦w4.w Qr/,.r , rr" n r ., r.. • ...,yn•F`.i.•�iwbFerlljdrwy.rrJ')td�°YFI:`lil rn ^w�v 'Y1eYYMw'rii'Jr'�lXli C .d1 V " a .i` frx " .' iA6elr, �uNa�'h166 .r�lV� I13Ywc �1Y7rtoi' .�.r5rw',' ,�Yr6if,.'a,a3x. .4.aw,ana'Y'.' .. '>'1wi4n,,:,dM'�1:+�'kiWV'<YMdi �a••,r.l'r . . . ,. ..h•r'p.q,»n�'. .ay.'yrw•'i.i..i:y9prrrw y:.id s,..».„! w'"''»'++"I��� N�M1'•e�l'�r'rp' b�.�,: M1m ...�'�,..q�,�'.r'�Ylip+¢+,w!A.+..r(�'i�aN,'F,NvA +r-Y'„ y,brJ°,'r(H :y";.crn.,r„r w,Wmydxy,' ,. ;4�.Cd�,.�lblq,. wr.'•N u _ 4 '"+:1L4'�•�d : r•� bHa�{I,'Y4w"r'��•hW'•aA'rxfY''•i.r✓t7:•'!.R' '§d�'a,y � ��V r. !" rt, -r4M r{�r,a�r`1,,; '�Il la PYkr Y.„'�s,;�,. .,.,r.� aY, " ;:t ` ��,» � .,h.., i r r r :S',i'o'RYE"' ' �Xk''v•"Y�►1 ;'�1 ' •,�r,d kl�d,u.", rt�.,,g7n ��^ '� '.�, . ,y,.,,., r r, ,1d =x' •.Y,i-�S�„�1�5`I d ea'r[�'6'.r" r�.ye, rr�� �T�. /,• `..Y•.. � �A f., Ail., ,� LINSTALI:A W•-.4•(/'+.rt�RY/a's JETi`" 0�.,O l 7 "r n. ,i.^�cr' r iq"* is �. ••'+xe." ,.•r N�'Isr. r ypyr t` i AM.,I. • 7r Prs^ a. w^r1'.r•''; x'�Nr•w4rlrL., r AA•• Y� ,1. 9 bni.p�;.,i;yutb:b'i!Y'� wy9di•bra•-M'4�i:°/^!n++dra+t"°p'p�,°+1m'ir'°r' , ^ 'a�,dwa:°�+�xMwY�wj4N��a �.xr�„•Y '��;.�,`..a�.� ' . �k+bf�Yl tr.,iy. vyre ' nya �a�>r8f. ua�ly.:,awf,xnna(m,,. Y,,rv,Wr,�i'xpe/S W 'wJ�kk....drr+Gn uca Y'V VlFwl.+1".♦r"d,. ,1 •[�.�'`.•r{wui�yx�i>�q�n" "'(i{ ' 'aqa`+dlri,r..b�iw,�.�4Ui ' nraaJNy7ddrw,yYYFr.k..�,,,al,r•:dn. .,.:ev�•yyr� Y>�• '�.gtiWlll ��i.Yh'rN•u'31w•r�+xy4p � !wN � ��1{�Mt '.�."✓wY",.,pa�rar..dnlp..,t•'. �A(' ids'y��.� /pl�yNiYllii'rM'1�Y�i.M FI 'w ��Y 'b�Yiyva�kNr:ar,if 'WNW I�t �,�: war{�°'�Ad /aL�� •�'..,e1,Y .`9''1 a• I't'w,j..,w°':a.:N C'n .�X," ."�' wpp'r��rw�" x�� � e ^v!A44' C6 F,"' I�� � r'�Ib p•�rM�"J,y'rr �'Y , rwr+rfrf[ Yµ Y�Ydy9"p7�. I"a M�r..+. "n ,"�' ,r'r"�,iS�w:, w„r^•„Y•; • �1 . ,� PNNP[,Yl,• � 'Irbl," .. 5�'rn,i�iY,'� W ++'� ' Y'' 'lr�,, I'V i YAI�a •ice, sm�. :°r � 'ice 1 "o-+y[ erri, r� ri r r.� 'r " sir.:., .rvr ,.','r;^pr YYd,.:;7!. R7T yM,, i,I U',1' .r.�..,. .r ` r ! i'S� °s:,fN yr ir;..• ...rrn e;!k�:'$1 �uvI6y�Ip�4N�d.xx�:d�� tw MYMnr4 r, L.e ..�_m.iw, 'Tnt"T"0. �;WrYdY'A �p,�:„�.r ry [:M1{a^^L�d'F ..;rr�;xn r¢. . . •�'. k,°�y+,r,^royal `»Y , m i r ,. � N r°n•re ',maYud+ ., -�raY%aawY ,6.; r',y*H +n 'wyYe r�llfA/ryd`+nr�y '�'Pw" xw I'W +M+A kr1d".M,fi'PW,1•�.wr' w.ce? ryw14•r 1. tSl�}i6" ry„u,wri, Nr rh r,WpYb'>µylMa:.,.x''r4v 'G,kryrjSl.aR'rv'rp'.:drw,uq+;'N'r';.kkW.y,..°+r"'yd r„a . 72 N4 Ya9111+YnvwYMM'fMYntkrwMd 11 •v�'aA'se.,r.,w;r• ,��,.+=w�arr+,r�°.,.n..r,a; ',�.•.,`,•I, ".+1,� , ....,a.,;•rntYnau r „rani.4"•afY7 ,. ' dr'A6'r,,. I �fl'�W�RY.11'en.'•:, ,,.�„yar�k,n4w{..p..,Wliro4 'Wr+ri.r,_M+I�n,tlW➢.s..u4.ap+L�'aA1a.(•duY..r+9' r r yam, 316C.aG7w"Nd.ebi� 'W n.j,lyx wP r• wrvm'Y' 'f7Wk.Nv>' IA++o;'YY�I«.vMrNrtv'A1v,n-. 1lryy r A.+w,xe'.... ,I:Na ,�Nw�. gI.tAl�u.µ7' 'n oWF.,rer,• ,la^_.r„»,y�„Ypyp: ,k�YYi+M.'A:fYlflYwRW. ., :eb...fY rJ;r..svar.M.µat"w Mhw':dlYr:ni� ^�� mil.N'Frnv L..4M+ILs: ..'a.mw.vS++'�4'�CM.d,Cr'�'k+i+.+'aF.+➢wCNa, ,We'U`.Ywe ,daA+vYyWq�$Iww.wa°e,Y u,,!ykl'i' ' .. . . 'a lowyyY�a'.,. j ,.( Jr,�. �fr�iArK�.d w4r.Srr+iA Wa,91' 6,,, ''ax".l�kxE'S r,.�. „, '•'µel bRlap'h'rklMrpp,�yW1, ,Idluw.wf.rr'rµ«%.la.•4r: Gw 4db1'Ir+:' �rrt :rY.IY 'a'i AM+x 'drNfAanFiai,.e WC:M1'� +Y�+y6.`Lud;. ,_W ,i'IW.d.;.ayYI rlw;:.wFi' >�+ .r-;.,rw, �u�n,__.:,u...._�: ;+. ytx,..M,w�.yiaw.,y.Y�ta •. � eyr 1 ' � x9Y� 91 SYT��n�u0/+ DJm.p9 t° 'nYr 'iW,*a^•x'p ,ry•pl gPm,Kr nyr.w!.jM1�' I`'�r'r;k:x'r^nrw� / , Y4 nW' r•'a; I'Y�y}Y�y} Y'" '.a .okgil6 d +,1,w qI nNo` Yb,a. .;h ':•[1, .'r'r�°" .fa; r r { .y.r. rk"y41,1,A�NWu�'ryT�y+.r r,yr rtl r � r �¢rw., kr rr11•d�''A?!^,�"au;"r't Ln Jr 4 t''. Y�a �a'.''t'"b:y r7 1' d� 'M'�',!Ir. r,,.rl�lkr r�„k:141+i/.'.I rMr.Pa•''dL` '�" C"n r d.r w1 y.^I r !,P";xPY'�'r.+.. '. Y^y9,�'� `�f+>,':rr a .s,r.r .r�•�m'o' �_r—.,,.-..- . � � p"'r k ',p` dhY:„��r•r e. '•gYbx. y __..__.._ ..... ....,. �a2.-.._fir FpAL sA?z N City of Palm Sprzn01_ s V Deparimear of Public Works and Engineering ** 3200 P.1a6quitz Canyon Way • Palm Springs, Ca6foruia 92262 C L/FOR 1el. (760) 32�-5253 ' Pax: (760)322-8360 • Weh: wivwci palm-springs ca-05 q ADDENDUM NO. 1 To all prospective bidders under Specifications for the Baristo Road at Palm Springs High School Traffic Signal Installation; City Project No. 07-13, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2.00 P.M. on Tuesday, June 30, 2009: I. Changes shall be made to the applicable sections of the Special Provisions to implement the following requirements: 1. The City intends to award the construction contract for this project at the July 1, 2009, City Council meeting. The apparent low bidder shall verify with the City that its bid will be awarded July 1, 2009, and shall order all long-lead items as required by the Special Provisions by July 6, 2009, 2. The Contractor awarded a contract July 1, 2009, shall immediately obtain its required insurance certificates and bonds as required by the Special Provisions. As stipulated in the Instructions to Bidders (Item 17), the Contractor shall return all required documents (executed contract, bonds and insurance) within 7 calendar days of receipt of the agreement forms from the City. 3. The Contractor shall be prepared to commence work no later than August 3, 2009. The first order of work shall be to install all traffic signal infrastructure (traffic signal conduit, pull boxes, traffic signal foundations, controller foundation and cabinet, electric service meter foundation and pedestal, electric service extension, traffic signal cable and wiring, and trench paving repairs) as directed by the City Engineer. All work, with the exception of the setting of traffic signal poles and associated work, shall be completed by August 28, 2009. 4. In the event the Contractor is unable to complete the specified underground infrastructure work prior to August 28, 2009, a special penalty fee of $2,000 per day shall apply as the result of impacts to traffic and pedestrian flow into and out of the Palm Springs High School, which reconvenes classes on Monday, August 31, 2009. 5. The setting of traffic signal poles and associated work shall be scheduled for and occur only on a Saturday, when Palm Springs High School is not in session. Upon confirmation of delivery of traffic signal poles for this project, the Contractor shall coordinate with the City Engineer scheduling of the remaining work for the next available Saturday upon mutual agreement between the Contractor and City Engineer. Installation of traffic signal poles shall only be scheduled after the electric service meter is set by SCE and electrical service is available. The Contractor shall not be required to pay the City for additional or overtime inspection fees for work occurring on Saturday as required herein. Post Office Box 2743 • Palm Springs, California 92263-2743 Baristo Road at PSHS Traffic Signal Installation City Project 07-13 Addendum No. 1 June 18, 2009 Page 2 II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection. Date: June 18, 2009 BY ORDER OF THE CITY OF PALM SPRINGS By � i L David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 F p PA M S.o City of Palm Springs c V � N 17eparrmenr of Public Works and Engineering ao 3200 E.Tahquicz Canyon Way • Palm Springs, California 92262 f C V (760) 323-8253 • Pax: (760)322-8360 - %Vcb: www.ci.palm-springs C..us q�IFORN f ADDENDUM NO. 2 To all prospective bidders under Specifications for the Baristo Road at Palm Springs High School Traffic Signal Installation; City Project No. 07-13, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 P.M. on Tuesday, June 30, 2009: I. The attached SCE Service Plan shall be added to the Appendix. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 2 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection. Date: June 24, 2009 BY ORDER OF THE CITY OF PALM SPRINGS B David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 Post Office Box 2743 • Palm Springs, California 92263-2743 x,l •9 LYSTOM NFOR 10ff 'AD FOR SURFACE M3UNT�) MM-TRANSFCRVER mv.-w u.wa xfw•�, FIFaMa Y-iYn.6Y 3LEntrl r>+R�'1. �.':��.a.ID•'...+':.'.'r`<.:°_ c�..,:w i...wanhxe R.e�.dtiscE 75-ICC I(VA 10 Y~�••r+••r+na�'we. Y•a..rrZ IX PSX.s wf.£ eve�.t., un N..xaewCL. F :.xo w�+ ., n...,:Ynn:3.�rw• 4� ,r. CASTPLUSsunw Lye , PLAN I 1�.•R1F61eJi A'Y IP•W do•y�Fi G •I uarNns. LNG LYSICYIXN][E I,.LLS•S e p YFE9.lE1 a • 1 •ecwY'em e•wesa•.a larxx. io�io eEunrvuu'weamrFNll.lmw.a f:dl _Ply, unma ca.n ru¢v FR ui F'PLlYPV1 FCl�EIVWTF0.l pLN] 5 ]M l4 YS!eE l'L ISL7<YEFI L1lE NLYv IIINJ �1N I Cwmmaxa 6WLfMYSr IE WALPn•cU�0.EhJ61ll GI[][h na-� �-I ice= I ➢b �o z!5•I��ar:i �m — ELEv PY]Y i0.[-0 •a rslvo nmru.Taa awlsm Ro nn.,�F,o. ..,..w.,.....n.nr....... c ..•mirn xmcwalaarssufucE�oxE� PE'JUFF➢FCR LI{G3iJ PEcrw�xw�eca,srrnLw q x�nN; sa r.sFEaLx s-Ec.Lc wnoNam ., .sr+Nss O rvnluxrr YYaY SJM1TIL a uxearroaodFRVEx1ERi ip-4+TN PefaY'>T Y1L eN i#fa'adl�194C FL' [_m �ntr9 del.r6ORE1w iP CITY OF PAlM SPRINGS p cl:Emona CIR: GAMRNINO 12" k GIIB:THORNHILL +•av P,p dFlL ly. NOTE 5G CREW 3 F�r,•e�Ru sawica e.r., -x"'css:xd uts m ]I:51! sv1133. n.•.eN�MA s,ri3 �f oxarud .f.s`:.t-e �.. ...:�.�+�..a. m..,.o _ s-�N u�xu �nuEo P s¢ I PaaSm�rwx sL f1 --ff ocas mwcn iu wsrsu it R..,k rt�r� ���•-� • • • CITY PROJECT NO. 05 - 03 • • The Special Provisions • contained herein have been prepared by, or under the direct supervision of, the following • Registered Civil Engineer: • • • • • QROFESg�� • c • Marcus L Fuller No.C-57271 • Assistant Director of Public Works/ * F alalc • Assistant City Engineer r cnm. e��P • Civil Engineer C 57271 OP CA • • • • Approved by: • • • • • David J. Barakian, P.E. • Director of Public Works/City Engineer • Civil Engineer C 28931 • • • • • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO.07-13 0 5119109 SIGNATURE PAGE • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO. 07-13 • • TABLE OF CONTENTS • • PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders • • Bid Forms • Bid (Proposal) Bid Schedule • List of Subcontractors Non-collusion Affidavit . Bid Bond (Bid Security Form) • Bidder's General Information • Agreement and Bonds • Agreement Form . Worker's Compensation Certificate Performance Bond • Payment Bond Certificate of Insurance • PART II -- SPECIAL PROVISIONS • • Section 1 - Specifications and Plans Section 2 - Proposal Requirements and Conditions • Section 3 - Award & Execution of Contract Section 4 - Scope of Work: Beginning of Work, Time of Completion, and Liquidated damages • Section 5 - Control of Work Section 6 - Control of Materials • Section 7 - Legal Relations and Responsibility . Section 8 - Prosecution and Progress Section 9 - Measurement and Payment • Section 10 - Construction Details • • PART III --APPENDICES • APPENDIX "A" • Standard Drawings • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO,07-13 SPECIAL PROVISIONS 5119109 GENERAL CONTENTS-PAGE 1 • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT ! • • • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • • BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO. 07-13 • Notice Inviting Bids i Instructions to Bidders ! Bid Forms • Bid (Proposal) • Bid Schedule i List of Subcontractors ! Non-Collusion Affidavit Bid Bond (Bid Security Form) • Bidder's General Information ! ! Agreement and Bonds Agreement Form ! Worker's Compensation Certificate Performance Bond i Payment Bond ! Certificate of Insurance ! i . . . ** ! • i i • • • i ! • • • SARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO,07-13 PART 1 CONTENTS 0 5/19/09 PAGE 1 • • CITY OF PALM SPRINGS • NOTICE INVITING BIDS • BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL . TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO, 07-13 • N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Baristo Road at Palm Springs • High School Traffic Signal Installation, City Project No. 07-13, will be received at the office • of the Procurement and Contracting Manager of the City of Palm Springs, California, until 2 P.M. on June 30, 2009, at which time they will be opened and read aloud. The • Engineer's Estimate is $175,000. • • N-2 DESCRIPTION OF THE WORK: The Work comprises the installation of a new • traffic signal and electrical system complete, with associated improvements at the intersection of Baristo Road and main entrance to the Palm Springs High School; traffic • striping and signage; removal and replacement, and construction of various concrete improvements; and all appurtenant work. • N-3 AWARD OF CONTRACT: • (a) The City reserves the right after opening bids to reject any or all bids, to waive any • informality (non-responsiveness) in a bid, or to make award to the lowest responsive, . responsible bidder and reject all other bids, as it may best serve the interest of the City. • (b) As a condition of award, the successful bidder will be required to submit payment • and performance bonds and insurance. • • N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm • Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a • period of 60 calendar days from the date of bid opening. • N-6 CONTRACTOR'S LICENSE CLASSIFICATION. The Contractor shall possess a valid Class "A" OR "C-10" Contractor license at the time of submitting bids. • N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Coptractor shall pay the general prevailing rate of per diem wages as determined by the Director of the • Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. • The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. • N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without • retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public • Contract Code. BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 NOTICE INVITING BIDS . 5119/09 PAGE 1 i N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: • (a) Contract Documents may be, inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $30.00 per set by • cash, check or credit card and are obtainable from the City of Palm Springs Engineering • Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of C,onlract Documents. Make checks payable to "City of Palm Springs". (c) An additional mailing fee of $15.00 will be charged for sets of documents sent by mail. Overnight, Federal Express, o(other methods of delivery shall be the responsibility of the Bidder. If you have a FedEx No, or an On-Trac No, include that in your correspondence. If you do not have either of these, please include the mailing fee in your check for Bid Documents to cover the cost of shipping. If you have any questions, please call the Engineering Secretary @ (760) 323-8253 x 8738 or by e-mail at kim.licon@palmsprings-ca.gov. (d) Obtaining Bid Documents and registration as a Bidder: If you are interested in submitting a bid, it is imperative that you contact Kim Licon, Engineering Secretary, via e-mail at kim.licon@palmsprings-ca.gov or by phone at (760) 323-8253 x 8738 to officially register as a Bidder for this project with your company name, address, pone, fax, contact person and e-mail address- Failure to officially register may • result in not receiving addenda to! the Notice Inviting Bids. Failure to acknowledge addenda to the Notice Inviting Bids may render your proposal as non-responsive. N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be • sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the • Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For.." followed by � the title of the Project and the date and hour of opening Bids. The certified or cashier's • check or Bid Bond shall be enclosed in the same envelope with the Bid. By Date ZI David J. Barakian, IPE Director of Public Works/ City Engineer City of Palm Springs I♦ BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 NOTICE INVITING BIDS . 6/19109 PAGE 2 i • • • CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS • • 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice . Inviting Bids and not defined herein shall have the -meanings assigned to them in the General and Special Provisions- The term "Bidder' shall mean one who submits a Bid • directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder- The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also • to the general competency of the Bidder for the performance of the Work covered by the • Bid. To this end, each Bid shall be supported by a statement of the Bidders experience • as of recent date on the form entitled "Bidders General Information," bound herein- Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work • will be accepted from a contractor who does not hold a valid contractors license in the • State of California for the classifications named in the Notice Inviting Bids at the time of • award- • 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, • partnership, corporation, or association under the same or different names will not be • considered. If the City believes that any Bidder is interested in more than one Bid for the • Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. • 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE -- • (a) It is the responsibility of each Bidder before submitting a Bid to examine the • Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local • laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidders observations with the Contract Documents; and notify • the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. • (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface Conditions at the site which may have been • utilized by the Engineer in the preparation of the Contract Documents. However, such . reports are NOT a part of the Contract Documents- The interpretation of such technical data, including any interpolation or extrapolation thereof, together with nontechnical data, • interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. • (c) Copies of such reports and drawings will be made available for inspection by • the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is • entitled to rely is limited to that set forth in the Special Provisions. • (d) Subject to the provisions of Section 4215 of the California Government Code, • information and data reflected in the Contract Documents with respect to underground • utilities at or contiguous to the site is based upon information and data furnished to the • SARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 INSTRUCTIONS TO • 5l19109 BIDDERS-PAGE 1 i City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is i expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface ,conditions, underground utilities and other physical . conditions, and possible changes in,the Contract Documents due to differing conditions appear-in the Standard) Specifications-and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or • obtain any additional examinations) and investigations which pertain to the physical conditions (surface, subsurface, and', underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made . by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration- (h) The lands _upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in • performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless . otherwise provided in the Contract Documents. (i) The submittal of-a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work _required -by the Contract • Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate .and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as . having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered- Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. • B. BID SECUIRM', BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or Cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids- Said check or bond shall be made payable to the City and shall be given as SARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION . CITY PROJECT NO.07-13 INSTRUCTIONS TO 5l19109 BIDDERS-PAGE 2 • • a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and • Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the.Standard Specifications or Special Provisions. In case of refusal or failure of the successful-Bidder to enter into said Agreement, the check or Bid Bond, as • the case may be, shall be forfeited to the City_ If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming • substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in • making the award. All other Bid securities will be held until the Agreement has been finally executed_ They will.then be returned to the respective Bidders whose Bids they • accompany. • 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein. • Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one • Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of • schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and In the event of any conflict • between the words and figures, the words shall govern. The envelope enclosing the • sealed bids shall be plainly marked in the upper left-hand comer with the name and • address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening • of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids_ It is the Bidder's sole responsibility to see that its Bid • is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause-its rejection. In the • event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for • a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor • shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the • California Public Contract Cade. In the event that there is more than one Bid Item in a • Bid Schedule and the total indicated for the schedule does not agree with the sum of • prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound • by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. • 11. QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are • supplied only to give an indication of the general scope of the Work-, the City does not BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 INSTRUCTIONS TO . 5119109 BIDDERS-PAGE 3 i i expressly or by implication agree that the actual amount of work -or material will correspond therewith- (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract . Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions- 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless • expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids • or modifications will not be considered- .. � 14. LIQUIDATED DAMAGES - (Provisions for liquidated damages, if any, shall be as � set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE DR "OR-EQUAL" ITEMS - The procedure for submittal of any S application for a substitute or "or equal" item by the Contractor and consideration by the Engineer is set forth in Section 6 of the Standard Specifications and Special Provisions. • 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be -made within the period stated in the Notice . Inviting Bids that the Bids are to remain open, unless extended by-mutual agreement of the bidders.. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules,which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall r secure all insurance, and shall fumish all certificates and bonds required by the Contract Documents within 7 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements 'in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, • responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsiblle Bidder refuses or fails to execute the Agreement, the City may SARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION INSTRUCTIONS TO . CITY PROJECT NO-07-13 5/19/09 BIDDERS.PAGE 4 . • • • award the Contract to the third lowest responsive, responsible Bidder. On the failure or • refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. • 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware • that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. • 19. LOCAL BUSINESS PROMOTION — The contract for this project is subject to the • provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses • whose work force resides within the Coachella Valley. The prime contractor shall submit • evidence of such good faith efforts at the time of submission of bids. Good faith efforts • may be evaluated by placing advertisements inviting proposes in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local • sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification • of this subsection. The City Council or Director may reject as non-responsive the bid of . any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. • • - END OF INSTRUCTIONS TO BIDDERS - • • • • • • • • • • • • • • • • • • eARI5T0 ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07.13 INSTRUCTIONS TO • s/19/00 BIDDERS-PAGE 5 • • • BID DOCUMENTS • Only the following listed documents, identified in the lower right corner as 'Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. • Bid (Proposal) • Bid Schedule(s) List of Subcontractors Non-collusion Affidavit • Bid Bond (Bid Security Form) • Bidder's General Information • • Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. • • • • • • • • • • • • • • • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 COVER SHEET 5/19/09 BID FORMS-PAGE 1 • • BID • BID TO: CITY OF PALM SPRINGS, CALIFORNIA • The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO. 07-13 • • Bidder accepts all of the terms and conditions of the Contract Documents, including without • limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. • • This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise . required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, • Performance Bond, and all Permits required by the Contract Documents- Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): • Number Date Number Date Number Date . Number Date • Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, . or performance of the Work, and has made such independent investigations as Bidder deems necessary. • In conformance with the current statutory requirements of California Labor Code Section 1860, • et seq., the undersigned confirms the following as its certification: • 1 am aware of the provisions of Section 3700 of the Labor Code, which require every • employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the • Work of this Contract. • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO.07-13 BID AGREEMENT 5119109 BID FORMS-PAGE 2 • • • • To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion • Affidavit, Bidders General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract • Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract . Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). • Dated: • • Bidder: • • • By: (Signature) • Title: • • • • • • • • • • • • • • • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION • CITY PROJECT N0.07-13 BID AGREEMENT • 5/19/09 810 FORMS-PAGE 3 • • ! BID SCHEDULE Lump Sum Price for Construction of: BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION ! CITY PROJECT NO. 07-13 • In Palm Springs, California • Description Baristo Road at Palm Springs High School traffic signal installation, complete and in place as shown on the traffic signal plan, including, but not limited to: installation of new traffic signal • poles and equipment; installation of Model 170E controller assembly with Type 332 cabinet; • installation of Type III-AF service equipment enclosure; installation of four (4) Model R409 LED Edge-Lit IISNS; installation of various traffic signs; installation of conductors and conduit; • installation of an Iteris "Vantage Edge 2" video detection system consisting of a processor • module for quad video input, shelf-mounted rack system with rack mount LCD monitor, four (4) • "Vantage RZ4" cameras, and associated equipment; installation of a Tomar "Strobecom ll" Optical Preemption and Priority Control System consisting of four (4) Tomar Model 2091-ST _ optical detectors, Tomar Model 3140 optical signal processor (OSP), M913 detector cable, and associated equipment; installation of Tesco Model 22-OOOBBS uninterrupted power supply • battery backup system; installation of 450± linear feet of 3" conduit for SCE electrical service . as shown on SCE service plan; removal and repair of existing improvements affected by construction; traffic striping and markings; traffic control; mobilization; and all other appurtenant work. . TOTAL BID PRICE . For the lump sum price of: • $ ! (Price in figures) • ! • (Price in words) • • • Name of Bidder or Firm • • Name of Bidder or Firm • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 BID SCHEDULE • 5119109 BID FORMS-PAGE 4 • • • . INFORMATION REQUIRED OF BIDDER • LIST OF SUBCONTRACTORS • • As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of • the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which • will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as • otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent • License of Total Work to be Performed Number Contract Subcontractor's Name&Address • 1. • • • z • 3. • • 4. • • 5. • • 6. • • • 7- • • 8. • • • • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 LIST OF SUBCONTRACTORS • Silo 9 BID FORMS-PAGE 5 / • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID • / State of California ) / ) ss. / County of ) • I, being first duly swom, deposes and says that he or she is of the party making the foregoing Bid, that the Bid / is not made in the interest of, or on behalf of, any undisclosed person, partnership, • company, association, organization, or corporation; that the Bid is genuine and not / collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, . conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or • indirectly, sought by agreement, communication, or conference with anyone to fix the Bid • price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of • the Bid price, or of that of any other Bidder, or to secure any advantage against the public / body awarding the Contract of anyone interested in the proposed Contract; that all / statements contained in the Bid are true; and, further, that the Bidder has not, directly or / indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee / to any corporation, partnership, company, association, organization, bid depository, or to / any member or agent thereof, to effectuate a collusive or sham Bid. / Bidder • By Title • • Organization + Address • • / / BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 NON-COLLUSION AFFIDAVIT 5119109 BID FORMS-PAGE 6 • • • • ALL-PURPOSE ACKNOWLEDGMENT • • State of • County of • On before me, • Date Name, Title of Officer • personally appeared NAME(S)OF SIGNERS) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by . his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument_ • • I certify under PENALTY OF PERJURY under the laws of the Stale of California that the foregoing paragraph is true and correct. Witness my hand and official seal. • • Signature of Notary • • • • • ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of . this Certificate to unauthorized document. • THIS CERTIFICATE Title or Type of Document [OUST BE ATTACHED • TO THE DOCUMENT Number of Pages DATE of DOCUMENT • DESCRIBED AT RIGHT: Signer(s) Other Than Named • Above • • • • • • • • • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION . CITY PROJECT NO.07-13 NON-COLLUSION AFFIDAVIT-NOTARY ACKNOWLEDGMENT 5119109 BID FORMS-PAGE 7 • • • • • • BID BOND . KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: • • (not less than 10 percent of the total amount of the bid) dollars • for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, • administrators, successors, and assigns,jointly and severally, firmly by these presents. • WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s)of the City's Contract Documents entitled: BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO. 07-13 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a • written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the • required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. • In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the . court. • SIGNED AND SEALED, this day of 200 • PRINCIPAL: • Check one:__individual,_partnership, corporation • (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND 8. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or • Chief Financial Officer). • By SURETY: • signature • (NOTARIZED) Print Name and Title: • • By By • signature signature . (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: • • SARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION . CITY PROJECT NO.07-13 BID BOND(BID SECURITY FORM) • 5/19/09 BID FORMS-PAGE 8 • • • • • . BIDDER'S GENERAL INFORMATION • The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: • • • 2. CONTRACTOR'S Telephone Number: ( ) • Facsimile Number. ( ) • • 3. CONTRACTOR'S License: Primary Classification State License Number(s) . Supplemental License Classifications • * 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety • Address Surety Company • Telephone Numbers: Agent( ) Surety( ) • • 5. Type of Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of- • 7. List the names and addresses of the principal members of the firm or names and • titles of the principal officers of the corporation or firm: • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION . CITY PROJECT NO.07-13 BIDDER'S GENERAL INFORMATION _ 5/19/09 BID FORMS-PAGE 9 • • • • • BIDDER'S GENERAL INFORMATION (Continued) • • $_ Number of years experience as a contractor in this specific type of construction work: • • i 9. List at least three related projects completed to date: • • a. Owner Address • Contact Class of Work • Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work • Phone Contract Amount Project Date Completed Contact Person Telephone number ! C. Owner Address Contact Class of Work Phone Contract Amount • Project Date Completed Contact Person Telephone number • • 10. List the name and title of the person who will supervise full-time the proposed work for your firm: • • 11. Is full-time supervisor an employee contract services ? • 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be * required by the Engineer. • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO.07-13 BIDDER'S GENERAL INFORMATION 5119/09 BID FORMS-PAGE 10 • • • • • • AGREEMENT • THIS AGREEMENT made this day of 200_, by and • between the City of Palm Springs, a charter city, organized and existing in the County of • Riverside, under and by virtue of the laws of the State of California, hereinafter • designated as the City, and • hereinafter designated as the Contractor. • The City and the Contractor, in consideration of the mutual covenants hereinafter set • forth, agree as follows: • ARTICLE 1 -- THE WORK • • The Contractor shall complete the Work as specified or indicated under the Bid • Schedule(s) of the City's Contract Documents entitled: • BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL • TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO. 07-13 • The Work comprises the installation of a new traffic signal and electrical system • complete, with associated improvements at the intersection of Baristo Road and main • entrance to the Palm Springs High School; traffic striping and signage; removal and • replacement, and construction of various concrete improvements; and all appurtenant work. • ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time • specified in the Notice to Proceed. • The City and the Contractor recognize that time is of the essence of this Agreement, and • that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable • provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss • suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or • delay (but not as a penalty), the Contractor shall pay the City the sum of $750 for each • calendar day that expires after the time specified in Article 2, herein. In executing the • Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard • Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual less incurred by the City due to the inability to complete the Work • within the time specified in the Notice to Proceed. • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO.07-13 AGREEMENT FORM • 5/19/09 AGREEMENT AND BONDS-PAGE 1 • • • • • ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractors Bid • and Bid Schedule(s)- ARTICLE 4 -- THE CONTRACT DOCUMENTS • The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the • prevailing rate of per diem wages as determined by the Director of the California • Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of • Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers • to , inclusive, and all Change Orders and Work Change Directives • which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. • • ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions_ Applications for Payment will be • processed by the Engineer or the City as provided in the Contract Documents. • • ARTICLE 6 -- NOTICES • Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the • individual or to a member of the firm or to an officer of the corporation for whom it is • intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. • • ARTICLE 7 -- MISCELLANEOUS • Terms used in this Agreement which are defined in the Standard Specifications and the • Special Provisions will have the meanings indicated in said Standard Specifications and • the Special Provisions. No assignment by a party hereto of any rights under or interests • in the Contract Documents will be binding on another party hereto without the written • consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such • consent (except to the extent that the effect of this restriction may be limited by law), and • unless specifically stated to the contrary in any wdtten consent to an assignment, no • assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 AGREEMENT FORM • 5/19/09 AGREEMENT AND BONDS-PAGE 2 • • • • • The City and the Contractor each binds itself, its partners, successors, assigns, and legal • representatives, to the other party hereto, its partners, successors, assigns, and legal • representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. • • IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be • executed the day and year first above written. • • ATTEST: APPROVED BY THE CITY COUNCIL: • CITY OF PALM SPRINGS, CALIFORNIA • Date • • BY • City Clerk Agreement No_ • • APPROVED AS TO FORM: • • 6y City Attorney • Date • • • CONTENTS APPROVED: • • gY • City Engineer N • Date • • gY City Manager • • Date • • • • • . BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07.13 AGREEMENT FORM 5/19/09 AGREEMENT AND BONDS-PAGE 3 • • • • • Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant • Treasurer, or Chief Financial Officer. • CONTRACTOR! Namc: Check one:„Individual Partnership Corporation • Address: • • By: By: Signature (notarized) Signature (notarized) • • Name: Name: • Title: Title: (This Agreement must be signed in the above This Agreement must be signed in the above Space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) • State of F State of ❑ • County of []as County of Liss • On On before me, before me, personally appeared personally appeared • who proved to me on the basis Of Satisfactory who proved to me on the basis of satisfactory • evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and Is/are subscribed to the within instrument and . acknowledged to me that he/she/they executed acknowledged to me that he(she/they executed the same in his/her/their authorized capacity(ies), the same In his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf instrument the person(s), or the entity upon behalf . of which the person(s) acted, executed the of which the person(s) acted, executed the • Instrument. instrument. • 1 certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. • WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: • Notary Seal: Notary Seal: • • i • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION AGREEMENT&BOND AG S-PAGE 4 OND;NT FORM • CITY PROJECT NO.07-13 • 5/19109 • • • • • • A WORKER'S COMPENSATION CERTIFICATE • • (AS REQUIRED BY SECTION 1861 • OF THE CALIFORNIA LABOR CODE) • 1 am aware of the provisions of Section 3700 of the California Labor Code, • which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the • provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. • • Contractor • BY • • Title • • • • • r • • • • • • • • • • BARIS70 ROAD AT PSH$TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO.07-13 WORKER'S COMPENSATION CERTIFICATE • 5119/09 AGREEMENT AND BONDS-PAGE 5 • • • • PERFORMANCE BOND • KNOW ALL MEN BY THESE PRESENTS, • . That as Contractor, and as Surety, • are held firmly bound unto the Community Redevelopment Agency of the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the "Agency," in the sum of: • dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, . administrators, successors, and assigns,jointly and severally, firmly by these presents_ • WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement • with said Agency to perform the Work as specified or indicated in the Contract Documents entitled: • BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO. 07-13 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract • Documents required to be performed on its part, at the times and in the manner specified herein, • then this obligation shall be null and void, otherwise it shall remain in full force and effect_ PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or • changes in the time of completion, which may be made pursuant to the terms of said Contract • Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said • Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby • waived by said Surety. SIGNED AND SEALED, this day of 200 • CONTRACTOR: Check one:—individual,_partnership, _corporation • (Corporations require two Signatures; one from each of the following groups: A. Chairman of Board, • President, or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). • By SURETY: • • signature • (NOTARIZED) Print Name and Title: • • By By • • signature signature • (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: • • • BARISTO ROAD AT PSNS TRAFFIC SIGNAL INSTALLATION CITY PROJECT NO.07-13 PERFORMANCE BOND • 5119109 AGREEMENT AND BONDS-PAGE 6 • • • • PAYMENT BOND • KNOW ALL MEN BY THESE PRESENTS, • • That as Contractor, and as Surety, • are held firmly bound unto the Community Redevelopment Agency of the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the"Agency," in the sum of: • dollars, • for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, • administrators, successors, and assigns,jointly and severally, firmly by these presents. • WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement • with said Agency to perform the Work as specified or indicated in the Contract Documents entitled: • BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO. 07-13 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, • successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or • other supplies used in, upon, for, or about the performance of the Work contracted to be done, or • for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment • Development Department from the wages of employees of the Contractor and its subcontractors • pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, • companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be • executed or performed, or any person, company, or corporation renting or hiring implements or • machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall • have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this • bond, a reasonable attorney's fee as shall be fixed by the Court_ This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California • so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract • Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any • extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby • waived by said Surety. SIGNED AND SEALED, this day of 200� • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION PAYMENT BOND • CITY PROJECT NO.07-13 AGREEMENT AND BONDS-PAGE 7 5/19109 • • • • • • • CONTRACTOR: Check one:—individual,_partnership, _corporation • (Corporations require two signatures; one from each of the fallowing groups: A. Chairman of Board, • President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). • By SURETY: • • signature • (NOTARIZED) Print Name and Title: • • . By By • signature signature • (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: • • • • • r • • • • • • • • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION PAYMENT BOND • CITY PROJECT NO-07-13 AGREEMENT AND BONDS-PAGE 8 5119109 • • • • • CERTIFICATE OF INSURANCE . THIS CERTIFICATE ISSUED TO THE OWNER/AGENTS LISTED BELOW DESIGNATED GY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OR INSURED INSURANCE COMPANIES AFFORDING COVERAGE • COMPANY A B • D D • . TYPE OF WORK PERFORMED AND LOCATION LIMITS OF LIABILITY IN THOUSANDS(X1000) TYPE OF INSURANCE POLICY NUMBER • EACH . OCCURRENCE AGGREGATE . COMPREHENSIVE GENERAL LIABILITY • Including El EXPLOSIONAND COLLAPSE BODILY INJURY N 'F • ❑ yNVERGROUND DAMAGE PROPERTY DANIAGE S $ . ❑ PRGDIJCTSICOMPLETED OPERATIONS or • I] CONTRACTUAL INSURANCE LJ BROP➢FORM PROPERTY DAMAGE El INDEPENDENT CONTRACTORS BODILY INJURY ANDPROPERTY • ❑ PERSONAL INJURY DAMAGECOMBINED S $ • PERSONAL,IIJURY $ COMPREHENSIVE AUTOMOBILE EDOILYINJURY LIABILITY EACH PERSON $ Including: EACH ACCIDENT ❑ OWNED PROPERTY OMMGF $ + D HIRED • ❑ NON-OWNED or UODILY INJURY • ❑ MOTORGRRIERACT AND PROPERTY DAMAGE COMBINED $ EXCESS LIABILITY BODILY INJURY Including; AND PROPERTY . DAMAGL COMBINED a, ❑ EMPLOYERS LIABILITY • WORKER'SCOMPENSATION STATUTORY and . EMPLOYER'S LIABILITY Including! GL $ (EACH . ACCIDENT) ❑ LONG SHOREMEN'G AND HARBOR WORKERS • OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS • The underigncd FWtlhca that he or she is the raprc�cntabve of the above-named insurance companles that he or Jhc has the authorlty to execute and issue this certificate • to Certificate]-[older.and aocordingly,does hereby codify on behalf of ss ci msurancc companies)hat polities of insurance Irtod above have been issued to the nlsurc l named above and arc in fern at thls time. Notwithstanding any requlrement term,or condition of any contract or ether doe,mcnt with respect to Which this cerhficule may,be Issued or may pertain,the insurance afforded by the police: described herein Is sublet(to at the terms exclusions and condition*of such policies. Copies of the polinos • shown will be furnished to M,;Cor ifu to Holder upon request. • This Certificate does not amend extend,or Biter the cewemgc affQrdcd by the polices listed, Cancellation:Should any of the above described pclincu be Carlos lied before me a pimtmn date thereof the issuing company will mall 30 days written nolict It the below-named cerWicate holder. • NAME AND ADDRESS OF ADDITIONAL INSURED DATE . ISSUED BY • eARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CERTIFICATE OF INSURANCE • CITY PROJECT NO.07-13 AGREEMENT AND BONDS-PAGE 9 . 5119109 • • • • • • • • • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • • • PART II -SPECIAL PROVISIONS • • BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL • TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO. 07-13 Section 1 - Specifications and Plans Section 2 - Proposal Requirements and Conditions Section 3 - Award & Execution of Contract Section 4- Scope of Work: Beginning of Work, Time of Completion, and Liquidated Damages • Section 5 - Control of Work Section 6 - Control of Materials • Section 7 - Legal Relations and Responsibility Section 8 - Prosecution and Progress . Section 9 - Measurement and Payment • Section 10 - Construction Details • • • • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CONTENTS CITY PROJECT NO,07-13 PAR711 • 5/19/09 • • • • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT • . SPECIAL PROVISIONS BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL • TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO, 07-13 SECTION 1 - SPECIFICATIONS AND PLANS 1-1 GENERAL 1-1.1 Standard Specifications. - The Work embraced herein shall be done in accordance with the Standard Specifications dated May 2006 of the California • Department of Transportation, these special provisions, and the Labor Surcharge and • Equipment Rental Rates in effect on the date the work is accomplished. In case of conflict between the Standard Specifications and these Special Provisions, the • Special Provisions shall take precedence over and be used in lieu of such conflicting • portions. Amendments to the Standard Specifications set forth in these special provisions shall be considered as part of the Standard Specifications for the purposes set forth in • Section 5-1.04, "Coordination and Interpretation of Plans, Standard Specifications and Special Provisions," of the Standard Specifications. Whenever either the term . Standard Specifications is amended" or the term Standard Specifications are . amended" is used in the special provisions, the indented text or table following the term shall be considered an amendment to the Standard Specifications. In case of conflict • between such amendments and the Standard. Specifications, the amendments shall • take precedence over and be used in lieu of the conflicting portions. • 1-1.2 Supplementary Reference Specifications. - Insofar as references may be • made in these Special Provisions to the Standard Specifications for Public Works Construction, 2006 Edition ("Green book"), such work shall conform to the referenced • portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without "for Public Works • Construction ("Green book"), it-shall mean the Standard Specifications 2006 edition of the • California Department of Transportation, as previously specified in the above paragraph. 1-1. 3 Plans. - The contract plans fumished consist of general drawings and show such details as are necessary to give a comprehensive idea of the construction contemplated. • All authorized alterations affecting the requirements and information given on the contract • plans shall be in writing- • • I ARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS . CITY PROJECT NO-07-13 SPECIFICATIONS AND PLANS 5/19/09 SECTION 1 -PAGE 1 • • 1-1.4 Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: . Agency— City of Palm Springs, California. I. City—City of Palm Springs, California. Days - As used in these Special Provisions, days shall mean calendar days. Department - Public Works and Engineering Department of the City of Palm Springs, California. Director - Director of Public Works/City Engineer of the City of Palm Springs, California. Engineer - Director of Public Works/City Engineer of the City of Palm Springs, California. Highway - Highway, roadway, street, avenue, lane, boulevard, or other public � thoroughfare for vehicular traffic. Liquidated Damages - The,amount prescribed in the specifications, pursuant to the authority of Government Code Section 53069-86, to be paid to the City of Palm 4111 Springs or to be deducted from any-payments due or to become due the Contractor for each day's delay in completing the whole or any specified portion of • the Work beyond the time allowed in the Special Provisions. 1 Standard Plans - The Standard Plans of the State of California Department of Transportation. State The City of Palm Springs, California, a legal entity organized and existing in the County of Riverside, State of California. State Contract Act - All applicable provisions of the Public Contract Code (excluding Chapter 1, Division 2, Part 2, therein), Government Code, Labor Code, -Civil. Code, Business & Professions Code, as they apply to contracts with local public agencies, as defined in-said codes. Working Day- A Working Day is defined as any day, except as follows: (a) Fridays, Saturdays, Sundays, and any designated legal holiday officially observed by the City of PalmiSprings. Designated legal holidays are: New Year's Day (January 1) i Martin Luther King Jr. Day (Third Monday in January) Lincoln's Birthday (February 12) President's Day (Third Monday in February) • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 SPECIFICATIONS AND PLANS 5110/09 SECTION 1-PAGE 2 • • • Memorial Day(Last Monday in May) Independence Day(July 4) • Labor Day (First Monday in September) Veteran's Day (November 11) • Thanksgiving Day(Last Thursday in November) Day after Thanksgiving Day Christmas Eve Day (December 24) • Christmas Day(December 25) When a designated holiday falls on a Friday or Saturday, the Thursday before the holiday shall be a designated legal holiday. When a designated holiday falls on a • Sunday, the Monday after the holiday shall be a designated legal holiday. • . (b) Days on which the Contractor is prevented by inclement weather or conditions . resulting immediately therefrom adverse to the current controlling operation or operations, as determined by the Engineer, from proceeding with at least 75 M percent of the normal labor and equipment force engaged on such operation or • operations for at least 60 percent of the total daily time being currently spent on the . controlling operation or operations. • 1-2 PRELIMINARY MATTERS • • 1-2.1 Legal Address of the City: • The official address of the City shall be City of Palm Springs, 3200 East Tahquitz Canyon • Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2.2 Legal Address of the Engineer: The official address of the Engineer shall be City of Palm Springs, Public Works and • Engineering Department, 3200 East Tahquitz Canyon Way, Post Office Box 2743, Palm • Springs, California 92263-2743, or such other address as the Engineer may subsequently designate in writing to the Contractor. A 1-2.3 Legal Address of the City's Project Representative: • The name and address of the City's designated Project Representative shall be the • Senior Public Works Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 East Tahquitz Canyon Way, Post Office Box 2743, Palm Springs, • California 92263-2743, or such other address as the Project Representative may • subsequently designate in writing to the Contractor. • 1-2.4 Notification: • • The Contractor shall notify the City of Palm Springs and the owners of all utilities and • substructures not less than 48 hours prior to starting construction. The following list of . BARISTO ROAD AT PSWS TRAFFIC SIGNAL INSTALLATION .SPECIAL PROVISIONS CITY PROJECT NO.07-13 SPECIFICATIONS AND PLANS . 5/19/09 SECTION 1-PAGE 3 • • names and telephone numbers is intended for the convenience of the Contractor and is • not guaranteed to be complete or correct: CITY OF PALM SPRINGS Mike Lytar, Senior Public Works Inspector (760) 323-8253 George Herrera, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Morrow (760) 778-3603 • DESERT WATER AGENCY Attention Ms. Debbie Randall (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY • Attention: Mr. Frank Jasso (760) 202-4278 SOUTHERN CALIFORNIA GAS COMPANY • Attention: Ken Kennedy (909) 335-7716 • TIME-WARNER CABLE Attention: Mr, Dale Scnvner (760) 340-1312 • WHITEWATER MUTUAL Attention: Mr, Stan Clark (760) 325-5880 • SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 UNDERGROUND SERVICE ALERT (800) 227-2600 1-2.5 (Emergency Information: The names, addresses, and telephone numbers of the Contractor, sub-contractors, or • their representatives, shall be filed with the Engineer at the preconstruction meeting. - END OF SECTION - • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT N0,07.13 SPECIFICATIONS AND PLANS 5119109 SECTION 1 -PAGE 4 • i • • SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS 2-1. 1 Plans and Specifications. - The contract plans furnished consist of general drawings and show such details as are necessary to give a comprehensive idea of the . construction contemplated. ,All authorized alterations affecting the requirements and . information given on the contract plans shall be in writing. r - END OF SECTION - BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 PROPOSAL REQUIREMENTS&CONDITIONS • 5/19109 SECTION 2-PAGE 7 • • SECTION 3— DBE INFORMATION, AWARD & EXECUTION OF CONTRACT The provisions of Section 3-1.02 of the Standard Specifications shall be changed to read as follows: 3-1.02 Contract Bonds. • a. Before execution of the Contract, the Contractor shall file surety bonds with the City to • be approved by the City Council in the amounts and for the purposes noted below. Bonds . issued by a surety who is listed in the latest version of U.S_ Department of Treasury Circular 570, who is authorized to issue bonds in California, and whose bonding limitation shown in the said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the City. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660(a), The Contractor shall pay all bond premiums, costs, and • incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety . shall be notarized. • b. The Contractor shall provide two good and sufficient surety bonds. The Performance Bond shall be for 100 percent of the Contract Price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or developed defects. The bond must remain in effect until the end of all warranty periods set forth in the Contract. The • Payment Bond (Material and Labor Bond) shall be for not less than 100 percent of the Contract Price, to satisfy claims of material suppliers and mechanics and laborers . employed by it on the Work. The bond shall be maintained by the Contractor in full force and effect until the Work is accepted by the City and until all claims for materials and • labor are paid, and shall otherwise comply with the Civil Code. • • c. The Contractor shall provide for a one-year extension of the Performance Bond to • cover the one-year correction and repair period for correction or removal and replacement of defective work. Said Performance Bond shall be maintained at not less than 15 percent • of the Contract Price during said one-year extension. • . d. Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of sufficient personal sureties • and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the bands. If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. • • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07.13 DBE INFORMATION AWARD&EXECUTION OF CONTRACT 5/19109 SECTION 3-PAGE 1 • • The provisions of Section 3-1-03 of the Standard Specifications shall be changed to read as follows-. 3-1.03 Execution of Contract. - The contract shall be signed by the successful bidder � and returned, together with the contract bonds, within the number of days specified in the • Instructions to Bidders. • - END OF SECTION - • ! • • ! • • • • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07.13 DBE INFORMATION,AWARDS EXECUTION OF CONTRACT • 5119109 SECTION 3-PAGE 2 • • • i SECTION 4 - BEGINNING OF WORK; i 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 of Completion," and in Section 8-1.07 "Liquidated damages" of the Standard Specifications and these Special Provisions. • • The Contractor shall begin work within 15 calendar days after the Contract has been i approved by the legal counsel of the City and a written Notice to Proceed issued to the . Contractor. Said Work shall be diligently prosecuted to completion before the expiration of: • 40 WORKING DAYS • from the day specified in the Notice to Proceed issued by the City. i Said times of completion do not include time associated with ordering long lead- time items. Contractor shall refer to Section 6-3 of these Special Provisions for requirements associated with ordering long lead-time items. All new traffic signal • poles and equipment, in addition to any other long-lead time items, shall be ordered within three (3) days following award of this contract. Failure to order Iona • lead-time items that causes work to extend past the allowable time of completion • shall cause this contract to be subject to liquidated damages as allowable herein. i As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum specified in the Agreement per day for each and every calendar day's delay in i finishing the Work in excess of the number of working days prescribed above. i END OF SECTION - • • • • i • • • • i • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO 07-13 SCOPE OF WORK 5/19/09 SECTION 4-PAGE 1 • • • SECTION 5 - CONTROL OF WORK ! 5-1 Warranty Performance Bond, - The Performance Bond furnished by the Contractor shall remain in force and effect, and shall not be exonerated for a period of one year after the City's acceptance of the project; or, at the Contractor's option in lieu ! thereof, the Contractor may furnish a Warranty Performance Band prior to acceptance of ! the work, in a sum not less than 15 percent of the face amount of the contract, such bond . to guarantee Contractor's performance of the obligation to repair or replace defective materials or workmanship as stated elsewhere in these provisions, and to remain in effect ! for a period of one year from the date of City's acceptance of the project. Nothing in this ! paragraph shall be deemed or construed to limit the Contractor's obligation of • performance. 5-2 Access or Temporary Rights-of-Way. - All access or construction rights-of-way ! of a temporary nature, other than shown on the plans, which the Contractor may find that it required during progress of the work, shall be arranged for and paid for entirely by the • Contractor, at its own expense. 5-3 Protection of Survey Monuments. - It shall be the Contractor's responsibility to ! protect all the existing survey monuments, bench marks, survey marks and stakes. ! Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including corner record filing, for the existing type of monument in question at the Contractor's expense. If any existing monument wells must be disturbed due to construction, the Contractor . shall remove the monument well, and shall protect the monument in place. The . Contractor shall be responsible to use a California licensed surveyor to tie out the monument and mark the location thereof after final lift of pavement is placed. The ! Contractor shall then replace the monument well in accordance with City of Palm Springs Standard Drawing No. 100. Contractor shall notify the Engineer 72 hours in advance of . disturbing existing monumentation. ! 5-4 Surveying. — The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements . necessary for the proper prosecution and control of the work contracted for under these • specifications. No direct payment will be made for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items ! of the Contract. The Contractor must give weekly copies of all survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are ! staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades ! and alignment set by the Contractor. In case of error on the part of the Contractor, his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in ! accordance with the plans or as established by the Engineer, all construction or staking ! BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS . CITY PROJECT NO,07-13 CONTROL OF WORK 5119109 SECTION 5-PAGE 1 ! i not in accordance with the established grades and/or alignment shall be replaced without additional cost to the City. • The Contractor shall provide all construction surveying by a California registered land surveyor, including monument tie-out and corner record filing, as required by the Engineer or his representative. . 5-5 Authority of Engineer. - The Engineer shall decide all questions which may arise as to the quality or acceptability of materials furnished and work performed, and as to the manner of performance and rate of progress of the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as to the-acceptable fulfillment of the contract on they part of the Contractor; and all questions as to compensation. His decision shall be final and he shall have authority to enforce and make effective such decisions and orders which the Contractor fails to carry out promptly. 5-6 Inspection. - The Engineer shall, at all times, have safe 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 Special Provisions, and the Plans. All work done and • all materials furnished) shall be subject to his inspection. When the work has been completed, the Engineer will make the final inspection. 5-7 Addenda. - Any questions or comments that prospective bidders may have concerning the plans, specifications, or Special Provisions should be directed to the Engineer. Any written clarifications will be issued as addenda generated by the Engineer. Any addenda issued during the time of bidding shall be acknowledged as a part of the Contract Documents. 5-8 Site Examination. - Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the work, and the general and local conditions particularly, but without limitation to all other matters which can in any way affect the work or the cost thereof. The failure of the Contractor to acquaint itself with all available . information regarding any applicable conditions will not relieve it from the responsibility for properly estimating either the difficulties or the costs of successfully performing the work. 5-9 Flow and Acceptance of Water. - It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that it has investigated the risk arising from such waters and has prepared its bid accordingly; and the Contractor submitting a bid shall assume all risk. a 5-10 Prohibition Against Subcontracting or Assignment. - The experience, knowledge, capability and reputation of the Contractor, its principals and employees were a substantial inducement for the City to enter into this Contract. Therefore, the Contractor shall not contract with any other entity to perform in whole or in part the services required • SARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 CONTROL OF WORK . 5/19/09 SECTION 5-PAGE 2 • I hereunder without the express written approval of the City. In addition, neither this Contract nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without prior written approval of the City. Transfers restricted hereunder shall • include the transfer to any person or group of persons acting in concert of more than 25 percent of the present ownership and/or control of the Contractor, taking all transfers into account on a cumulative basis- In the event of any such unapproved transfer, including any bankruptcy proceeding, this Contract shall be void. No approved transfer shall • release the Contractor or any surety of Contractor of any liability hereunder without the i express written consent of the City. This Article does not apply to the assignment of anti-trust actions by the Contractor or ` subcontractor under the provisions of Section 7-1.01 J of the Standard Specifications. - END OF SECTION - • SARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO,07-13 CONTROL OF WORK 6119/09 SECTION 5-PAGE 3 • • • • SECTION 6 -- CONTROL OF MATERIALS • • 6-1 TRADE NAMES OR EQUALS • 6-1.1 Substitutions or Approved Equals. - Contractors requesting approval of "equal • products" shall submit their request, along with data substantiating such request, to the Engineer no later than 20 days after bid opening. Data for approval of other materials shall include complete calculations, technical data, samples and/or printed materials relating to performance and physical characteristics of • proposed substitutes. • • 6-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the • Engineer as per Subsection 6-1.1, above. Data for approval of "or equal" products shall • include complete calculations, technical specifications, samples, or published documents • relating to the performance and physical characteristics of the proposed substitute. The • appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference • only and do not constitute an endorsement of same by the Engineer or the City. • 6-2 Quantities. - Contractor shall submit, with its billing invoice, a corrected list of • quantities, verified by the Engineer, for items shown in the unit price Bid Schedule. • 6-3 Placing Orders. - The Contractor shall place the order(s) for all long lead-time supplies, materials and equipment for any and all water, telephone, electrical, gas, . sanitary sewer and traffic signal facilities within three working days after the award of contract by the City of Palm Springs City Council. The Contractor shall furnish the • Engineer with a statement from the vendor(s) that the order(s) for said supplies, • materials, and equipment has been received and accepted by said vendor(s) within 15 working days from the date of said award of Contract. • All long lead-time materials, including new traffic signal poles and equipment shall • be ordered within three (3) days following award of this contract. • • 6-4 Correction and Repair Period. - If within one year after the date of completion • and acceptance of the Work, or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the • Contract Documents or by any specific provision of the Contract Documents, any Work is • found to be defective, the Contractor shall promptly, without cost to the City and in • accordance with the City's written instructions: (i) correct such defective Work, or, if it has been rejected by the City, remove it from the site and replace it with Work that is not • defective, and (ii) satisfactorily correct or remove and replace any damage to other Work • or the work of others resulting therefrom. If the Contractor does not promptly comply with • the terms of such instructions, or in an emergency where delay would cause serious risk • of loss or damage, the City may have the defective Work corrected or the rejected Work BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS . CITY PROJECT NO.07-13 CONTROL OF MATERIALS 5119/09 SECTION 6-PAGE 1 • 0 • • removed and replaced, and all direct, indirect and consequential costs of such removal i and replacement, including claims,',costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or i replacement of work of others) will be paid by the Contractor. • In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date,if so provided in the Contract Documents. • Where defective Work (and damage to other Work resulting. therefrom) has been 40 corrected, removed or replaced under Subsection 6-1.04, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such ! correction or removal and replacement has been satisfactorily completed. i - END OF SECTION - • • i ! i • • ! • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07-13 CONTROL OF MATERIALS i 5/19/09 SECTION 6-PAGE 2 • 0 • • • SECTION 7 - LEGAL RELATIONS AND RESPONSIBILITY • 7-1 LEGAL RELATIONS • The following modifications, deletions, additions, or other changes shall be made to the indicated articles, paragraphs, and sub- paragraphs of Section 7 of the Standard • Specifications_ • 7-1.1 Laws to be Observed. - The original provisions of Section 7-1.01 shall be deleted and the following substituted therefore: • 7-1.01 Laws to be Observed. - The Contractor shall keep itself fully informed of all existing and future State and Federal laws and county and • municipal ordinances and regulations which in any manner affect those engaged . or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of. the Work, and of all such orders and decrees of bodies or • tribunals having any jurisdiction or authority over the same. He or she shall at all • times observe and comply with all such existing and future laws, ordinances, • regulations, orders, and decrees of bodies or tribunals having any jurisdiction or authority over the Work; and shall indemnify the City, and all officers and • employees thereof connected with the Work, including but not limited to the • Director of Public Works and the Engineer, against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or . decree, whether by itself or its employees_ If any discrepancy or inconsistency is discovered in the plans, drawings, specifications, or contract for the work in relation # to any such law, ordinance, regulation, order, or decree the Contractor shall • forthwith report the same to the Engineer in writing." 7-1.2 LABOR CODE REQUIREMENTS. - Attention is directed to the following • requirements of the Labor Code: • • 7-1.2.1 Prevailing Wage — The Contractor and any Subcontractors shall comply • with Labor Code Sections 1774 and 1775. Attention is directed to Section 7-1.01A(2), "Prevailing Wage," of the Standard Specifications. • The general prevailing wage rates determined by the Director of Industrial Relations, for • the county in which the work is to be done, are on file at the office of the City, which copies shall be made available to any interested party on request_ These wage rates are • not included in the Proposal and Contract for the project. Changes, if any, to the • general prevailing wage rates will be available at the same location. The Contractor shall post a copy of such determination at each job site_ • The Contractor shall, as a penalty to the City,-forfeit $50.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the • Director of Industrial Relations for such work or craft in which such worker is employed for any public work done under the contract by him or by any subcontractor under him_ • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS . CITY PROJECT NO.07.13 LEGAL RELATIONS&RESPONSIBILITY 5/19109 SECTION 7-PAGE 1 • • i 7-1.2.2 Labor Non-Discrimination. Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations. 1 NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990) Your attention is called to the i'Nondiscrimination Clause", set forth in Section � 7-1.01A(4), "Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt contracts and subcontracts, and to the "Standard California Nondiscrimination -Construction Contract Specifications" set forth therein. The Specifications are applicable to all 'nonexempt construction contracts and subcontracts of$5;000 or more. Attention is directed to Section 1735'of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons on public works because of race, religious creed, • color, national origin,' ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as 0 provided in Section 12940 of the Government Code, and 0 every Contractor for (public works violating this Section is subject to all the penalties imposed for violation of this . Chapter." 7-1.2.3 Trench Safety. - The provisions of Section 7-1.01 E shall be modified to read: 7-1.01 E Trench Safety.� - As required by Section 6705 of the California Labor Code and in addition thereto, whenever work under the Contract involves the excavation of any trench or trenches 5 feet or more in depth, the Contractor shall submit for acceptance by the City or by a registered civil or structural engineer, . employed by the City, to whom authority to accept has been delegated, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or 0 other provisions to be made for worker protection from the hazard of caving ground during the excavation, of such trench or trenches. If such plan varies from the . shoring system standards established by the Construction Safety Orders of the Division of Industrial Safety,i the plan shall be prepared by a registered civil or structural engineer employed by the Contractor, and all costs therefore shall be 49 included in the price named in the Contract for completion of the Work as set forth in the Contract Documents. Nothing in this Section shall be deemed to allow the . use of a shoring, sloping, or other protective system less effective than that required by-the -Construction Safety Orders. Nothing in this Section shall be � construed to- impose tort liability on the City, Engineer, or any of their officers, agents, representatives, or employees-" . BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07.13 LEGAL RELATIONS E RESPONSIBILITY • 5119109 SECTION 7-PAGE 2 • i a 7-1.3 Additional Provisions. - The following additional Paragraphs 7-1.23 through 7- 1.29, inclusive, shall be inserted at the end of Chapter 7 of the Standard Specifications: 7-1.23 Contractor Not Responsible For Damage Resulting From . Certain Acts of God. - As provided in Section 7105 of the Qalifomia Public Contract Code, the Contractor shall not be responsible for the cost of repairing or restoring damage to the Work which damage is determined to have been proximately caused by an act of God, in excess of 5 percent of the contracted . amount, provided, that the Work damaged was built in accordance with accepted and applicable building standards and the plans and specifications of the City. The Contractor shall obtain insurance to indemnify the City for any damage to the Work caused by an act of God if the insurance premium .is a separate bid item in the bidding schedule for the Work. For purposes of this section, the term "acts of God" . shall include only the following occurrences or conditions and effects. earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and tidal waves." "7-1.24 Notice of Completion. - In accordance with the Sections 3086 and * 3093 of the California Civil Code, within 10 days after date of acceptance of the Work by the City, the City will file, in the County Recorder's office, a Notice of Completion of the Work. r "7-1.25 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice as provided in Sections 3170 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract as shall be sufficient to answer the claim stated in such stop notice and to . provide for the reasonable cost of any litigation thereunder; provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond M referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice." 7-1.26 Retainage from Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to insure performance under the Contract. At the . request and expense of the Contractor,. securities equivalent to the amount . withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention . provided by the City between the escrow agent and the City which provides that no portion of the securities shall be paid to.the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed_ The City will not certify that the Contract has been satisfactorily completed until at * least 30 days after filing by the City of a Notice of Completion. Securities eligible i for investment under Public Contract Code Section 22300 shall be limited to those BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS . CITY PROJECT NO,07-13 LEGAL RELATIONS&RESPONSIBILITY 5/19/09 SECTION 7-PAGE 3 listed in Section 16430 of the Government Code and to bank or savings and loan certificates of deposit." 17-1.27 Removal, Relocation, or Protection of Existing Utilities. - In � accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made apart of the invitation for bids. The agency will . compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in r completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. • Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project 'can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on . or adjacent to the site of the construction; provided, however, nothing herein shall • relieve the public agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility facilities not i identified by the public agency in the contract plans or specifications, he or she • shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work. at a reasonable price." • Special Note: While the City endeavors to show all known utilities in the plans, the City's inclusion of this special provision with reference to Government Code Section 4215 is made to advise the Contractor of the fact that not all utilities may be shown in the plans, and that by this reference included in the specifications, the . Contractor as responsibility for protecting all known utilities that are shown in the plans OR identified b�l location in the project area by markings provided by Underground Service Alert prior to construction. The City will only compensate the Contractor, as required by law, for locating utilities that are shown in the plans or • identified by location in the project area by markings provided by Underground . Service Alert, and which can not be found in the general location identified. The City will not compensate the Contractor for locating and protecting utilities shown in w the plans OR marked by Underground Service Alert prior to construction. The Contractor is advised to investigate and review all existing utilities in the project BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS . CITY PROJECT NO.07-13 LEGAL RELATIONS 3 RESPONSIBILITY 5/19/09 SECTION 7-PAGE 4 . it i area, and in submitting a Bid, acknowledges its responsibilities as referenced herein. • I, "7-1.28 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change • Orders; Effect on Contract. - As required under Section 7104 of the Public Contracts Code, in any public works contract of a local public entity which involves the digging trenches or other excavations that extend deeper than 4 feet below the i surface shall be subject to the following conditions: The Contractor shall promptly, i and before the following conditions are disturbed, notify the public entity in writing, of any: I. (1) Material that the Contractor believes may be material that is hazardous . waste as defined in Section 25117 of the Health and Safety Code, that is i required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. i r (2) Subsurface or latent physical conditions at the site differing from those . indicated- (3) Unknown physical conditions at the site of any unusual nature, different I. materially from those ordinarily encountered and generally recognized as . inherent in work of the character provided for in the Contract." 7-1.29 Resolution of Construction Claims. - As required under Section 20104, et seq., of the California Public Contract Code, any demand of$375,000 or less, by the Contractor for a time extension, payment of money, or damages • arising from the work done by or on behalf Of the Contractor pursuant to this Contract; or payment of an amount which is disputed by the City shall be i processed in accordance with the provisions of said Section 20104, et. seq., relating to informal conferences, non-binding judicially-supervised mediation, and * judicial arbitration, . A single written claim shall be filed under this Article prior to the date of final payment for all demand resulting out of the Contract. i Within 30 days of the receipt of the claim, the City may request additional i documentation supporting the claim or relating to defenses or claims the City may have against the Contractor- If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days i after receipt of the request. The Contractor shall respond to the request within 30 days or receipt if the amount of the claim exceeds $50,000, but is less than $375,000. Unless further documentation is requested, the City shall respond to the claim within 45 days if the amount of the claim is less than $50,000, or within 60 i days if the amount of the claim is more than $50,000 but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information if the claim is less than $50,000. If the claim is more than • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07.13 LEGAL RELATIONS&RESPONSIBILITY 5/19109 SECTION 7-PAGE 5 r • I • • $50,000 but less than $375;000 and further documentation is requested by the City, the Qty shall respond within the same amount of time taken by the Contractor . to respond or 30 days, whichever is greater. If the-Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City within 15 days after the deadline of the City to respond or within 15 days of the City's response, whichever occurs,first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. . 7-1.4 REMOVAL OF ASBESTOS -AND HAZARDOUS SUBSTANCES. - When the presence of asbestos or hazardous substances are not shown on the plans or indicated in the specifications and the Contractor encounters materials which the Contractor reasonably believes to be asbestos or a hazardous substance as defined in Section . 25914.1 of the Health and Safety Code, and the asbestos or hazardous substance has not been rendered harmless, the (Contractor may continue work in unaffected areas reasonably believed to be safe. The Contractor shall immediately cease work in the affected area and report the condition to the Engineer in writing. In conformance with Section 25914.1 of the Health and Safety Code, removal of asbestos or hazardous substances',including exploratory work to identify and determine the extent of the asbestos or hazardous substance will be performed by separate contract. . If delay of work in the area delays the current controlling operation, the delay will be considered a right of way delay and the Contractor will be compensated for the delay in conformance with the provisions in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. . 7-1.5 Permits and Fees. • The Contractor is required to sign a City construction permit, but the fee will be waived- . 7-1.6 Business License. - The Contractor and all subcontractors shall posses a current business license issued by the City prior to performing any work, in accordance with Title 3 of the Palm Springs Municipal Code, 7-1.7 Contractor's Representative. - The Contractor shall designate, in writing, before starting work, an authorized representative who shall have the authority to represent and act for the Contractor. 7-1.8 Disposal Site. - The Contractor is required to specify the route and the disposal site of the material which is required to be removed and hauled away. The Contractor shall provide this information at the pre-construction meeting. The Contractor shall obtain City approval for storage or disposal sites located on City-owned property by executing a BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07.13 LEGAL RELATIONS&RESPONSIBILITY 5119109 SECTION 7-PAGE 6 • hold harrnless agreement prior to stockpiling on City-owned property or hauling on City routes. • The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots • with or without the property owners approval. • 7-1.9 Cleanup. - Throughout all phases of construction, including suspension of work, • and until final acceptance of the project, the Contractor Shall keep the work site clean and • free from rubbish and debris. The Contractor shall also abate dust nuisance, as required • in Section 7-1.10 of these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. • Materials and equipment shall be removed from the site as soon as they are no longer • necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as • to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractors bid. Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work-and no additional compensation will • be allowed therefore. • • 7-1.10 Dust Control. - The Contractor shall be responsible for stabilizing the disturbed soil during construction. The-method which it will use must be approved by the Engineer. If a water meter is required during construction by the Engineer, the Contractor shall • contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of this • work shall be included in the price of various items in the Bid Schedule, and no additional . payment will be made therefore. The Contractor shall be responsible. for maintaining the project site and providing • adequate dust control 24 hours a day, everyday, through the duration of the • rp oiects in conformance with City requirements, Section 10 of the Standard • specifications, and to the satisfaction of the City Engineer. • Full compensation for providing 24 hour dust control and project maintenance shall be considered as included in the contract lump sum price paid for mobilization, and no . additional compensation will be allowed therefore. • 7-1.11 Protection of Existing Improvements. - It shall be the Contractors responsibility to protect all the existing improvements. Should the Contractor anticipate-removal of any . sidewalk, curb and gutter, driveway approach, trees, hedges, oleanders, fence, wall, • signs, water valves, irrigation system and associated electrical service, etc„ repair and replacement shall be at least equal to existing improvements. Payment for providing all work necessary to protect, remove and restore existing • improvements shall be included in the price of various items in the Bid Schedule, and no . additional payment will be made therefore. SARISTO ROAD AT PSWS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS . CITY PROJECT NO.07-13 LEGAL RELATIONS&RESPONSIBILITY 5/1 g/09 SECTION 7-PAGE 7 • • 7-1.12 Damage to Adjacent Property. - The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract; and the Contractor, -at its own expense, shall make any repairs that result from its operation, to the approval of the Engineer and the.affected property owner. 7-1.13 Traffic Contrail and Access. - - The Contractor shall submit to the Engineer, traffic control plans for his approval. Any changes requested by the Engineer will be incorporated- into the traffic control plans prior to commencing work- The traffic control plan must be a detailed plan showing the proposed phase construction, if any, all detours # planned within the construction site, and must include signage (each sign designation shown), solar-powered arrow boards, delineators, barricades, etc. The Contractor shall provide and maintain all necessary traffic control to protect and • guide traffic for all work in the construction area, including solar powered arrow boards. All • traffic-controls shall be clearly posted with signs prior to the beginning of any work.-All traffic restrictions listed herein are to supplement other traffic regulations of the City and r are not intended to delete any part of these regulations- Local access shall be maintained to all properties on the project at all times. Any street closure shall be approved by the • Engineer. Fridays shall be used for cleanup and paving where possible. 7-1.14 Notice to Property Owners or Businesses. - The Contractor shall notify the property owners or occupants of affected properties with a written notice 48 hours prior to the beginning of construction. Said notice shall be prepared and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties. w 7-1.15 Travel Lanes. - The Contractor is responsible for maintaining a minimum of one lane open each direction to traffic during the construction. Emergency exits shall be maintained to all residences and businesses at all times during construction. In the evening, the Contractor shall open the streets to_regular traffic.. _ Flaggers will be required to insure the safe Flow of traffic at intersections and businesses that may be affected. This work shall be included in the price for traffic control in the Bid Schedule and no separate paymentlwill be made therefore. 7-1.16 Construction Signing, Lighting, and Barricading — Construction signing, • lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with Part 6 "Temporary Traffic Control" of the California Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways (FHWA's MUTCD 2003 edition, amended for use in California, or subsequent editions in force at the time of construction. Part 6 of the California MUTCD is available on line at: hfp://www.dot-ca.gov,rhq/traffops/signtech/mutcdsupp/pdf/camutcd/CAMUTCD-Part6.pdf. BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION . SPECIAL PROVISIONS • CITY PROJECT NO.07.13 LEGAL RELATIONS 8 RESPONSIBILITY . 5/19/09 SECTION 7-PAGE 8 • • • All signs, barricades and other temporary traffic control devices required for the work shall be indicated on and be an integral part of the Traffic Control Plan submitted to and • approved by the City Engineer. • . 7.1.17 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be • placed no more than 100 feet apart on each side of the street and at shorter intervals if • conditions warrant. The Contractor shall provide the signs and will be responsible for • adding the dates and hours of-closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. • • 7-1A8Safety and Health Provisions. - The Contractor shall conform to all applicable • occupational safety and health standards, rules, regulations and orders established by the State of California. Working areas utilized by the Contractor to perform work during • the hours of darkness, shall be-lighted to conform to the minimum illumination intensities • established by California Division of Occupational Safety and Health Construction Safety • Orders. - • 7-1.19Public Safety - Attention is directed to Section 7-1.09, "Public Safety," of the • Standard Specifications and the provisions thereof. The provisions in Section 7-1.09 are • in addition to the provisions in the Section 7-1.08 Public Convenience, and the • Contractor will not be relieved of the responsibilities as forth in Section 7-1.09 by • reason of conformance with any of the provisions in the Section 7-1.08, • When traffic cones or delineators are used to delineate a temporary edge of a traffic • lane, the line of cones or delineators shall be considered to be the edge of the traffic • lane, however, the Contractor shall not reduce the width of an existing lane to less than 10 feet without written approval from the Engineer. • • Suspended loads or equipment shall not be moved nor positioned over public traffic or • pedestrians. • 7-1.20 Public Safety During Non-Working Hours. - Notwithstanding the Contractors • primary responsibility for safety on the jobsite when the Contractor is not present, the • Engineer at his option after attempting to contact the Contractor, may direct City forces to • perform any functions he may deem necessary to ensure public safety at or in the vicinity of the job site. If such procedure is implemented, the Contractor shall bear all expenses • incurred by the City. • • Full compensation for conforming to the provisions in this section 'Public Safety," shall • be considered as included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefore. • 7-1.21 Equipment Moving. - When moving from one construction location to another, a • pilot vehicle shall lead all construction equipment. Flashing lights, flags and warning signs • shall be used as necessary to ensure public safety. All costs for equipment moving shall BARISTO ROAD AT PSI-IS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07.13 LEGAL RELATIONS&RESPONSIBILITY 5119/09 SECTION 7-PAGE 9 • • I. • be included in the prices for alV bid items in the Bid Schedule and no additional payment will be made therefore. 7-1.22 The Contractor, an Independent Contractor. - It is understood and agreed that � the Contractor-is and at all times'i shall be, an independent Contractor and nothing contained herein shall be construed as making the Contractor, or any individual whose compensation for services is paid by the Contractor, an agent or employee of the City, or • authorizing the Contractor to create or assume any obligation or liability for or on behalf of the City. 7-2 INSURANCE AMOUNTS Prior to commencing any Work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or lin connection with the performance of the work or . services. The types of insurance required and the coverage amounts are specified below: • y A. Minimum Scope of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor, vendor and service provider on City premises. At'a minimum this policy shall: • be written on a per occurrence basis; and . • include _products and completed operations liability, independent contractors • liability, broad form contractual liability, and cross liability protection. 2, Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are . driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and cannot be waived. At a minimum this policy shall: • be written on a per.occurrence basis; and r • include coverage for Bodily Injury and Property Damage, Owned, Non-owned and Hired Vehicles; and • include coverage for owned, non-owned, leased and hired vehicles. If an automobile is not used in connection with the services provided by the contractor, vendor or service provider, a written request to waive this requirement should be made to the City's Risk Manager. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time . during the period of this contract. Contractors with no employees must complete a BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS . CITY PROJECT NO.07-13 LEGAL RELATIONS L' RESPONSIBILITY 5/19109 SECTION 7-PAGE 10 • • • • Request for Waiver ,of Workers' Compensation. Insurance Requirement form • available from the City's Risk Manager. At a minimum, this policy shall: • • • provide statutory requirements of the State Of California; and . • include $1,000,000 Employers Liability. • B. Minimum Limits of Insurance Coverage Required • $1 Million per Occurrence/$2 Million Aggregate • Umbrella excess liability may be used to reach the limits stated above. • • C. General Standards for Insurance Policies • All insurance policies shall meet the following standards: • • 1. Insurance carrier is to be placed with duly licensed Or approved non-admitted • insurers in the state of California_ • 2_ Insurers must have a Best's rating of B+, Class VII, or higher (this rating includes • those insurers with a minimum policyholder's surplus Of $50 Million to $100 • Million). Exceptions to the Best's rating may be considered when an insurance • carrier meets all other standards and can satisfy surplus amounts equivalent t0 a B+, Class VII rating. • • 3. Certificate must include evidence of the amount of any deductible or self-insured • retention underthe policy. • D. Verification of Insurance Coverage • • All individuals, contractors, agencies, and organizations conducting business for the • City shall provide proof of insurance by submitting one of the following: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm • Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an • approved Additional Insured Endorsement with the following endorsements stated on • the certificate: • 1. "The City of,Palm Springs, its officials, employees and agents are named as an • additional insured" ("as it relates to a specific contract" or "for any and all work • performed with the City" may be included in this statement). • 2, "This insurance is primary and non-contributory over any insurance or self- insurance the City may have" ("as it relates to a specific contract" or "far any and • all work performed with the City" may be included in this statement). See • Example A below. • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07.13 LEGAL RELATIONS&RESPONSIBILITY 5/19/09 SECTION 7-PAGE 11 • • i i i As an alternative to the non-contributory endorsement, the City will accept a waiver . of subrogation endorsement on the General Liability policy. At a minimum, this . endorsement shall include the following language: • "This insurance company agrees to waive all rights of subrogation against the City of Palm Springs, its officers, officials and employees for losses paid under the terms of this policy which arise from the work performed by the named insured for the City-" 3. "The insurance afforded by this policy shall not be cancelled except after thirty days prior wriften notice by certified mail return receipt requested has been given • to the City." Language suchi as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See Example B below. • The Workers' Compensation and Employer's Liability policies shall contain waiver of subrogation clause in favor of City, its elected officials, officers, employees, agents and volunteers. See Example C below. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. All certificates and! endorsements are to be received and approved by the City before . work commences. All certificates of insurance must be authorized by a person with . authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of works hall not waiver the contractor's obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance i The City will accept either a CIS 20 10 10 01 or a CIS 20 33 10 01 (or some form specific to a particular insurance company that has similar wording) as long as the • form is accompanied by a CGI20 37 10 01. In addition, the City will accept the following: A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premimium) and additional • insured and/or loss-payee status, when appropriate, for the City. • Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of approval F. Endorsement Language for Insurance Certificates BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 LEGAL RELATIONS&RESPONSIBILITY 5/19/09 SECTION 7-PAGE 12 i • • • Example A: • THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN • IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED • UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE • MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF • THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. • • Example B: • • SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE • ISSUING INSURER WILL €N F✓W-OR-T-9 MAIL 30 DAYS* WRITTEN • NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT PAIL 1 RE TO h4 IL cl it k cHA6 MPQ-SE- NO OBLIG nT GN Q • L-I &[ iTv nr nNy 1llnln i io T49 �Nc� RE-R ITc nGENT' .c•.v.-r,--roe--r.��.r�-cn-.�v,--v�.--r,-,c--n-.vv,.--rr-r,-v--r.vi *The brokedagent can include a qualifier stating "10 days notice for • nonpayment of premium." • Example C: IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL • INSURED(S), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO. • • G. Alternative Programs/Self-Insurance • • Under certain circumstances, the City may accept risk financing mechanisms such as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive insurance • programs and self-insurance programs as verification of insurance coverage. These programs are subject to separate approval once the City has reviewed the relevant • audited financial statements and made a determination that the program provides • sufficient coverage to meet the City's requirements. • The City has recently joined SPARTA (Service Providers & Artisans Trade Activities • Program) to accommodate smaller contractors and service providers who have • difficulty in meeting the City's insurance requirements. The SPARTA Program offers a general liability program that provides the $1 million limit and, upon request, will also • provide auto insurance with the $1 million limit (only in conjunction with the purchase of general liability insurance). SPARTA is only available during the time your company • is under contract with the City. • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07-13 LEGAL RELATIONS&RESPONSIBILITY 5/19109 SECTION 7-PAGE 13 • • i i I 7 Insurance is provided on a per project basis and is overseen by the Municipality Insurance Services, Inc-..Essex Insurance Company provides coverage and is an A++ rated company. There is a 24-hour response time and coverage is immediate. • A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. Type of work covered: A. Personal services contracts; - B. General contractors and their subcontractors (certain specialty trades excluded); C. Consultants; and • D. Providers of goods. • H. Waiver of Modification of the Insurance Requirements Any waiver or modification. of th;e insurance requirements can only be Imade by the City's Risk Manager or designee at City's discretion. If you do not believe that the insurance requirements apply to,you (e.g., you do not have employees and therefore are not subject to the State workers' compensation insurance requirements; you do not drive an automobile in connection with the services you provide to the City; • professional liability Or errors and omissions liability insurance is not available for the type of services you are performing, etc.), please submit a written request for waiver or modification of the insurance requirements and the reasons un_de_rlying your request to the Risk Manager. All requests fi r waiver or modification will be reviewed and a final determination rendlered_by the Risk Manager. . - END OF SECTION -- BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS . CITY PROJECT NO.07-13 LEGAL RELATIONS&RESPONSIBILITY 5/10/09 SECTION 7-PAGE 14 • i • • • SECTION 8 - PROSECUTION AND PROGRESS • • • 8-1 Schedule of Work. -A schedule of work shall be provided by the Contractor at the • pre-construction meeting. The Contractor's schedule, as submitted, is subject to approval by the Engineer_ The Contractor shall also provide a list of all subcontractors and • suppliers at said meeting. All subcontractors shall be present at the pre-construction • meeting. • Special Note: The contractors schedule shall exclude any work occurring the week of • September21-25, 2009, • • 8-2 Hours of Operation. - It shall be unlawful for any person to operate, permit, use or • cause to operate any of the following types of vehicles, equipment, or tools, other than between the hours of 7:00 a.m. to 3:30 p.m., Monday through Thursday (no work allowed • on legal holidays), unless otherwise approved by the Engineer: • a) Powered Vehicles • b) Construction Equipment c) Loading and Unloading Vehicles • d) Domestic Power Tools • • Special Note: The City is not open for business on Fridays. Work can not be scheduled • on Fridays unless prior authorization is granted by the City Engineer. Any work required to be performed on Fridays will require advance payment of overtime inspection fees to • the City prior to scheduling the work. • • • - END OF SECTION - • • • • • • • • • • • • • • SARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07-13 PROSECUTION 8,PROGRESS 5119109 SECTION 8-PAGE 1 • • • • • SECTION 9 - MEASUREMENT AND PAYMENT • 9-1 GENERAL 9-1.1 Description: - Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, andfor_all-labor, operations, and • incidentals appurtenant to the items of work being described, as necessary to complete • the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on • the drawings, including all appurtenances thereto, and including all costs of compliance • with the regulations of public agencies having jurisdiction, including Safety and Health • Requirements of the California Division of Industrial Safety and the Occupational Safety • and Health Administration of the U-S. Department of Labor(OSHA). • No separate payment will be made for any item that is not specifically set forth in the Bid • Sheets, and all costs therefore shall be included in the prices named in the Bid Sheets for • the various appurtenant items of work. • 9-1.2 Progress and Final Payments. - Acceptance of any progress payment • accompanying any estimate without written protest shall be an acknowledgement by the • Contractor that the number of accumulated contract days shown on the associated • statement of working days is correct. Progress payments made by-the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent retention will be withheld from each payment. All invoices and detailed pay requests • shall be approved by the Engineer before submittal to the City for payment_ All billings shall be directed to the Engineer. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. • • Caltrans Standard Specifications 9-1.06 and 9-1.065 are hereby deleted. • At the expiration of 35 days after acceptance of the Work by the City, or incremental • portions of the Work, or as prescribed by law, the amount deducted from the partial payments and retained by the City will be processed for payment to the Contractor, • except for such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further • retained. • The Contractor shall submit with its invoice the Contractors conditional waiver of lien for • the entire amount covered by such invoice; valid unconditional waivers of lien from the • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07.13 MEASUREMENT AND PAYMENT 5110/09 SECTION 9-PAGE 1 • 0 II 1 Contractor and ail subcontractors and material-men for all work and materials included in any prior invoices; • Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractors work, together with releases of lien from any subcontractor or material-men. • 9-2 PAYMENT SCHEDULE 9-2.1 - Initial Mobilization: - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall • require completion of all of the listed items during the first 10 days following Notice to Proceed- Payment for Initial Mobilization will', be will be considered as included in the lump sum • price bid, which price shall constitute full compensation for all such work. The scope of the work included under initial mobilization shall include the obtaining of all bonds, insurance, and permits; moving onto the site of all plant and equipment; and the furnishing and erecting of plants, temporary buildings, and other construction facilities; all • as required for the proper performance and completion of the Work. Mobilization shall • include but not be limited to the following principal items: 1. Moving on to the site of all Contractors plant and equipment required for first month's operations per Section 5-1.10 oflthe Standard Specifications. 2. Installing temporary constructionlpower, wiring, and lighting facilities. 3. Developing and installing construction water supply per Section 40-1.02 of the Standard Specifications. 4. Providing on-site sanitary facilities and potable water facilities as specified per Cal- OSHA as required by Section 7-1.06 of the Standard Specifications- 5. Furnishing, installing, and maintaining all storage buildings or sheds required for temporary storage of products; equipment, or materials that have not yet been installed in the Work. All such storage shall meet manufacturers specified storage requirements, and the specific provisions of the specifications, including temperature . and humidity control, if recommended by the manufacturer, and for all security- • 6. . Arranging for and-erection of Contractors work and storage yard. 7. Obtaining and paying for all required bonds, insurance and permits. . 8. Posting all OSHA required notices and establishment of safety programs per Cal- OSHA as required by Section 7-1.06 Of the Standard Specifications. BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07-13 1 MEASUREMENT AND PAYMENT . 5119109 SECTION 9-PAGE 2 • • • • 9. Having the Contractor's superintendent at the job site full time as required under ! Section 5-1.06 of the Standard Specifications. • 10.Submittal of required Construction Schedule as specified in Section 8-1,04 of the • Standard Specifications_ • In addition to the requirements specified above, all submittals shall conform to the ! applicable requirements of the Standard Specifications. • No payment for any of the listed mobilization work items will be made until all of the listed • items have been completed to the satisfaction of the Engineer. The aforementioned • amount will be withheld by the City as the agreed, estimated value of Completing all of the mobilization items listed. Any such withholding of money for failure to complete all such ! mobilization items as a lump-sum item shall be in addition to the retention of any payments pursuant to the provisions of Public Contract Code 22300. • ! 9-2.2 - Lump Sum Pay Items: - The following Section 9-1.01(A) shall be added to the Standard Specifications: • 9-1.01(A) LUMP SUM PAY ITEMS ! On .lump sum items, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will serve as • the basis for progress payments and shall be incorporated into a form of ! Application for Payment acceptable to the Engineer. ! Such Schedule of Values shall be submitted for approval at the Pre-construction Conference and must meet the approval of the Engineer before any payments can • be made to the Contractor. - END OF SECTION - • • • ! • • • • • • DARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07-13 MEASUREMENT AND PAYMENT 5119109 SECTION 9-PAGE 3 • • • • • • • SECTION 10 - CONSTRUCTION DETAILS • 10-1 GENERAL • 10-1.1 -- Description. - The work under this contract shall consist of furnishing all labor, . materials, vehicles, tools, machinery, equipment, and appurtenant work, all as shown • on the plans; and providing qualified supervision and all other items necessary to provide complete and operational improvements to the satisfaction of the City of Palm • Springs, necessary for installing a new traffic signal and lighting system at the following • location: • Baristo Road at the Palm Springs High School • Such items and details not mentioned herein that are required by the plans, Standard Specifications, these Special Provisions, or any addenda or clarifications shall be • furnished, placed, installed or performed. • 10-1.2 — Maintaining Traffic. - Attention is directed to Sections 7-1.08, "Public • Convenience," 7-1,09, 'Public Safety," and 12, "Construction Area Traffic Control • Devices," of the Standard Specifications and these Special Provisions. Nothing in these Special Provisions shall be construed as relieving the Contractor from its responsibility as • provided in said Section 7-1.09. • . In addition to the provisions set forth in Section 7-1.09 'Public Safety" whenever work to • be performed on the traveled way (except the work of installing, maintaining, and removing traffic control devices) is within 6 feet of the adjacent traffic lane, the adjacent • traffic lane shall be closed. The Contractor shall notify local authorities of its intent to begin work at least 5 days before work is begun. The Contractor shall cooperate with local authorities relative to • handling traffic through the area and shall make its own arrangements relative to keeping the working area clear of parked vehicles. The Contractor shall not tow any parked • vehicles without authorization of the City Police Department. • Full compensation for furnishing all labor, materials (including signs), tools, equipment • and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of • traffic control plans will be considered as included in the Contractors lump sum bid, and no additional compensation will be made therefore_ • • 10-1.3 — Record Drawings. - The Contractor shall maintain a complete set of record drawings at the job site. All documents including contract and shop drawings shall be • legibly marked showing each actual item of record construction including: • 1. Measured depths of elements in relation to fixed datum points. • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO,07-13 CONSTRUCTION DETAILS • 5/19109 SECTION 10-PAGE 1 • • 2. Measured horizontal and ivertical locations of underground utilities and appurtenances with reference,to permanent surface improvements_ 1 0 3. Measured locations of internal utilities and appurtenances concealed In construction with reference to visible and accessible features of construction. 4. Field changes of dimensions, Ilecations and/or materials with details as required to • clearly delineate the modifications. - 5. Any details not in original contract drawings developed by the City or the Contractor through the course of construction necessary to clarify or modify the contract drawings. • i The Contractor shall legibly modify the contract specifications to reflect actual items of record construction including: 1. Manufacturer, tirade name, and catalog number of each product actually installed, particularly optioned items and substitute items. 2. Changes made by addendum,or modifications. . The Contractor shall maintain all record information daily and make this information available to the Project Inspector upon request. The Contractor's progress payment will � not be approved unless project record drawings are current. 10-1:4 - Inspection Of Work and Testing Laboratory. - A. Description. Inspection of the work will be under the supervision of the Engineer and will include monitoring and enforcing compliance of materials, equipment, . installations, workmanship, methods and requirements of the contract documents. • The Engineer may be represented on the work site by Inspectors and other duly authorized representatives. All submittals and correspondence between the City and the Contractor, related to inspection of the work on this contract, shall be directed to the Engineer. B. Testing Laboratory. The Contractor shall be responsible for providing a certified . laboratory for the testing of all materials and work on this project (as required by . the Engineer). C. Controller Testing. The Contractor shall be responsible for designating a laboratory or manufacturer for the environmental and functional testing of new . cabinets and controllers, and the Contractor shall provide all new controllers to that laboratory or manufacturer for testing at least 3 weeks prior to their installation. The Contractor shall provide advance notice to the Engineer of the selected BARISTO ROAD AT PSHS Ti SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 CONSTRUCTION DETAILS • 5119/09 SECTION 10--PAGE 2 . • • • • • laboratory or manufacturer to perform the required functional testing of the new • cabinets and controllers, for review and approval by the Engineer • The City has identified-two sources available to provide new cabinet and controller environmental and functional testing. The following sources are non-exclusive, . and the Engineer will accept other sources selected by the Contractor to provide ! the new cabinet and controller testing. The Contractor assumes all liability for selecting its laboratory or manufacturer for new cabinet and controller testing, including the two sources listed below: • Computer Service Company Republic ITS 210 N. Delilah Street 1266 N_ La Loma Circle • Corona, CA 92879 Anaheim, CA 92806 • (951) 738-1444 (714) 630-2100 * The Contractor shall be responsible for all costs associated with the environmental and functional testing of the new cabinets and controllers, to be tested at the Contractor's selected testing laboratory or manufacturer. Payment for environmental and functional testing of new cabinets and controllers and • - - associated services shall be considered as included in the Contractor's lump sum bid for the location of the work in which the controller is to be installed. 10-2 CLEARING, GRUBBING AND REMOVALS 10-2.1 - Disposal Site. - The Contractor is required to specify the route and the disposal site of the material that is required t0 be removed and hauled away. The Contractor shall • provide this information at the pre-construction meeting. The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or without the property owner's approval. • 10-2.2 - Removals. — Where required to install the required improvements, existing concrete curb, sidewalk (including ramps), and asphalt concrete pavement shall be • removed to neatly.sawed edges with saw cuts made to a minimum depth of one-half the thickness of said material. Concrete sidewalk (including curb ramps) to be removed shall • be neatly sawed in straight lines either parallel to the curb or at right.angles to the alignment of the sidewalk. Concrete shall be sawcut to the nearest cold joint, weakened . plane joint, or expansion joint in all directions, regardless of panel size or the distance from sawcut to joint. Curb and gutter shall be sawed to a minimum depth of one-half of • the thickness of the concrete on a neat line at right angles to the curb face. • Payment for removal of existing concrete curb, sidewalk (including ramps), and asphalt • concrete pavement, including all necessary equipment, materials, and labor necessary for all such removals and disposal thereof, shall be considered as included in the • Contractors lump sum bid, and no additional compensation shall be allowed therefore. • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL,PROVISIONS • CITY PROJECT NO.07-13 CONSTRUCTION DETAILS . 5/19/09 SECTION 10-PAGE 3 • • • 10-2.3 - Existing Facilities. - It shall be the Contractor's responsibility to protect all existing improvements not designated for removal. Should the Contractor anticipate • removal of any sidewalk, handicap Tramps, curbs, gutters, driveway approaches, trees, landscaping, fences, walls, signs, water valves, irrigation system components and associated electrical service, etc., that is not identified for removal as part of the project. Repair and replacement shall be at least equal to the existing improvements prior to such • damage, all in accordance with requirements of the Contract Documents. S The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract, and the Contractor, at its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. Damaged or removed bikeway or traffic striping shall be replaced by the Contractor'with # permanent striping within 24 hours iiof damage or removal, or replaced with temporary . striping at the discretion of the Engineer. Special Note: The Contractor is advised that an existing abandoned SCE utility vault is located along the alignment of the 3" SCE service conduit to be installed by the Contractor. The Contractor shall remove and dispose the existing vault lid, and backfill • the vault with clean fill dirt. The new 3" SCE service conduit shall be extended through the sides of the back-filled vault. 10-3 PORTLAND CEMENT CONCRETE 10-3.1 — Material. - Portland cement concrete of the class and type shown on City Standard Drawings shall be used l,to construct new curb, gutter, access ramps, and sidewalk (where required to replace removals that were necessary for installation of the required improvements). Where class and type are not specified in the standard • drawings or plans, Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for construction, in accordance with!Section 201 of the Standard Specifications for Public Works Construction "Greenbook", 2606 Edition. 10-3.2-- Improvements. - Construction of curb, gutter, sidewalk or access ramps shall + comply with applicable City Standard Drawings- New Portland cement concrete -improvements will be required to replace existing improvements wherever trenching or other excavations are required-to install the traffic signal improvements- 10-3.3 —Vandalism. -The Contractor shall be responsible for protecting all new Portland cement concrete construction from vandalism- Any vandalism identified on new concrete construction shall be removed and ,replaced by the Contractor, as required and directed by the City Engineer. 10-3.4 - Measurement and Payment. - Payment for construction of Portland cement concrete improvements, complete in place, required to replace existing improvements affected by the installation of traffic signal improvements, as specified in the Standard Specifications and in these Special Provisions and as directed by the Engineer, including . BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 CONSTRUCTION DETAILS 5/19109 SECTION 10--PAGE 4 • i • • • • all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, • finishing, and protecting new concrete items from vandalism, shall be considered as included in the Contractors lump sum bid, and no additional compensation shall be • allowed therefore. • • 10-4 TRAFFIC SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS • 10-4.1 - Description - Traffic signals and lighting, shall conform to the provisions in Section 86, "Signals, Lighting and Electrical Systems," of the Caltrans Standard • Specifications and these Special Provisions. • 10-4.2 - Order of Work. - Order of work shall conform to the provisions in Section 5-1-05, "Order of Work", of the Caltrans Standard Specifications and these Special Provisions. • • The first order of work shall be to place the order for all long-lead time traffic signal • equipment within 3 days of contract award. It shall be the responsibility of the Contractor to place the order for all traffic signal poles and equipment. Within 15 • days of award, the Contractor shall furnish the City Engineer with a statement from the • vendors that the orders for all required traffic signal equipment has been received and • accepted by said vendor. • Prior to commencement of the traffic signal function test, all items of work related to signal control shall be completed. 10-4.3 - Equipment List and Drawings. - The controller cabinet schematic wiring diagram and intersection sketch on ISO Al Sheets 24 by 36 inches shall be combined into 2 drawings, so that, when the cabinet is fully open, -the drawing is oriented with the • intersection. • The Contractor shall furnish a maintenance manual for all controller units, auxiliary • equipment, and vehicle detector sensor units, control units and amplifiers. The • maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted . at the time the controllers are delivered for testing or, if ordered by the City Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, • the following items: • A. Specifications B. Design Characteristics • C. General operation theory • D. Function of all controls E. Trouble shooting procedure (diagnostic routine) • F. Block circuit diagram G. Geographical layout of components • H. Schematic diagrams • I. List of replaceable component parts with stock numbers • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07-13 CONSTRUCTION DETAILS . 5119109 SECTION 10-PAGE 5 • i 10-4A Foundations Foundations shall conform with the iStandard Specifications Section 86-2.03 and these Special Provisions- Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the Standard Specifications, and shall contain not less than 564 pounds of cement per cubic yard i The exact location of all foundations for signal equipment and the service and controller cabinets shall subject to approval by,the City Engineer prior to the start of any excavation work. Foundations shall be formed,with the use of Sonotube3 fibre forms (by Sonoco Corporation, (800) 959-1301), or approved alternative one-piece, spirally wound and . laminated fibre forms. Foundations shall not be formed against excavated earth. 10-4.5 - Standards, Steel Pedestals and Posts. - The sign mounting hardware, as shown on Detail U of Standard Plan ES-7N; shall be installed at the locations shown on the plans. Payment for Installation of the sign panels and hardware for mastarm mounted signs shall be considered as included in the Contractor's lump sum bid, and no additional compensation shall be allowed therefore. 10-4.6 — Conduit. - Conduit to be installed underground shall be the rigid steel (Type 1) for traffic signals and rigid non-metallic (Type 3) for all other electrical work, type unless otherwise specified. The conduit in a foundation and between a foundation and the nearest pull box shall be the rigid steel type unless specified.' Detector termination conduits may be the rigid non- metallic type. . When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union .coupling, as specified in the third paragraph in Section 86-2-05C, "Installation," of the Standard Specifications, or a concrete-tight split coupling or concrete- • tight set-screw coupling shall be used. Insulated bonding bushings will be; required on metal conduit- All pull boxes shall be located behind the curb or at the locations shown on the plans- After conductors have been installed, the ends of conduits,terminating in pull boxes and controller cabinets shall • be sealed with an approved type of sealing compound. At locations where conduit is to be, installed under Portland cement concrete or asphalt concrete pavement, and existing i underground facilities require special precautions, . conduit shall be installed by trenching as provided below. Installation of Conduit: Conduit shall be installed by jacking or drilling only, unless the City Engineer determines the material underlying the pavement warrants trenching. At locations where conduit is to be installed by jacking or drilling as provided in Section 86- • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS • CITY PROJECT NO.07-13 CONSTRUCTION DETAILS 5/19109 SECTION 10-PAGE 6 • • • r 2.05C, `Installation," of the Standard Specifications, and if delay to any vehicle will not r exceed 5 minutes, conduit may be installed by the trenching method as follows: r All trenching shall be approximately 2 inches wider than the outside diameter of the • conduit to be installed and trench shall not exceed 6 inches in width_ Conduit depth shall • be a minimum of 24 inches or conduit nominal diameter plus 10 inches, whichever is • greater, except that at pull boxes the trench may be hand dug to required depth. The outline of all areas of paving to be removed shall be cut to a minimum depth of 3 • inches with an abrasive type saw or with a rock cutting excavator specifically designed for r this purpose. Cuts shall be neat and true with no shatter outside the removal area. r Replacement of asphalt concrete pavement shall comply with Section 39 of the Standard • Specifications,-such that the asphalt concrete surfacing is of uniform smoothness, texture • and density. The Contractor shall install 5 inches of Type A '/i' Maximum, Medium • asphalt concrete on compacted backfill, in conformance with City of Palm Springs Standard Drawing No. 115, or as otherwise approved by the Engineer. • Replacement of Portland cement concrete shall comply with Section 73 of the Standard r Specifications such that new Portland cement concrete curbs and sidewalks or other r facilities that are required to be removed are joined to existing improvements to the satisfaction of the Engineer. • • 10-4.7 - Bonding and Grounding. - Grounding jumper shall be attached by a 3/16 inch r or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be r visible after cap has been cast on foundation. • • 10-4.8 - Pull Boxes. —The Contractor shall furnish and install new pull boxes, whether or • not indicated on the plans, in the event existing pull boxes are damaged or unusable for installation of new conductors or signal cable, or for rewiring the traffic signal with existing • conductors. The Engineer, in his sole discretion, shall determine whether an existing pull • box shall be removed and replaced with a new pull box. Grout shall not be placed in • bottom of pull boxes. Pull boxes, pull box covers, and pull box extensions shall be concrete unless specified otherwise for various other electrical work elsewhere in these r special provisions. • • No.6 pull box covers shall be reinforced fiberglass material. • 10-4.9 - Conductors and Wiring. - Splices shall be insulated by "Method B" or, at the • Contractor's option, splices of conductors shall be insulated with heat-shrink tubing of the • appropriate size after thoroughly painting the spliced conductors with electrical insulating • coating. • Conductors shall be spliced by the use of"C" shaped connectors. r • r BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO 07-13 CONSTRUCTION DETAILS • 5119109 SECTION 10-PAGE? • I Liquid tight flexible metal conduit will not be required t0 separate telephone and power conductors in controller cabinets. I • 10-4.10 - Service Continuous welding of exterior seams in service equipment enclosures in not required. • Type III-AF service equipment enclosures shall be the aluminum type. All overlapping exterior seams and doors shall meet the requirements for Type 3R enclosures specified in the NEMA Enclosure Standards- 10-4.11 - Model 170 Controller ,Assembly. -- Model 170E controller assemblies, including controller unit, fan, light, test switches, emergency vehicle pre-emption equipment, uninterrupted power supply system, completely wired controller cabinet, video detection system, spread spectrum radio transceiver unit, McCain GPS Timesource, and • auxiliary equipment shall be furnished and installed by the Contractor in accordance with the Standard Specifications, Section�86, and these Special Provisions. The Contractor shall construct controller cabinet foundation as shown on Standard Plan ES-3C for Model 332 cabinets t0 be installed (including furnishing and installing anchor bolts), and shall install the controller cabinet on said foundation, and shall make all field wiring connections to the terminal blocks in the controller cabinet. The Contractor shall furnish and install the controller assembly- The controller assembly shall be a Type 170E providing 8-'phase operation and shall be capable of accepting uploading and downloading. The controller unit shall conform to the provisions Of Addendum No. 5 of the "Traffic + Signal Control Equipment Specification" dated January 1989- I � The controller unit shall be furnished complete with a Model 400 modem, quad ACIA ports, a Model 412C program module, and a Bi Tran Systems 200 SA local controller . software program. The program module shall be configured utilizing Method 2 Memory • Select 4 and shall be furnished with one each of 27256 EPROM, D1225 Zero Power RAM, and 6264 RAM. The Contractor shall arrange to have a qualified signal technician present at the time the • equipment is turned on. Said signal technician shall be qualified to work on the controller unit and shall be an employee of the controller unit manufacturer and BI Tran System or their representative. The controller assembly shall be furnished with a shelf and drawer to facilitate the use of ; a keyboard and mouse as required by the computer unit and video monitor used in a video detection system. BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO,07-13 CONSTRUCTION DETAILS 5119109 SECTION 10-PAGE 8 • • • • All controls and displays of the controller assembly shall face the front of the cabinet. The • controller, battery back-up system, and detector racks shall all face in the same direction • toward the front of the cabinet allowing a system operator to view their operation simultaneously. The Contractor shall coordinate installation of all controller assembly • equipment within the controller cabinet with the Engineer prior to installation. The Engineer shall approve the configuration of controller assembly components prior to their • installation- Cabinet Locks: Cabinet lock shall be equipped with Corbin number 15481 (R or L) keyed • to key #2 and 2 Master padlocks model 6721 keyed with-Videx Cyberlock cores. The • contractor shall supply two Cyberkeys model CK-IR6. • 10-4.12 -- Testing. - Functional testing shall not begin, nor signal energizing occur, on a • Friday or on the day preceding a legal holiday, and as specified in Section 86-1.07 of the • Standard Specifications. • Functional Testing: Functional testing shall conform to the provisions in Section 86- • 2.14C, "Functional Testing," of the Standard Specifications and these Special Provisions- • • The fourth paragraph of Section 86-2.14C, "Functional Testing," of the Standard . Specifications is amended to read: • "The functional test for each new or modified system shall consist of not • less than 14 days of continuous, satisfactory operation. If unsatisfactory performance of the system develops, the condition shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained." Except for new or modified lighting circuits and sign illumination systems, the City will maintain the system or systems during the test period and will pay the cost of electrical • energy for the operation of all the facilities that are undergoing testing. The cost of any • necessary maintenance performed by the City, except electrical energy, shall be at the • Contractor's expense and will be deducted from any monies due, or to become due the • Contractor. • 10-4.13—Video Detection System • • The video detection system shall be furnished, installed and tested by the Contractor. The video detection system shall be Iteris Vantage Edge 2 (multi-camera) system, to • match the equipment currently in use by the City elsewhere. • Installation: The supplier of the video detection system shall furnish complete • documentation describing installation requirements within 10 days of placement of order. Such documentation shall include description of all required cabling, mounting, cameras, • cabinet space, and power. • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 CONSTRUCTION DETAILS • 5119109 SECTION 10-PAGE 9 • • Suitable video cabling and connections shall be installed to ensure the video signal losses between each camera and the ACU do not exceed 3dB- All power cabling shall be installed to comply with the National Electrical Code, as well as local electrical codes. • The manufacturer of the system or its officially certified representative shall supervise the installation and testing of the system: . Warranty, Maintenance and Support: The system shall be warranted by the manufacturers for a minimum period,of three (3) years from the date-of installation or two and one half (21/2) years from date of;shipment, whichever occurs first. During the warranty period, technical support by telephone shall be provided by the supplier 24 hours per day, reasonable exceptions being national holidays, and requests for support by telephone shall be answered by factory certified personnel within one (1) hour. . During the warranty period, certified personnel from the supplier shall be On site within forty-eight (48) hours, if required,_reasonable exceptions being national holidays. The supplier shall maintain a program for technical support and software updates following expiration of the warranty period. This program shall. be made available to the contracting agency in -the form of a separate agreement for the continuing support. The power supply for the video monitor in the cabinet shall be a dedicated GFI protected receptacle. The power to said receptacle shall be controlled by the door switch that the-monitor faces. I - � 10-4.14 - Uninterrupted Power (Supply System. -- TESCO Traffic 22-000 BBS "Piggyback", fully self-contained 1400va / 950 watt battery backup system, by Tesco . Controls,_ Inc. (www.tescocontrols.com), 916-395-8800,. or approved equal. The battery backup system cabinet shall be 'mounted to the side of the controller cabinet in accordance with the rnanufacturer's,specifications. In the event installation of the battery backup system reduces required sidewalk clearance, the Engineer Shall identify a specific location for installation of the battery backup system as a "Standalone" underground fed mounting configuration, with an open base detail, pad mounted and fed via underground conduits to the controller cabinet. 10-4.15 - Emergency Vehicle Pre-Emption Equipment. - General: A complete, functioning, Tamar "Strobecom ll" Optical Preemption and Priority Control System, complete with four (4) Tomar Model 2091-ST optical detectors, Tomar Model .3140 optical .signal processor (OSP), M913 detector cable, and associated equipment (or approved equal) shall be furnished and installed by the Contractor. . Emergency vehicle preemption equipment shall be furnished and installed and shall include: I � BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 CONSTRUCTION DETAILS 5119109 SECTION 10-PAGE 10 • ! ! ! A- Tomar Model 2091-ST optical detectors, or equal, for each approach as shown on plans. B. Tomar Model 3140 optical signal processor (OSP), sufficient for 8-phase ! operation- ! C. Tomar M913 detector cable ! D- Tomar Model 1850B emitter The system shall be designed to prevent simultaneous preemption by two or more emergency vehicles on separate approaches to the intersection- Optical Detector: The optical detector shall be mounted on the indicated signal mastarm by an approved mastarm clamp- The detector shall not be mounted on the signal head- Emergency vehicle preemption sequence of operation shall be subject to the approval of ! the Engineer prior to timing and turn-on of signals- It shall be the responsibility of the Contractor to provide the services of a knowledgeable representative of the manufacturer of the emergency vehicle preemption equipment to be ! present for not less than the first day of the traffic signal lighting function test to ensure ! proper installation and functioning of the equipment: The optical detector shall be a light- weight, weatherproof, adjustable, bi-directional optical detector assembly. Internal . circuitry shall transform optical energy from the optical emitter assembly into electrical signals for delivery via optical detector cable to the phase selection equipment. The optical detector cable shall be a durable, shielded, 3-conductor cable with a drain wire and the necessary electrical characteristics to carry power to the optical detector from the phase selector and to carry the optical detector signal to the phase selector. It ! shall conform to the written requirements of the manufacturer of the phase selector and ! optical detector. ! Phase Selector: This equipment shall interface between the optical detector and the controller cabinet. It shall interface with the signal controller and provide the following ! functions while not compromising the control equipment fail-safe provisions: ! ! A. Sufficient power to all optical detectors required for the intersection. ! B- Sensitivity to the optical detector signal via adjustable range potentiometers. C. Differentiation of signals by optical detectors from one or more emitters on a first-come, first-served basis. ! D. outputs to signal the controller to cause selection of the desired phase ! green display for the approaching vehicle. BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS ! CITY PROJECT NO.07-13 CONSTRUCTION DETAILS ! 5/19/09 SECTION 10-PAGE 11 i i I♦ i E. Smooth transition to non-priority operation upon passage of the vehicle through the intersection. . Other: The Contractor shall provide a vehicle equipped with an emitter to test and verify satisfactory operation of the equipment. The price paid for furnishing and installing emergency vehicle pre-emption system • equipment, detector sensors and', cable shall be considered as included in the Contractor's lump sums bid, and no additional compensation shall be allowed therefore. 10-4.16 - Vehicle Signal Faces and Signal Heads. - All signal heads shall be metal construction and powder-coated black in color. All vehicle signal heads shall be 12 • inches with LED red, yellow and Igreen indications, including arrows, conforming to Section 86-4.02, "Light Emitting Diode Signal Module," of the Standard Specifications. Type SV-1-T mountings with 5 sections and SV-2-TD mountings shall be bolted to the standard through the upper pipe fitting in a manner similar to the terminal compartment. i 10-4.17 Pedestrian Signal Faces.l- Pedestrian signal faces shall be Countdown LED Type (as specified in section 86-4107 of the Standard Specifications) and shall have • Aluminum Honeycomb Screen. The pedestrian signals shall be of the international symbol type with 9" numbers. They shall be metal construction and powder-coated black in color. The modules for pedestrian signals shall be furnished and provided by the >♦ Contractor and shall be Gelcore Model PS7-CFF-01 A-1 8 or approved equal. Pedestrian signals shall not be `.'Clamshell" type. . 10-4.18 - Internally illuminated Street Name Signs. — New illuminated street name signs shall be a single-sided- -Edge-Lit LED Street Name Sign, Model R409, as manufactured by Temple, Inc., (www.temple-inc.com), 800-633-3221, or approved equal. i The sign shall be mounted directly to the mast arm at its traditional position on the signal . mast arm with no moving parts. Sign bracket must be able to be leveled to accommodate mast arms that are sllightly off level[ Sign bracket hardware must mount to Pelco Astro- Brac AS-3009 or equivalent. Sign legends shall include White Ultrabrite LED lighting, with white letters on green (1177) background on 3M Scotchlite Diamond Grade Translucent VIP sheeting Series 3990T_ Minimum copy size for the legends shall be Series D with Series E being used whenever message length permits. Case will be mixed with lower case letter being used and the street name and suffix capitalized. A scaled, color layout of each legend shall be • submitted to the Engineer for approval prior to sign fabrication. Details of color, stile, borders, and spacing shall conform to the Standards established by Caltrans. Abbreviations shall not Ibe used unless approved by the Engineer, even if • shown on the traffic signal plan. "Periods" shall not be used on abbreviations. Scaled layouts for each legend shall be submitted to the Engineer for approval prior to fabrication. BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 CONSTRUCTION DETAILS 5/19/09 SECTION 10-PAGE 12 s • • • • • The sign shall be designed and constructed to withstand 110 mph wind loads in • conformance with the requirements of the AASHTO publication, "Standard Specifications • for Structural Supports of Highway Signs, Luminaries and Traffic Signals", 4th Edition 2001. • • The signs shall be protected by fall arrestor cables; oversized sizes 8' long or-longer and • signs 24" tall or taller shall also be mounted using two Pelco brackets in the vertical • position rather than one Pelco bracket in the horizontal position. 10-4.19 -- Luminaires. — New luminaires for traffic signals shall be provided in accordance with Section 86-6.01, "High Pressure Sodium Luminaires," of the Standard • Specifications. Ballasts shall be the lag or lead regulator type for traffic signal lighting. 10-4.20 — Pedestrian Push Buttons. — Pedestrian push buttons shall be Navigator 2- Wire with 5"xT' pedestrian sign (Option B plate), by Polara Engineering, Inc., . (www.polara.com), 888-340-4872, or approved equal. The pedestrian sign shall have Braille imprinting of the street name that the pedestrian shall be crossing when the button is pushed. The pedestrian push button, when activated, shall provide an accessible • pedestrian signal (APS) that provides a vibro-tactile ADA compliant 2" push button with a • raised directional arrow and audible sounds during all pedestrian Cycles- Push buttons shall be located as close as practicable to the public sidewalk curb at a • maximum height of 42-inches above the finished surface of the public sidewalk. • • 10-4.21 Spread Spectrum Radio Interconnect System • Spread Spectrum Radio Interconnect System shall consist of radio transceivers, • antennas, lightning protectors, coaxial cables, data cables, conduit (where necessary), • and all other appurtenances to provide a fully functional communication system to • operate with the City's traffic signal system. • It will be the Contractors responsibility to furnish, install, configure and test all of the • equipment necessary to provide a fully functional communication system. The radio • manufacturer or an authorized representative shall be present at the time the antennas • are installed and the radios are turned on to verify proper setup and integration. • Radio Transceiver: Spread Spectrum Radio Transceiver shall be Encom COMMPAK • 510OR or approved equal. Each radio shall meet FCC Part 15.247 requirements for . unlicensed use. The radio transceiver shall use a frequency hopping technique to spread the Radio Frequency (RF) carrier. There shall be 139 user-selectable channels with 62 • available hopping sequences. The radio transceiver shall plug into the input file/detector • rack for power; no external power supplies shall be acceptable- The radio transceiver . shall have transmit,-receive and signal strength indicators. Each radio shall be capable of operating as a master, remote or a repeater without the need for any external equipment. The change of operation shall be done through a Windows based software program. This • software shall be furnished with the radio transceivers. • . DARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 CONSTRUCTION DETAILS • 5119109 SECTION 10-PAGE 13 • I• Radio Software: The radio manufacturer shall provide a Windows based software program and shall use a Graphical User Interface (GUI) for radio diagnostics and # configuration. At a minimum, the software diagnostics shall have a built-in Spectrum Analyzer (to identify RF interference), a built-in Poll Test mechanism for testing data integrity, and a signal strength indicator. All diagnostics and configuration shall have the ability of being performed from the Master radio location. Yagi Antenna: The yagi antenna shall be a 15 dBi, 13 element yagi antenna. The antenna shall have provisions for either vertical or horizontal polarization. The antenna shall also be supplied with an antenna mount designed to clamp directly or band strap to a pole shaft or mast arm as directed by the radio manufacturers representative in the r field- The size of pole shall be determined by the Contractor in the field. .Lighting Protector: The lightning'( protector shall be a PolyPhaser IS-50NX-C2 or approved equal. A 4' coaxial cable shall be provided with each lightning protector to interface the radio transceiver and the lightning protector. Coaxial Cable: The coaxial cable (shall be Times Microwave, solid core LMR 400 or approved equal. The coaxial cable shall meet or exceed the following criteria: maximum 4.0 db loss per 100' @ 900 MHz.,' a V minimum bend radius, a UV protected black polyethylene jacket, ,and a high velocity gas-injected closed cell foam dielectric and bonded aluminum tape outer conductor. A Kellum Grip shall be used to support the coaxial cable inside the pole shaft. j Cable Connectors: Connectors shall be Amphenol type N male connector or approved ! equal. Data Cable: A cable shall be provided to connect the radio to the signal controller. A cable shall also be provided to connect the radio and a standalone FSK modem as indicated on the plans,. ' i 10-4.22 — Payment. The lump sum contract price paid shall include full compensation 411 for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in: furnishing and-installing all new traffic signal and lighting system equipment, complete and fully operational in place as shown on the plans, including removal and replacement of existing improvements, construction of access ramps, as specified in the Special Provisions; and as directed by the Engineer, and no additional compensation will be made therefore. 49 10-5 TRAFFIC STRIPING, SIGNAGE AND MARKINGS 10-5.1 Remove Pavement Markers - Existing pavement markers, when no longer required for traffic lane delineations as directed by the Engineer, shall be removed and disposed of. The condition of thel surface of existing asphalt concrete pavement after • removal of pavement markers shall not contain holes, gaps, cracks or other damage resulting from the removal operation. The condition of the street surface shall meet the BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-13 CONSTRUCTION DETAILS • 5119109 SECTION 10-PAGE 14 • • • • • satisfaction of the City Engineer, and the Contractor shall be responsible for making any and all pavement repairs due to removal of pavement markers. + 10-5.2 Remove Traffic Striping And Pavement Markings - Traffic striping and • pavement markings to be removed are shown on the plans and will be designated by the • Engineer. Removal of all existing traffic striping and pavement markings shall be performed by "wet" sandblasting. • Where blast cleaning is used for the removal of traffic stripes and pavement markings or • for removal of objectionable material, and such removal operation is being performed • within 10 feet of a lane occupied by public traffic, the residue including dust shall be • removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning • operation. • . Whenever the Contractor's operations obliterate pavement delineation (lane lines, either pavement markers or painted lines or both), such pavement delineation shall be replaced • by Contractor before completion of project. Either permanent or temporary delineation • shall be installed by Contractor before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type 11" • temporary pop-ups) which shall be applied in accordance with the manufacturer's instructions. Temporary delineation shall be the same color as the permanent • delineation. Full compensation for temporary delineation shall be considered as included • in the Contractor's lump sum bid, and no additional compensation shall be allowed • therefore. • Nothing in these special provisions shall relieve the Contractor from its responsibilities as • provided in Section 7-1-09, "Public Safety," of the Standard Specifications. • 10-5.3 Thermoplastic Traffic Striping And Pavement Markings - Thermoplastic traffic • striping (traffic lines) and pavement markings shall conform to the provisions in Sections • 84-1, "General," and 84-2, "Thermoplastic Traffic Stripes and Pavement Markings," of the • Caltrans Standard Specifications and these special provisions. • The Contractor shall use State metric stencils for all legends and arrows on this project, conforming to the new Bureau of Public Roads Standards. • • Thermoplastic material shall conform to the requirements of State Specification No. 8010- • 19A. • 10-5.4 Pavement Markers - Pavement markers shall conform to the provisions in Section * 85, "Pavement Markers," of the Caltrans Standard Specifications and these Special . Provisions. Pavement markers shall be ceramic. • 10-5.5 Remove Traffic Signs - Existing traffic signs, at locations shown on the plans to • be removed, shall be removed and salvaged to the City maintenance yard. • . BARISTO ROAD AT PSI-IS TRAFFIC SIGNAL INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO,07-13 CONSTRUCTION DETAILS . 5119109 SECTION 10-PAGE 15 • Existing traffic signs shall not be removed until replacement signs have been installed or • until the existing traffic signs are no longer required for the direction of public traffic, • unless otherwise directed by the Engiineer. • Compensation for removal and salvaging of traffic signs and posts shall be included in the • Contractor's lump sum bid, and no additional compensation will be made therefore. • 10-5.6 Install Traffic Signs — New traffic signs shall be installed on new telespar posts, on traffic signal mast arms, or other locations as shown on the plans. • Each traffic sign shall loe installed at the new location prior to or concurrently with the time , at which the traffic sign is required for the direction of public traffic, unless otherwise • directed by the Engineer. Compensation for installation of new traffic signs shall be considered as included in the • Contractor's lump sum bid, and shall include full compensation for furnishing all labor, • materials, tools, equipment and incidentals and for doing all work involved in installing new traffic signs, complete in place, including providing new telespar metal posts and • hardware and installing the traffic sign, as shown on the plans, as specified in the • Standard Specifications and these Special Provisions, and as_directed by the Engineer, and no additional compensation will be made therefore. • 10-5.5 Payment - Payment for removal and disposal of pavement markers; removal of • traffic striping and pavement markings; removing existing traffic signs and installing new • traffic signs, as shown on the plans,; furnishing and installing thermoplastic traffic stripes • and pavement markings, complete in place, as shown on the plans; and furnishing and installing raised pavement markers (reflective and non-reflective), complete in place, as • shown on the plans; including all labor, materials, tools, equipment and incidentals and for doing all work involved.therein, shall be considered as included in the Contractor's lump • sum bid, and no additional compensation shall be allowed therefore. • - END OF SECTION - • • • • BARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION _ SPECIAL PROVISIONS • CITY PROJECT NO.07.13 CONSTRUCTION DETAILS 5119109 SECTION 10-PAGE 16 • • • • • • CITY OF PALM SPRINGS • PUBLIC WORKS & ENGINEERING DEPARTMENT • PART III - APPENDIX • • • BARISTO ROAD AT PALM SPRINGS HIGH SCHOOL • TRAFFIC SIGNAL INSTALLATION • CITY PROJECT NO. 07-13 • Caltrans Standard Drawings • • • • • • • • • • • • • • • • • • • • • • • • • • DARISTO ROAD AT PSHS TRAFFIC SIGNAL INSTALLATION CONTENTS CITY PROJECT NO.07-13 PART III • 6/19/09 • ---------------------------------------------------------------------- ELELT4�q�pe R suxmAD 'Tb3 xlsn.aa.I IIpHt pol. I "'[ TM - .F'1: I rrAEs � ABBREVIATIONS AND IIP EO A UT DramTlO�c e Is, 1sR DWaI. +rm Ii9Mlrq .},..,yore PROPOSER Is `-L_• Exi et,ng .I ealrouar Dal pa zpp er s, x 2 tl 6TRMY E ERS ape RGf f.-y x., .Yala.n ec ea enr eo-mr g1D F J� STRUC rLkE Q—K Ll.c}reller }ccn]a}1[n Fo}uM rnefollo NeYp [CiY N C[<e]crrcob leleva fan y '�~'x"' 30 NOT Chi --a n p E'. OL[ c CI¢n9eo]I. l ne nag. eiin �Fo,vyycY yyshy f.[ dm leap c<tacicr lean-ln teal. A 1.Walndrta ¢Fn11 pe ]10.E<5 hm EVS ens Exl ingul shame rtesr.ge .Ipa Ions}allyd A Tuho 2d.2tnl 30,31,12t 35 Eve e.a Em=rg=ray W. nap l` SDEEIT AND WA I � p] ]6-$OA 51cKy0.,wllgc o1M."e,e. EYO rvO EZrp.nCy v.eiC la ..1...o, 32 rfie6,luniMlr[a ¢loll[n_ CCO x F3 —° H sa.>•nn In3tml.d w,urr.r ty rp Flmmn, —aY.n IdOIJNT D IMINAIR 9 T7 I I[p]ar2. [:polo,�nbn '%PPro". FRS !pm Flomin9 Lbnxn c TE 1 c sem]ly Q l �. ]a .Loorfr... Fp !01 Fla•ning peoxn r'T rLrip'pme on rle.r apR e Q t.Lury ruirn .rgll oe Its euto}f tYM, C 0 6roL,4 [E Pe'panta t0 x NPS,Feeifi=p. Y 56-20A AN51 5yp.30 mealun turf Ilgec lrq C=C[ OF[I Orcurd lnul}pdreu Interrupt Luc 1`rl on ens uerrlae �e Oli}rdJl fury LnIE53 INrrtrvL. peClf led. N}R ra- Niyryrq ohhwy roGlo _ S[uap, i0 N HIPS 3.VPr iG11M.nuN,ouj OC.nl to eMn]1 cn Np5 fax NexCyw�al urI e.a 0Irer.k. eyeu if ie], m Orojec}plane, rp[ High Fre¢eur. Po]r., !k u II .ufo'eb,i0 T NPS II SAS ll.ne Inlernclly rlWrtlmte0 urea}nere ergn 11en pere:.e Ii.eci fieG, EI<cVmler latt I1L In. Indac llai ergn llpil}ing Nt pmlmt noes or Prole:t plan! LED IW LI �1 m.l n In alto.I A g E:I cfrnuq .crrn ..ml x --Imrr. LISIna Leminalr.meet crm �® o r n ,n u.noairl<]. m �-4 LLr..Imrre cn roe] pGle LTC 100 LISn gnu-• e.e lum o—Qu Exl el rnq a rn1 [ roll Iunlmir= O 1 LLV 1.1 LumlMire to u. oa.fill orepxiO STANDARD NOT , NAr no, veal orn re.ntrng rihols els,]I rxea, NOTE (n I I[p a1t.c1"I RA$ n" Y[sl o ling vellele elyrdl faces, Arrcr n]icdea 'air.., Slur p erac otta[yr..nt or I—Inarre. O AB R]crax,,If cp)IIeO Fo wVui},rwnay. cd'pec}cra. N"-4A ayA Nnal [-n nOeM In vahltla ar k45-4R 3 goal fUcee, 'L O B[ rnadl pAlr ecx h W-Erp crnWI1 run. AS-eC f-4C erEe off od': aLml Beef fan O N45-5; BP PG]eafrlpp Oar rW Ee, 1 n p m5 ]A Vasl crm mauminy vel'.i c le si goal fa[eq 9, YpE Uc i.0 wteo [ Ion. VAS-59 rtG5-59 erEe cLypM.1 5 a yml sec lld'I •AI C9 Ins1 a1E cMp]i} nle.zla lni C+°1 WR, yC ka'Nry 10—Itw- kN ym Ball ip[. fa nPuiI vi lror rf o CC Cav,.n1 n•r nm .t.a.o,a 1Ru]t.R�c.are extol rn4 wbuINera NT m V. v+rt .bh pml dr. or rqa.Doty c,V i doll mnCuc}d^a IMltotta. Nic mtp NCUTHny � (F Cur-il to 1.1.:n for rut L,y y...Rmnx. ccreIj-+Yr.. In...11 k n k•rWry v[p]r fight log fix lLre r WII Cr.r n- rOq. fC- .4C X[rnf]Il y`L 10•[ara Cc,luctcr] ,n " p.I..}or M:n,"'.. Fa M A[rrrI I, cp•n = E FA Fd»]a1i[n 1.d. epc.1]an.0. PE[ 9a Pull fox RI 6u mll 1 ro, p=4 P[[e P. c con trot lists 1,p,➢,IIar .A i e gn d� .rgnel ma.t [ PEp pe] Prce+lrien H ti5 No-IF, pane M .}e[C:ra. FEU p=u Pr p=tr[Mlc uIrt � PPd �] P.Caatrrcn F['aT butlm ®E Plrotoa.011.control. At Rr]ccor.e .N pnen} RN 9cnp n,.I erinp m ®F Plrolael flu lrlc unit. B m slip case N RC Elf pMe! w'e01 er ipl N pe n.MveY [!A Oecerte 1be SIC .c Sigrnl Interec-nec} vSl. G} Its [anur art FraJ¢r 1Y 5[G elo Sigrnl y 1 sV1 S1ghol most Cnn a FE Rehons e1.oroa.r, Fuse ono Wl oe 1.]oM eMf of C[Ma^.ICra. 5"• 5}ree[ n PI , SP f'p S.rHu polnf ® Relocate awiplent. TCC 1d: Trlep•'nns f-ha cotlm cooCne} ® A... and reaa. .rul9nen}. WS lnf irar Flc m .Morin, i.,r.n FOS tan Truffle CFerall one Syat[n 6E R..] . cod uNog. y rphont. VEH an V.hld. STATE 4c ClLr0R. }FV.i %fmf }r[nlforn.r CEPA4TP-HT OF 1TJN:FCRiAUfl!I ❑y SP°<. n.r P. A.ting a dolor., CM no C[om"'r`aII ELECTRICAL SYSTEMS R,1IS rrls R[cerry ru.Ir ,nfn-mo1•on ay5len `-irrfr e1la rvrain (SYMBOLS AND ABBREVIATIONS) I Q 51oTwra Ip solo far felul va.Rchare Wninal",Pal. NO SCALE I � cdvxlra, rvan nw Rohe F. p•', iebprnrc ....1u. p]rn}. ASP ET'1A OAIE9 OCIM6. 5,YCOT SUPERSEDES STAM19D PLAY ES-IA { RATES VAY I, 2006 - PACE 100 OF THE STAXOARD FL6H5 E03" RATED WAY 31C:. REVISED STANDARD PLAN RSP ES-1A I � I I _ I L __ ___________________ __ --------------------------------------------------------------- LQNQUI I I PROP —P —_---XerI_i-----T_I----_N- iCirncrnarl eC:mc rY wolmrcr p.aa tclpmM vw f n ec ulf I_LI ._N;A Peannl iTrPinHl eFNgmT aNC.c�lI. Yleel tm,r.. PROOgn Xi TIf , Is•.r orcuri RPe[eso-ion p¢n hl ur:o:ca.n pc at !Fire pIo-IR ceult— a I -10-- Plcer eyrie convex �{ F -� P[...trl01 p[rrlcma j s �I— recyy.nr•.y LbnMlt lern.lmtmr � '-11--' eenlcl. eF'+pl }ece Litn D-cNPlal er]-S.p1[cn: T� CCcnI Ir rimer In/on Hnefilfe or reE,y.11cx aTJ (r[e'11 �^ er e pore SIQUAL EQUIPMENT Con' Vohicl[ [i goof fon r In apple weya PROPO$EQ EXTsTrN, G r SERVICE EllI1RM NT PEA P'i h pyIlmMlaT. or epic a)Oglel • o copra you A ?'lrelcat em ell noo-o•ro.Ogle,, eecm IawercG PRO�OSEO EXISTING to r.ecm em �•o^sr�n�ee.[ciePjf°ynIy �..f aMte. 1 fno,cc•e pll 6"wen lace Imlr �- -- TV' 1 srcrcace .xn•carer an'slsn RI � -- aerr[Ev ulfe. wren Peclt7.m < r- u ! r —d Enarcy Vehicle eet.cicr I- filly b y -�-T uoaa Da0 rr V'inelmlae V^}-' YP —• Un RI _. 1e ISiS end 1'<mle le algnol (o[e k Pole 4sY .lrn m[Icr O rT — `- [�liaar ro'aiec ilcm dtn red,sellaa cd green H y V[llry TmnefCrinmr - 1r ne mauntee NOTES ww{ , la ]cElpl[ aapnm f[m,rto re- o-E yellow D L_o tlmr a ua y 1. Art a twl e'c 11111 enrol t. Iz'vnleae 2 f� �� xrv]c[er.•sronm!�'Iclwue fyn r., r` eTam ofner.lea 0 Y.krcrm al ppl raa.e IS See r lml.i In re0.Ye lalm co 2. 1We,Iw0]a 'r<II p'P•pr IME vilk a_ O� Srfen ewsram q yello.m] gr..n rigor caatplcrea un•eaa evva mMrvl e'. �J Pr rvlce 'yulprrnt eralasu m v \ t cccr In0icales (renr .f emlocure •� 1. Spral inalcetrpn ergll m LEY. • Ty" 1 Srm]arrY uyp el•wn'6 veet[I' s gnol foc'e o L,t I Ts lab Emcrwlron warner � I • {- GSl.rd-4 olio lfr pe'am Iy nO r 1 j cr IIILarinetcE elree l�nti nr re l9n crq InterrgllY a POLE-MOUNTED SERVI E D IG IATIOh e = �Type of Imtcllmrnt r:-i Tape 3 slarca-a,Le rr-1 urn eenlcl- e:gwl face j ` * c_ a e e c i TYPE N SERVICE - 26'-Lp Pole n--Igpt[.Y,ve SroJe I 9 F` Sla0o[fe nr}n loam.r pn0 a goof rtast o'mr rrccle6 r lrcb 19nn1 Poars m I ILLUMINATED OV RR AD Si P! G ,tn.r.• rppanlny e.«en t o f .Ian 0 N r1 r= eFen leer 1.Tee p.elf�id r (rgicn E9QuC4.'EQ XI TiN• tR �z Ai �n ID1ol II 0wr"aE sle, - singls peal �11 X4.1 eCe 15-PBs srmvro Ito tro r nYp ieo si5nol race ly I-le a from Fin I.nr,Lc[plmr woe la r w rn o etsn IJ brtr d ely, - Two Poet JI- h o•nrnq wa[pn.0.te nI cle algpl race mtl.p STAEE CE GLiO-M} v n IrgliW a d C';P}flTNpr o TRLYFO?[A14Y I p.Yrrr[a0 m[.1- [Yr."I'] u0ioprlcri�"Y' rtvJl[EI�] y�llcr inE icolion "el` 1. ELECTRICAL SYSTEMS hx ne .lsn with.l[atrauer �� � . COI^C}I.:0'.ert91r.Cw• irgapte. franfcf {SYMBOLS AND ABBREVIATIONS) NO SCALE k fi•T ES-I9 O.TEY C<i0•-R 1,1011 SLFElIMLS STIMA -1 PLAN ES'15 111 OCTET YAT 1,20CS- PAGE 101 O rPE 5T4XY}pp PLRXS P[C[0 U VfY 10]6. REVISED STANDARD PLAN RSP ES-1B 1 I `----------------------------------------------------------------'--------------------------- -----� ------------------------------------------------------ - - - - - - - - - - - - - - - - - - - --------------- 1. �rt I I EOINPIAENT IO NT1P1 ATTOh W]RINF O7A.RA! IFccun IA- ILLhu1NATE6 sigu @ NTIFI ATION itINAM p Pole -- En}.reol eono-1.1 si sn rV.n]er- pl—. on [e [treuM bred— ClvL to,a• eua f S1aO Na.14]Y WFr m eirvc}ure L 1rw. ---•— TI. I. C_cicVr 5,34]S - Min-CtY•' r fa [9 CII(� Y VOI} „� [cnso_t er mil r uL E I u velefee —� [cneP'Ior,cal m]I nn •N!I's.- f M.[r a II TrnL Porrter r°I:ng hve7 r LM Lr.Ts}e }co.,o plane I —1ral ol-M IrTCNn9 ecnrrol type J M18 M1eV1fa1 'U �.L °�?•-�� Yam?• J 6B 6rttC1] Goa C°n}oela•r[enleel N[Mmdr anE }yye of }{Mode .Irt^.hlre� e 0 Cpu 1pnert} graunClr.3 eoKYcs or � Enal°see OCna E❑ECTROL[FR OR nI IPA! u II ern Bee cm]um cr IUOr°ll re aalp:yp:,��yy T 7❑ }!T[F1 ATIOh h AIR R .� 6roJn0Pq el ec rroe- VEHI T CTORe ls5es .ls•-o; 1 pear ern IeM1gn ,ii aNev Ci"utt ere r el C'.eelenln-a[elgno}Icn oV roe prcc. n .}EnecrE°r .rruetura. 5 a 9 u N ��u1Prtlx err -Cqc.on .tuM re w 9.cePleere D b•o O paEre¢rM its wprt.•n} P BOX u uroer I e c L _6u..f � I COMM AN❑ CONO OOR ID HTWI ATIO: PROFOOSF EXIT smt nune.r In rnpul rile 1r ,c .yao. 15•H.s oLG r' Full mx-IM.s Ynleu emer.ta. 1npV1 11. {I or a) T—Nn.eer ow} eI-of a.T.Sor. .0 eper°a Inolca1.E or n°rea. Pr °° SIT$of oonsu:r In rnpd. 3 gAL,7 C un M -acebronpl a..lgrnapne cr PROPOK p N,ex,F3P,.rD. Sr°rcrc-runs cpHm for elsr'°I hCe., 0 __, a°.crlp},o EXISTM Csrr}m. nb PP...raae ar°grc.:• 3 •Na.W, Dull oax {q ca Cuomoic°.len° ll pox ❑ Typ• A Y°lecry 1°ep..o Q QI Q2 ❑] Fr°fr} q}e pynp°ra 5 M.5 gill[ta i0 PVII tax rl IN.xren.lon Nrllne or : • ep. r Q E,NpTenl CgCfipllEn, nN m pllVlon cr len npen 6 • RHO' 6 pVll bn {Sf = SprrCsl.r control - ° cu• pau ecx N • h°, 0 (telling gull lmil fIll nneM1xr ePl}a pre w+Cult for [CnNf ryn n.•nplf. e = M1o. a (Penepnr epirlr pull Wtl rul Yre In.}oil°tron of Tr0° 31 iyCe i eel°o cnl 6C 9 = "o 9 pVll pex Sra'IE°f0 Wri lr! of 1 M1a•n. a a SIGNAL AND trHTIN TAk RdR❑ fTYPT A ❑ NATTOh1 9A • Mo. 3A WII xx (Tl = Trerne pYll oax Ze 9 N a M r.lwr}r • IM npn -_ tya. [uiem er .cep. 0' canine or erpm ca.n. y ca.e s n-.n rpemn3 S 91m0aE Fla'I steer M11nEer rr���y I~ rrpe a °.lector laep. G Ce loll nlweer or 1.rr.r 61J Li Wnlne or aaecv} Breen, I I .o MI5 AN O IC CE]r IPA' NT O �_-) eoiilr,e Eer.erw- leo .en s PROPOSE❑ AI TM• e I- irp. o m}ec mr loan. Z em r-I Ounlr..°e .9ecm aep.n. coO C___! cncr.Xnl. no.,. .lm - Cl...a err ult 1°I°r1lo,C°n°r° n kagnet lc aef ec rpr 4 Nv We °Ov].cry rcElo NI. cnE onlmia (n DEW' r_-1lT� cxfrngulel.n]re reaeeg. .I9n Di r.Pf 4emcrcr mnsnme I � Y ¢•Ylcrc. vo af= ® <..�i d Xleroeera Dr IN..mtee}i°n eon Y • Y=V d IrtO3e .en er I STATE eG C111 CaP. C£FARTe'Nr Cl' TRAN5MRTA1I04 ELECTRICAL SYSTEMS (SYMBOLS AND ABBREVIATIONS) NO SCALE ESP CS-IC OATED OCT00ER 5. 1.01 5'PERCEDES STA'gAIIO Fi l CS-IC MCI)YAY I,RM6 - PAGe e03 CC IHE STANDARD PLIM 9MK UA 0 Y}Y "36. REVISED STANDARD PLAN RSP ES-1C i I L ______________________ - - �Fcf pop- ¢tool :e rila rer rcugn9 srJ c L— p•-5•• ah E full Tin nrir: ro, ! xwrr rwr[ fT Vent lribe fall -Fo. acw .tm Park. l el.lr fiF (ee _ tl.roll k p'[eu3' i cr[[r�.l[ u�cl.ur 4 Oa]knep P�li[e ^rl�Y I ms f Pain CD reer — -•raw our ..,ems.: W el -Y �ma�n��v..r.irs iwa FfHrtrEFollce may+ ° ven}ilotlnQ I OJYer. il 51b,b:rl Jr��f.Y�Ylwr_Y�p A A L g — coplrer r 'r"vent FRONT RIGHT SIDE P lack I TYPE fd CABINET Fill area FRO%IS%{� RLCNT SLOE o;erosr"9 TYPE P CABINET , - ;Parni le'wPn1 - '•1 , �n i re9elrce Fu.e.r Paliaa 1J p k u rapmrepl eDLT SLOT p SECTION A-A - RETAIL m see rspm 5 cn FRDKI ANCHOR SOL[ I slpr�re PI is-]L N SLOT DETAIL _ RICHT SIOE —1 r m,m D SECTIOA B-B n _ Pw pxr to Y�rttllplcr npu y ScreenN ran P. pa}oll P. nit aec rrlc }4n 5.: 5fpnticr0 Nan ET-]L Far Cpor vep}imror ptt-a lnp a O xmP. Farce �� fHn arecv:c rm 80 TTGM 7] °a1o0i OCWh.t HI^ Pol lce Ppic FMnrw 1 I � I feN ` m == P.lo. at evil!., pea. N fllrYep Po.er r [npiner r-� L[akar IOCk 'ouwllmrm --- ---- ';lrrap r— a _ , I^f fee r— 0 r —� 160'I:[o}icn DUE! ICN'efa l ! c —T POLICE PANEL PST VIER' u FRONT � R1GHi 5[GE AIr°r,ii�t � — DOOR STOP DETAIL TYPE S CABINET FRONT RICHT SIDE 12 POSITIONS? TYPE R CABINET LLe.ef i p S]Alf OP UIRWIac [C fepl ne] BOLT SLOT k r.wireel piPl0.L1.N (i -jr.Oq}Ai.+.N DETAIL ELECTRICAL SYSTEMS (CONTROLLER CABINET DETAILS) SECT[CN C-C r SECTION 11-0 NO SCALE ES-3A . R,6 fYS sY�ttP r ap� ° nN�. u•x t-s•ppnrnq N G caui e°I 1 R f ei/ar moG _ x 2'x j•SI rcD .-` � •�a�.� •n E` ¢isfa�v+•i T01Cn %ISllrr2 ^ � �7C___ 2'x �' S1rPP P.lS rlh[¢ee'¢rdt:FhLy/mt1� li r.p][ree] 1 _ ¢____y r.__ --- PEO aY-ka, IaNfi ul oop ry enceWu•e Vnl[55 .cc J �Alumlrun r-Itl'ly. z- {•etll.e . cn ena far nouTfln4 MI1. l El Cch TYPE PR CABINET ADAPTER TYPE YA CABINET ADAPTER N t.hr.reml o.1 e2•enlekneee alvninum Dla}.. I,Vvn} NOPbr al iyFV 4 Delos} reu�aa}tan, p z.Y=u1t ne=pfer cn 3Yp5 P a• Ty"a c inel Fo-ndMlon. z,&vrnt lrg eol}a .non y �.^p minrnun lee, p ].Alutimm alas^ Oi T. rl oer<r Imna ler relay .11 lnaerno le .11A o ClhY -Jn%S Suk.t 5-401L.S9 or.q]a!cMxaL°°a Gognal 6 . a 1'TYp aIi---n0ly P- e o e u IRdN i In N Irai1 n Na [r=u 1 GI le 'Y01ee n 1 Cc S Crnnro" Cifcul: .I 3 COI 6 gang, K a l T. r Crf[u 151 '1 1p Cl rcuil 1 21 1 1 T.x .e lGae 10 BI Ock 4 i s .r unit ni ,p a NC C r°a11 .2 a 1>7 CRrtvM+2 Ine1n. of Beeler te1m. 10 R.E 1121: •.Q CONNECTOR SOCKET I' Pm nu FLASH TRANSFER RELAY uv' . 3'h". '/." SECTION A-A 'D r 1M ualc ct. nl efnIN[n1n o ftN[N-JCN=S Sock.. 5-aC� Sd ..I.".al L a w-.aum=enxmea In Hol c rcu , PIn n°l c rwa q 11 T r lucre c rcu I .1 la 1 ocr Rl CONNECTOR SOCKET e LCW Crrcuu K n Do- . 12j II1 r.nl(`a!P d'I d1w. N 9 Gaaa Grow° 12 lh. u.e0 II A eT'I[ W 2-!S'Vale. e°-e Ihpt.ng Gann [ne mr mwMTne em 1. � m it n SOLID STATE FLASHER UNIT L T. na.Wny IM 501 S-2 12- .d .,..E[nn.. ,"ll 1M.rrt.ote d}n°CINCH-}pHE] 21 1 s-znz-se a ey.°I wnneu[a u. l WIRING QIAGRAH Pin kb. [.rc.Il rlIn J Clrcul c s LED FLASHING BEACON CONTROL ASSEHBLY 3 ReG Of Ccn!} IYdk Oul I 9 Op}et1! l0 2G 4 e I I T a N°Y u.H f0 Lr.en ar Nclk In I L 1"Bor[•r o11 o•auna S Yellnr W1yl 11 c° le 9 'c R=%i —d SIAF Of Cll6CiJ.ic 1q c�ir pall wn 6 R.6°•pan} 1101k rn ]} 13 el mN 12 ' 11 n - � d!PIAINfH} Of TPIISPORTATYSI CONNECTOR SOCKETTOP VIEW ELECTRICAL SYSTEMS SOLID (CONTROLLER CABINET STATE SWITCHING DEVICE DETAILS) NO SCALE ES-3B liQTEs - C�J4YRnl yam_ T 1. CaSfnef plaen.pl.are rtmrnm. 0. G rir,an J .M3!I, IAw to GrwIE. 1'-0'c101xn [Ipran4 nt !aa w¢ �•[ Mfeeen rttR of enro an0 cmy parflua of emlm}, ], TYq or N.P.Rr 6 ew=.33a eab,n.la shall be .nefclla] eI,h ]f. [[<:f ip.cra the re<•nt Ica.PG frdflrb, t <. i!4 eeAfreller[cbinH a hue naZoa6 ml}ratler 1 911d hva eM11 be DanhO to tiv Asti'�rcr ns!y.. eAa a yu Pant a Iwyf.. 9, 3ohl". nY b<or-; �mt ar/a p,F„f�l PonO cCRnt wxrefe q] eMll be ~troller �.�h'++•xy r.nya 3 [ 3'-p•,t 1"far type G ccpinete m[ehall b Pca atoll be • Ir+frynlrto-eM�ry.S iv..gen % 1M1 of ftt'n]aVtP for iYPee Nn Pa H. eM11 bf ]'-p'% p'rb[ek G k vn p pad N>de[33><ablPefs. Top of peels'sal shall Pa+H drecd }iy feJ cur�0.n]a ltcn far i p oe Icr9= [I.pn fo <a unefa MH N 6" b. [.Via YPo G.P.R o]e 5 Q '1 orwo a ),, lw•ence Io• TYPo N or Y.yel 336 0]ins} 9 Shope.ttp o!au pm ion p",ins[bees VSd.. rgll be C-6•o`nY. Jini TI,� [run(er tl9e "V -6- 1 . ire, ellu y3y prM1!• pcye0 crew b9 of femEOl m Sar fY = G .1- f 0 _} MII Oe fe'nl wiln eu-.•aun01 y p ii&yy 5 far Tbpe P.R pn0 5 wprneN a.1ar1 G 3y1'Pb fo i of fbmcorlon . — 5 e 9r[C.. o urro,' rn9 .j flgl area craca 1 e, TN e[H •II Iln II •> II IIr '[ -}Pe['.HoL EcaG PIPf.'bolt circle onp fWhcof hul for xcrAb4 U UJ U IIL c TYPe 6 W]rMf ergll N iM eaR-tV flpf " y III " I�ni'INa y'rOa! sl [crp,X.ae.•.al emu be x'-r'1P x•- eraen ror a rrpe }-c . "' /� 9 n •.e• P,]'Tale C. �'9 x I.-6'.In a x-- 6' In length,>.xxr WIH 1 II ef[n]r bclea III O Mr ec&JhV 9Ve -'a'tech Dpl}e regyrrea n II II ill Q `1 9• nYp. P ccblrw} eFnll pe L�,r 61 ttrel t en pio cofa1h Gcc InIt. o*eeIOIIF5111pfi}}e,A oljiEe mired }p MITo-I cr}M ccbllxe}, FOLINOA Fop 0) lo,T pe a awnat.",be r,l a.r}n s ureerld,rdlnel96T IwIH. TYPE P R ARC Cn97Nr Tc P acmef.r or Ier bbrl pn br rIx [mrneT, ICI �_� FOR 7Y F Af no p N t1.�1•C oln [Ie4Cl on Provleea 5hrcypll }M feunm rlWl cf o Tyne N '�alGyl @ CAg[N�7 llocel]36 Dlnef,Groin P+Pe'hall be e.reeneo. F�l NDaTtar IL See Table for. or 1*3 H} bla 1pan[y NoY Olrenerpn.:'IX'= peplbr TYP Cp'87 NF a N,a xe1911 rq'Ir'.1(lefn. A 13.[p`'m} ern_IY<e ergll be Nlp.faale fm Yerrlcal epgaaq«q MII oe...... r type Y A.R[rd 5 ccbine}e eMll.b p-av�0ea.I In [c[NH r Inlnun I I. efcNu, 4B[IICi f[e'x 15'] ep hAflAiIOA �. 1e• ba 6 i}n oY 2•�•P.0. 5 anp YyJel 3l6 expire ea elnll be VCCCL x II n .q '.]' benp, Irhp]i n9 elect raEe 15.f� fen F�lar}llao Iv nikl q 1g., [roll M PIKN an fM ne 9`oym<IOAp�\ 9 3'-0. 2'.p• p•-p. b MI, of CPQ.b} am INIIICe[On,binel]P seal apPI.-d he}.eea 1• v\ • 335 x-e 3'e'1''Ip R7 1G,Canfrollef unlTa g -p'alq upll-naunhp e u nY n}ep e4 ipneM ebel f-.n led 911 Cm's} MII b[ fl[[go}e0 In pl 1} sole aM la.Y rnTaYOl p-repfKe.nenl IitrrJ} ^ eaaiprtml. Yinq pry alter Piece of ,I 11,Cabra r fon n Gl De me1011eO a} Ci Wt.r T. Ittw FAP 111M area epi[pod In ynpcvN 1JP f IrN Coh rq} vryn]pr.l.a by }M 6lareoer, ; I r ICk r'a fn y nK Drip',t e,tTL I, eel 1pmn! aurcp ct 1. rrjJlred.a pin inLn or V.Pl.pr T erflcal 1pp[e atoll be pw[aa ne[ee }p..coh lref far fTa p N•�% IV Ancrc cbalfe equlpre.11. I` I_ pu treat 2'- p' Per, t9.TI.phcY Infercpnlgcf<pncVcicra Mpil ce silt las e]in a }'i"[ ` 61V II a er ec m.11 }Pr[y9e }y FW]tlhe,,c iShcIP. a ed 1,`a tahll:elevnEaCNee}ol..fe }.[.Gr.Cvy Pad P..r MNuch,,A in frp11 ` 20.Iq µ%Y1pJ]q y3e pad)36 capinee Celoll6.nee "Tra fTic di 9n01 a \ IIATC pi 1 ,fPWA cM lr011er ecy Pnenf epea,{rep Tale'. ~ Gfe^xTV'Iti Cr TU-IS TRTM!l ELECTRICAL SYSTEMS [CONTROLLER CABINET Fo1Z_nA77on nr-n,l DETAILS] rcr W]a1]ST to 331 cobinele NO SCALE ' ES-3C �✓ � FE COE _ ptLam" ryy V �r�yIfSYCT.xa r]iS Ah mllw.:fy SV-2-TC SV--3-TC SV-q-TC .I°" eler or orner M ntt trnge SVSV=28 SV-2-TB SV-3-TB SV-q-TB ABBREVIATIONS N p !'1 iv Too ro.�tee •eM1lele elyraln 0 SY Si Oe rwnt ee peM1leb slgrgls Qr T re•n�ml m.,a°r em.nt [J ^ C1 li}i ],4 ae er er vl Yun, ro_oc N II O I O II 1i� ecrlm, rmv uerriae meimrml � `7 I 1 II i.B�i� B Ccnrl9uruf ln�o! a� O eiqulc = Q 0 W jl SV SV-1 SVSV=2A SVSV-1-T-T SV-2-TA SV-3-TA SV-q-TA NOTES: 1? SIDE 4`O',HT1NG5 I. P.irnge �msl[}° ienr4c m p u�ec nax lmon a ra lr°nI of ecrcr.�e in cEf Y-e nlr rcpYoy. Z 2. Brcch-, eroll lvugh ro perr p .r of SOleO}of oe ong e nl sign ols ona EC C'Pjlo le n-fallo r[n. m fitting cttroll Plan ES-0 Id ES-4C for sttecrvn-nl6. y /J1 roo mc,�nriri. O TV-1 TV-2 TV-1-T TV-2-T TV-3-T TV-4-i STATE or GLPC11M CEPAo Twm U Ti4ti5ra-T4TCh ELECTRICAL SYSTEMS TOP MOUNTINGS (SIGNAL HEADS AND VEHICULAR SIGNALS AND IIOUNTINGS MOUNTINGS) NO SCALE ES-4A 00000000000000000006000000000000000000'0000 • - to Tdnn[eTce ro to P,s mm�..acn - - METER I[ SP-I SP_2 SP-1-T-T SP-2-T 5[BE A!OUrl ilNCS fv O O "METER ON" SIGNpla 0 u ,, rW[, LT Iop R ll .I a � u NOTES: Z1 I. Yu¢ntlgg eMu ee cr l.m eo tc grw:ee nminun Q rorlsmt clean e m .ojecent r.oe.ve. P. Brtt"l fMll [e long . ojun to it erce'r oI l5rmee l rof fign. Fe.. r 1 See 5fdvdaro Plan ES-,o !ar onp-paen� flrt mg. Ca doll a. TP_1 TP 1-T TP-2-T TOP MOUNTINGS @ PEDESTRIAN SIGNALS AND MOUNT[NGS N A m ABBRE'"AT10NS TP hp mounted ,..,la, .IOn.I [ SP sld]nou n1.peoeelrlan il"', T T.rml not cc vamenf ] 2 hn.raor of al Pe al !cp• STATE OF C FMIC O'PM THINT Cv TPAASPORTATM ELECTRICAL SYSTEMS (SIGNAL HEADS AND PEDESTRIAN SIGNAL FACE MOUNTING$) SYMBOL TYPE NO SCALE ES-4B 2Yc . xVi , 1 L 1f,. r Ir , e. 2pgLL TUNNEL FULL CIRCLE CRP OR CUT AWAY VISORS n.rRrint ¢n9+. I. `ia R7aLe'Y Y:n cla! T J J t' .' (V SECTION A-A O eurnraerR uw Im. "A^W O or etls.or .FCVleer 6l b. PAR. Drlll.1g.1 Px+ + B. N IP-}epping¢nE leding �T ` •;°v o3 _° m R,ocn,teel+}aintea+ lln !6 v .ere.. mtl nm m.2n . FRONT VIEW ° acR p gore}urnro V! DIRECTIONAL LOUVER all AMC 12" SECT10::5 DIrectln da 1° .n awi Da a�rent+a as [Ilreofea -I el ttx Engi,• PM ae u. In pl¢e w1T a e plattJ a a BACKPLATE er... e.e_nin +en.¢,j nm. N107ES: _ N 3001-11n�unlrRim nr¢fnn. L hppl. ,rgnel p:l. pmccnnt unreal asn.m la»] O' .hn+P.pl}l.a plca}[e m p'r aS 2,for'A'mtl 'B"tll nentlma rte Pole BCPeNIq =7 or a ekec]+A or}K Enq+neon Q for 1 Spr.[al M1]' elNv . Tpw'rE SIGNAL STANDARD PLACEMENT DIMENSIONS L Sn p[ma !p»0 _ l gMl RbNirnS "}ef"`}"" AND EOUIPMENT LOCATIONS > Ty" Lt-2-] Z O O ais.,n°na,Ing fl� ro}tnq I y Pe 1. Plme fermi rlQn. rxn! PeeeHrlgn Tep rtwnNln M1rnlnel nm n41 nY eRpC�'.rti[ P.ee IT di T�,- (0 �N Ne� 5}a�or0 PI¢T ES-+0 o P+c+al rtcn pu.n w}}cn 's N .4 ❑-TURN SIGNAL BICYCLE SIGNAL LANE CONTROL LAhE CONTROL CAj u ? nl FACE FACE SIGNAL FACE SIGNAL FACE TOP 1d0UNTED 516E 1JgUNiED LEFT TURN pVIRI SIAE M' TRIHMR YLNS Cf }gANSM!]A]AY SIGNALS TV} SIGNALS—ISV R!!0 SP] LANE SIGNAL 1- ELECTRICAL SYSTEMS TY.,+ 1-A,t-0,t-C M0 N I... ra I:vnally u..E on n.1 o 1 rrJe ,-A ,-e +-[en lam al on<¢-e m Imtem+a¢n rr. PI¢n. s}n IUTmo]n m,tgMl ee Ina1e¢}ee an PI¢n. (SIGNAL HEADS AND Tqa} rr>, TYPICAL SIGNAL INSTALLATIONS MOLNTINGS) Nb SCALE REP ES-IC DATED JLW- B.2CC5 nPERSEOE%1,11.01110 PM 6-AC DATED WY 1,2006- PACE 420 R THE 5SA40'Ro PLMS BUGS DATED VlY M.A. REVISED STANDARD PLAN RSP ES-4C 5' srrfmtMl Cr u ca 6"R Co mIun PIWra IL'} 6• SerroHen, JwG 6 2Q03 .F !pal}1i' h ou 3i cTe I}cornl r'ap^f�Yw S}ep wov o,n =r PlPG 1eMIEn ClX*o t.1 Sr. :Ie}e 3 5' S.rrollona 3 CMnrin P1oleis }eel crep w !}eel le} GC Slgml n[uGlnq t to} re m�aaµ�x pr'o eGx peningG q!reSulrea I.x nd k ri NOTES: Look outslC prep} Inch roaFsr � 5' Serra}Iona w. BoIY N lY"orPP:r iuroer mP,r 1. A}aer nau @ �]gral MG been pl�.:cea ana 0 rer one raoflna For mirt'Dia��-2 Gee M,CAII y rwrG tnrouyn rtaat am Eno O .n pine r[m alr ri}}n-w. Plece o cc]alur_ QI MAST ARM MOIINTlHG - TYPE "TRAY" MAST FAA! MOUNTING - TYPE "MAS" TOP MOUNTINGS meow$•r sod nlx.a bpI} .l}n.over Moor For 2 IMPS plp v Fa1G 1. For 2 W S plp .5GG ka1G L For a Nay PIM aeG hb. 2, eol} N.I,ry }p pY apeG on�rtc rfin ra o.rf ' n uw, N Iooknut, SGPI W+,n n9G »tveen Rae} o SIGNAL SLIP FITTERS o ot:lrna ono moot or .1m r=aely. m 2. Ial llPeu]-] }pp Ry,a}m alp }ur[.- epean;e null LG tyr IiS. 2 to serrm IrCL re I1111 ngG GMLL no Nh Vaee al y -----A---1-----yy�1 bettan or lyml Leda a In lock rinp. m • (e]ion Ppen n2 snail x eNw.,,on vapmte n 1 pal 1!raw, E s• 2arra Rora s• u•rm lone cmw no NI l 1'/a NPS p"' }rrea] 1. TRiss% eretl M.• G l-o c or i aquon Irrn nlnlrtun.Y1nlr.:an •laln or ��•, �.[ $.PIn n A Brwa hno In .o]cn}Inn9e cn I Z awl idrGlpg = rl}}in, N f J If] er,teurve� LOCK Rl" SPECIAL 902 ELBOW > to }I;.! t.,<'d uu ~. Ixklnq rrng I not Intogrul LYn ror rt<n Hgenol r ,Gxcy} 11xao 0th,i,,nI twuaing or fit Plra, din epeclol Map r 1'. r, fing O 9 MISCELLANEOUS MOUNTING HARDWARE 17 � + POLE PLATE DETAIL "C" Z Fo•aid man}Irga W I Stowme ape golvcmlzG T —'1 or3u ,u top for lyx rvFs y raGMr h LIormro pipe LorcaI For[ol L,Gee 'Pole PIQIG'petal' m ' 3'le} raalxr � V1 IY WS PlC 1P eca r!whn a • Fa prow raener� Qemv`f"a Ims I,r.r cm O Nrvw n�M r515.qI G}Cr{Ka n t,ee, SGEMIw�B-B fit "y�Acy�RRf��—xjxjyiig]A�]A�11• Vi'/No} yt ClSIpWI G}ei0ora p } 11er r o rna o STATE CP !e FQ,RA C[Cte'Im Ol[} 5 r. G[ Ccble guiee OPAA NLNT Or 1"MPCRTA1tlY ""FpGr Pt"' ELECTRICAL SYSTEMS SECTION A-A SECTION B-B TOP MOUNTING SIDE MOUNT]NO (SIGNAL HEADS AND TERMINAL COMPARTMENTS MOUNTINGS) ND SCALE ASP ES-111 DAIR J n4 6,Hot S--ASEOES STANRlRQ PLAN ES W DATED NAY 1i 2P06 - PAGE 131 Cf iNE STMARD Pi G BCQY OATCY Nei 2001. REVISED STANDARD PLAN RSP ES-4D i MC . r rer. eokP[ere rw• Mr, kAh' 1.2c.E eal 5 o S Wlolr o �- -- icp M si9nel _aeoilnp A. Bockplo}e f C91e[SrceN�Fe4".d/nrY.ny Lock rul ,Yr M1Pi 4"pl.�• Ip[k raaMr EMERGENCY VEHICLE DETECTOR MOUNTING 9ctkplol. Noe} T.mM1er t Cu•rro9e CaHS 7N R P Pca3 am o oioe ierao © O p1Pe ,coon O Sl rp fH,[r daNClale +r O Tllp [i}ter I LA Vial 1-m e � 1\ O PIPe 1—an r O y e `.30 «m o O Sl rp fl},er SIIP l.I ror 1 PI➢e tern,r O Wsr a E O O Tllp rlsrer O O Plr+ tx crew 4 ecckPw}e sr�tlxer ��—�� �� N Dotes MAS-qA len lye'woe MAS-96 MAS-9C MAT '!AS \ � a ����3 ears cawr = �Ix�,�1 V-2•a 1=Luk x]:Wry Si'9 m 1 1 5.} O.toll A ^ ].Ni,i [aver 9 x}'( H ex Ma]r ^� oEiA�L A A R slip fitter �e O m Slip litter Sllp fitter e� Y le,.t m e v� 01 plpe lent!,r �o p O 9c<hpto re d J 3'pin �. 5[�E V[EYf stars o:cx"Mla ��• !•_Pm"Wr of iPAASPi,RiATCY MAS-5A F MAS-5B _ ELECTRICAL SYSTEMS [SIGNAL FACES AND MAST ARM MOMT]NGS MOUNTINGS) 110 SCALE „_J ES-4E R09ua L PUSH ror E.a�rrr�. ..I.«, eVry 1.TCOi - K4t'-W BUTTON .m..., `q FOR �Q n�.•:m er:r<.s r_so a rrr...a.,� v OEk.1 NOTES: TYPE B TYPE C I. "c e9a}liy aMce :o f1r w vawre or ar. pP crone o Y a9eel Rea] 2. Pfwiae a9 rel ri}}Ira far rro or 9m r,ra>_n PP3 I. PEDESTRIAN PUSH BUTTONS ^w^r<c^^ Idea},lcn ouan curroT Pcar, 3. Cea}pII wen a:1}tee ec lk ama °f asa,ear° L 4Huorm aMll ea x'nlN wq In Ilona er, Qe ALTERNATIVE SYE'30L ANQ ARROW Q]RECTIONS' 3OyTrf° ' LEFT, RIGHT OR BOTH M1o, VEI F3 ' nu. 510 Pe 1 A N ,�eL � o Cr, BUD �. LEFT a.H rk PLAY � LEFT RIGHT 60TH q S I[+V OIVEM1SIOvS r P[[ flll fa- PC[ mrfocec gocnaya a A 6 C 0 E I 9 ry 3 A E //iw conc,¢tar c[01[ fufnlaTe] �TC[ }III d1M1 flll for AC > rllrl[O[I1 Oa F. ro'OfCLe wrlOC<E�Oaea°Yf xmin9l s• TYi'I w I };' %' v" F:" 1 nroaar \ s- m Typ I,o.5E1 PH - yl f7�.a� �7[�J�j� [ SPt ie[ •• , ' VC,Tyr 3 e9xub lap]-In-cc01. .SECTION A-A ?USN {UiTGM lSSH SIIT70M PVSM S..... 3' me 3 ra,omr Plrceeo ]tta1 p of }Ne ere Ines 10 pl[I NI.d3 r FGA FGA FOR pr op"'. Icrw GREEN LIGNi G3EEM LIGNT GREEM LINT ELEVATION MAGNETIC VEHICLE DETECTOR LEFT RIGHT BOTH INSTALLATION DETAILS FOR BICYCLE LANES STAM OF 4 FCPo]l EI9Ck01[9I.EYm Mbi•Cc.:59rcu A RPMWINF q TPAhUCPTATM kr PEDESTRIAN PUSH BUTTON SIGNS ELECTRICAL SYSTEMS NOTE: [DETECTORS] CAI Or Of le rev o' k. Cql or of Ea[k�fttM one an*�9i«e rns}e, HO SCALE ES-5G . f6 r �e HIS n:r n-eeTml ecp E I]ru•c}e0 le., In • Tope'Die Plate. F \ ! • 2 6Fs Pitt zy,'a Pbl T6I e,a o,ee w9es . J Ea_vY f o^a xP,eea b+c1 I ' ra. l IA c=�mra a s. zoos I n .1ce fffff ra r-w.v>e:m T eJ I1 II Y[rel ee}ee emm� 5 •O'D' w SSnLB nil ea,x bmn a]xs s5 LG ,I , TYP '1 isx 1 E6 , O 1 f O Yj�rChP 1 O j[ O i5-7i �. ELEVATION VIEW A-A E FroJ ec}eE In9m r F SIGNAL ARM CONNECTION DETAILS E61T6' 13'=6' fY m e eel . ;. M1'1 H9rcxgla PP6 � !� c:., � O ilge o f.] Mks I m Nt r Be1F Mle -`\ - 5]Nal l P i y• ` TrY- 17-3-ID] 3 n t'-0' 55 LR Flnl[neo 5 A.Is o}_rl_1 KY CIRN Pile O ` Z a f .e,ee}iob bm YJ O, Y u i TYPE 16-3LEVATIN 1001018-3-100. BASE PLATE _ 1 23-3-100, 27-3-100 �PPfi O tier ,lee)_j`� I , S]ONAL ARM DA A I \ L Pro]ec}e Vln VttMfn N C9 h.w.,eaj Bol} HS C•; plc].r Arn C Pole [ j ` n Ln,9In sF[<1r, nel rnt ] PoI iclrcle - • slie Vi=brea mc6ne, LUM 6IAIRE ARM HM--3-� 39�3`1 — Z P Protect ee N [O inld.ne999 Yal9ntLeny,hRhn 35 0'23e Pole [I[X PlieY e'1 3VA" ]6•-6•e ELEVATION x' .1 3%' 3T-D"I10' 0- 3' 3'1 , 3T-5"I1]' 1'-,' IIf" I}.,, 12._p. +. ].1 ]Y" ]6'-c-r,.V. 39'-3'_ TYPE 17-3-i0D, 24A-3-100, GO 19-3-1GO: 26-3-100, POLE DATA BASE PLATEA A CIOFr PILE FWNDATION 19A-3-100, 26A-3-100, 24-3-100 In 11111E Alflrlxl}lie Se[l ion A,Mr belle Lin.lelr• PoI• Lw] Febm1 A Yu, in l[F.•, [ Eol1 ihi[krcee SAG�nI 9ior.<!er Oa FeinfcrceE SIAIC Cf CAIIfO°YA TYFs Cues neh Ndim ,M • To Len9m eE116n i•P Ceo, s1:e =r^ Wn 9Cr3RiS4R OF iR]l6PC1iAi1]4 16-a-IDT Ia•-s• el Etr93• 6=rr ls•-a• ELECTRICAL SYSTEMS t7a-1w 3a'-b' tb}',' fig' td-b• e• T&^ 6• tr - zD'-b' 16-3-10.3 Ir-d e]y None 6=rc (SIGNAL AND LIGHTING STANDARD tn'-o• ^ 7W s-1s•a-6' xs , ; tRA-3-lo 3v-D• Ty ts•-b• e% TYd' s•-Is•Is-e' SD-V CASE 3 ARM LOADING 23-3-IW 3 tW IT-L• t'-o- 9y,• E,i3R1' Rene -6• v-J!i W„ rP . +r•x 6• Ner.e 3'-a• V-u' Yee WIND VELOCITY=100 MPH So w x td-b• x'i 6•-Is er-E• 3s-L" +A-3-,0 3i-0' l}" 1s' 0' 9f TNd' 6'-1r,s.b. ARM LENGTHS 15' TO 45'1 zfi-3-ID] m•-o^ e' tE•-b• e' _ NO SCALE i-ye'' RV ES-7E DAACE JL6r le.HEST MOARnEPLA SiBOCK D PLAN Y VAY 4, 2006 - 27-3-10] 9 e" %ene ryYM� � PALE p1 OF THE STAAJA;n PLANS 6]CR DATED VAY 20.,6. ❑:r�r�:.ee-m length}Cbs [eeeD„:,em--ele:..t.d..Win, REVISED STANDARD PLAN RSP ES-7E A S191m a 'O PMJectev long Pn IDENTIFICATION NUMBER llrl= <o, Miin p°e ar •� A ���� sr M1-1sen eo.a---..mtal +us silo m n Polai ,nuens I e',cm lm ' L Flr- to. 514w1 am Z c r, Wes. M,puuee,/-no Wnb.r nrr io , f A almrlor Pd, rMll to OF PLttn-] to Prue Pep of Pre e,pool ma.t A. }5'1 0bly bPr} P- AdlnrleM ¢P drn nor tro pau P1ol.. ur I,2CCc e.o, .• a ` P� ruMxi I.ZCCS A "T tlHa tw• I1 S.1ple IGmliflcolrcn Nenb., t 0o n rb' a.: •' H4i pool:rn0 4" 2 Ne5 pipe. ralra. PIF" tenon Srgeel e'a n �cr-sere °r.lose. Iv 1h..u.Y.. FFF---=-1-�1 ^rou,0 .nce11 foY / �$ j LLei of VAS Ga i:d.+ Ire R'alec[IM. c'�• Ir tlAR S;rr.J.+ r llvm an pl[nv. A e �� P 4 c Iv p.YblmV=.p SECTION' A-A i f[° d 1 DETAIL 5-SIDE TEHO:f 30 - as - F dM 6Yn Irmanol0 V fa : er r<l ceurc-, uSo SL r .,,I. .pO suede PIPE TENONS g Paco b . Pe pa1 e. se. note <,/•cpver plcn. GENERAL 610TE5: iv,.:nOr bat[-trng2 top Arre• d-orng tonCcrE, L"and goiwnl x. IECEF I"T M5 PlC e"or bll orOurG I'-0" bol re.Finle[, .l rue MS[CN! AASHTO SIonda, aprclrrcdlmc fcr errut}urel sipporm N• 2 RPY prpe.cruee0 5fit Ofm toe° for 615rn y 01pn , lur lnair.. cue] frofflc ergrcl< doled 2W1. O for r<Pfd r.Nrdn - Tr nr fit tons ln9 ffwn 95° !a 9O° grooe Se. nd 1. 2 0 T- rinla so Nbwln P 3• 9 O 1r.9 LOSp]N:5 [ I[-0 mpn � LLH Stress, DETAIL TS-TIP TENOV L * f� . STPLCTURAL STEEL, fy = ,a,cm Per tcpene ....1-was y t [ 'T' fr ]E,000 Pal u,lne o•nveide nai ev ASC4 Am ,••I forP pt, I n Peer halm D PYrr�PYo1ec RM - Slgnol oral rsia%of wsmr halo NOTES: _ e • b x refer v LL, idmee u,`ercn YJreTtA _ r<cplr_a are,each Pole.pray le-a me D Y.'t CI plo,e. I' nu ireI P`nr1 MI 2 Nee a 'or oon 1m1 DETAIL iL-TIP TENON -= x. Luntinorg C-ma <M1l ha r nd, Pnuersd ePe.I mn.e, '.Per of 0,1I15' G o<:ori s�ne°nI ea pc` ,o m HAN Di1OL€ RNO ANCHORAGE DETk LS r. o.1.pp Ire<n per resat im dp sued a nm 2%'CO or o of lr'0`""""' Eder,Iw,e f z xrs smnecrd pica ,�i`1w, ne Hnn of true mdnufooluren Tn.R Ior preaawe epa iLm Iap,npir<a pr0 : cue lr<d, Pre <.l.nvlw, si l b. V-3'. r -Allen r ad.6. et Plot 'p'r,'9 Burrm ps.0 3. Srgndl crme aMl1 oe ratio. POY_reo deal rLN_•, ,.xirrun toper i u neOtYm Me eds"I a}olnleaa 0.uo I, loot. Z In.knead In or rl toe a al eel ere., per Allen+Pea h : %f ecv a nanarale r.infornerinl rlrq r.1]n ps / : 2"for p.lpe"la 0.2391 ryl6a, fir-. 2-'or 06Rst m 3�pit 5. Pordblei for I gnrinq a}.rbr'Ge eMll he PCCp1 eo CI, PM deco.PredT �I roI a ze celc Vld}ms eIde .f Ph. I, ,v.,.a .,._i.e r4Pn on PM,,1 dna, N „I i ever bt 1/.'Co T I1 /// 6, Cxtuil F, lati9i'e role-.1 .<IG,is ri,rul c , plate «N t Li! r ja man •{ l rynrea cP n, V uin ^1 [mxr \ Fa.Fes e. plop., Necea sod am]1a 1. to rd n a r", ee 1r CnN:[-0 of of S.rN l nut r<Pnad a. 1si i DETAIL F m cvr-• t. rim d ar.,g tism noel Plan.tip.alter.I11 x nan Pea. P,. n 1 pip Fafiµv re.rstwv void ALTERNATIVE DETAIL S. b.rinp p.le .rseu me.}d orost gall L4 rased o tie nett•gym lm ua.of a ro b P P.1e nzla. ce %. AMa Prol,_, Poo,• etc+ lem : of .Ind no elp,al e,}M Nele hII 111d.l. nin}q•Cenent Prof-2t PIll eMll pre.nll . ver mN Pale p-Arn Slie Tnr[knue tiny -r[ e 40.or 1. di.vier,wnlP 9h I graI Pa one M [P[.elnq a cPn I . .larded or T M1m or Ira[r!c x gndl Pal ee crq urns a 9M.n In lne SrnrCa-d ])Illy" V. E Bett Plo,l pn rnirLme.Ynl< a oRxnie. .1.0fied,.11 rn.1I- 0o.,icnv replrr. oPJrdYol by }M Engire•r. See Osta II F }j' 0.2331' 62°t2' y• 0,3425' SIATE41 Topped hole In WENT[i 1pANzCIFu?C4 l/ ]]] ar.el srro., OFaR1NFNi 0r SPlNrP[4TAI1:N Vr' o.11s5• u,t.i lose ELECTRICAL SYSTEMS <" 0.1Tg3' `a"`r (SIGNAL AND LIGHTING STANDARDS !' • ELEelAT1107! A TAMPER RESISTANT DETAILS NO. 1) Y." p,31..S,25 zs` IiANOHOLE COVER ES-7M I i Tcp or din Hral scM1fr at s Calr p Fr°vtee r..pprceN ra lnrl9n} N Opalr Ct ^M IpCk yf. J� rn r II Lry rw p cc,uel eea A'bfw_l enure 8� °n It i4 malplm ue plenr ar mclni ew_I.ee i L[et n'a F— Fbroel e[rrre unle eOµN 1.3[L' •b crlll candl }Pa icr i,,u __ '}11i p a[r a In rp[k al',ef �°..w. s���wa IV4 Nay . 0.405'Ed PF, .1ar, re�'a°(a[f.T>•�fmh.YyN.ry¢y 1%,/ G¢W Nax Natl oli,nur andI Jac Rmawple p Fmlaebmrlc uift ',l lm9 F}prO P Of %] p, I, Ma STAr{DARD TOP � zYf Ion, u aatt ?F Aeatrcm MOUNT L'IC ADAPTER FOR .Iqn.ergm s"r,M,.l PHOTOELECTRIC UNIT 11111 nr.. 1$"a I$"x 0.10"Ec I. .Icl ww ar..r or mart lrun mT+n.I POLE TOP DETAILS %'Itrllh z`P W, S."s Gale emt,our cN floor N:Mr 0 W-$'Pa. ALTERNATIVE 0 REAR VIEW SIDE VIEW ,MOUNTING ADAPTER 00 DETAIL U y 'a.. —11 SIGN MOUNTING DETAILS offer DI <nP5 Olp, 5'long a al.ere 4a ml tv r crr, steel P1.1e 2 ETf P1Po elonp sre el aleexe pt � Fvlr rbl..llue to fop r fr[rK0'tl .c 'q cn v x.I Geo ornr - penention type 1 or 32 aranare m G Sr9ncl r.]°lianrlr.] c Cr[mel .1 pi rpl 6 - 3� r 9 00 ecr9'- Ircn° r Dttcn al µl I' 6e' .1:IPS rcn]erY plea a Plan .r.r lap or'nlin ne 1 W MA eer,trauone DETAIL i Illonwl°ct Io dnit far Z SECTION A-A SECTION 0-8 FO R UNIFORL{ TUBE THICKNESS AT TUBE DETAITHICKL'ESS CHANGEPrnro-rem for I,,.trng m PULE SPLICES NI Yc RPS 1V ~ SaP ncunrl ...I. rblln0 2 5gno1 elp f`nt.IxE yr[Ce ST. s}onac-E PIm 1y -Ps la }; HPs r.,,.r F PI.,anu ,e ppenln, II�I II II CttAOt} II II Trn u, 1so n, , RID.]o [r II lI 3 -3 rn[cN II II DUAL PHOTOELECTRIC U14IT NDUNTING DETAIL [S 2S NOTE: sr,.E or O'wmi, ?Bon c rtlee o, nxMr paH °Ian rove o°°n rcri.°a. OJuiwwT u- TR}4sPaxtuex TN Canl DO Ir eMII rerlh CePenemr tllru frem rn polo q p. InetpllN me%lerlrg rcuraOt[°u E.fore icc:Iq} ELECTRICAL SYSTEMS mg 1M pole.. ELEVAT[O:1 (SIGNAL AND LIGHTING CAST-IN-IIRILLED 'HOLE PILE FOUNDATION STANDARDS R.lnfprc.a PI I. DETAILS No. 2) ND SCALE ES-7N En _ LD �«- Lam L .I u MO o[fier rs leKTr:,,.e— .]I Li}[MIs r.� R1 Sea ACL 2 Il ¢Ycr 1 2pp6 5 NOTES ON PULL BOXES: MPr yna.pneG,as,rr:iWlI b. �� Y 1",Jl..s.Yr•a •rlh sakn'IrxeC o"p 'rose L fml ne W II D]c 6PQIl be prwlaeie lit steel ewv me spec al ebncre re 2-lpf YllOetl }r4ne L_� to Inle s ate[[ p.5}rl Corer shall Ig V6 en]esaeE.Tt:,-G,I,p],,., H 4 Mks•ru1a Lei I are ]a 0e 1-An 2. Stmel reLttorc Ing 6Cnfl be es r.,ularly used In the ale,earb FreA:1a o} Rslnlarcetl %1-Xsl irnl 2 per Mc,Rec-e! Llit r law S.e fy le g reapK live m6]u fccfur<r. 9Ic}e WYer,SaIWni3ea.!ter In Sever.r1b rul. 3• ly U1 pull boxed MII De flufrl xl rit e0.•reup0 ng yrp]e !np r 4]f[ce-11 lobrlwlr.n.Sea N]t. 4. 6'�t,lxcepl tlgr In vnpcYeO orms Yr_-e qll Lqz IG n61 Irt netllo le ly TOP VIEW I.]acem iw entl prorenm by d epncrcf. rpaneael.,, pm. w•of Per TOP WE pror.0 wns}r,xrlae•1cn ea6%ncu I nl pcea.I" r}e Inp 1/-ccma curbn.ding grade.Yrcle prccllwp[e,WII dozed ergr, ,n }re rrcrnlir of s Glmll . 9'd.rd ai%oceM Po ,tZ LKI o! c rD,antl pbll[Cxe¢ sRm B[rgng f,.rtpef GfaunGing bur,ing df[<•yt 1.a[antlof6r yell Ce p�.n.cn IEe of itt•'r]]t don rw,ng oYoy Cp1YCn Zed 3-[4f i[ee st n.1 Top }lush Top rlu•n ,rl[T }rn isr_ ifcrt. frorllc,ualeea 1l,enleG }ee.IRnn pall pos i rnaiolled +6rdad IT... K °t with flnr61u6 Y'Win 10 Y`Xex LIP-7 5gd.. l% orm, V,s Cep}i,o} }Ce edit[rods 9roce See note ]] pall box sMll be cCfusfee oo Irgts it. OOR Cr6tle t5n P. 31 10p of cu tto 0]x la f Ushlan si it tnG alCeralR. Eye FVII box sea Mtte 2 Pull l 5 aPall Le.Terkee ea }c'I[rs:"SERYI[E"Servile Ircu,i6 Be 41n Ce i.e•s s rp les p0 inf sd rvl,e Glacvv_]Y SFP IMn_EP-[Ca1nOL' O l fYr.Pl:, LM1V1 $%rlrhler CCnlrol Clr[ullex$p V O^ [es61'Y4LT9AM15"p, ell pull Wee¢, 5e6 M1bL 5 _ S.-a Oldlnp fuaper T61'Pi goer Co.<s norNe] SPR]ILiLE9-[LYIFO:'r onC"[EIiPNLM1C" PCC - •. grcurvling tvzbbi s Fllw>e service. �,.• - p Na.]Y pull no,. y . • u - E¢I.ralan II'WHAL"Trorf lc signet clrcuria si in Or G1trxu1 at I rg',t19 cl r[u l ia, reef a- a.gn a 6"Win ol[lno ld frj'- t Wang..wP..Cm acuset ] "ST L16HTr40'Street 0r 0 in I Igtelnp oircu i" rre ml loge L 'Clean cruple0 trn,elarnerr bolloH,0r unEer$pp Y. rc n ]'kin ell cf •� X. [root • re[s sump b]M1b. 5.6 9 or 9A Cull]ox 0 (j1 bloin!,][a C,,a wding yl,lrng oro,a:6 - - [l epn C•uCre I r0 ,t su n][ten rp.Wl a" Il"iRISrICr . SIGNAL"Frofl.c el{MI clfcul1,wrih Cr+I IIGut srr[e} r iron II01rng clrmile. W clomp roincirq sleofr06e+tan sp,]r}led o 21"STREET LIGNTA. Street Or el, II5t6ing clrculls ,are SECTION A-A Cr.ln mi. .tee bet PGu!es ircaemrner snl+age la wd..co] Y. E7 No. 3A(I)f No. 5(T] ANO sECTlo:1 a-a ]I;.STREET+LMIGeT1k:I roGc M_UDE"5ep INSTALLAT]ON �ETA[LS e`t or all, Fgmin, NO. 6f71 TRAFFIC PULL BOX .i"IF:ICkTIW C,�culi& 1v 1r p rloHion[wavoner %20 Y ¢r nd:e. 51'HAex sIZT.;Ron, net or clr[uHs, nl 61'[Uj, STAT]4-[unf of -,, inaill ,rou%f i]"C I JUTLW Curnut.00 t iw, a cuui a e. P_ l a, 7- I.: B]' [CY1 IeV T1[%5' iO5 cc¢rtu n.co t.¢nr Irne 9] 10 PCYeX'TOS Fuca [}k, 1pl"rOC I 'p.To I.c le tl.rox t4.n cc]I net Fcxen W1 b11K_xSI N TABLE J III'YCTY'Cldsee clrwlt lerevlsro. clrcullc. f ! Wb[REFE W% 1.CN-PLC PO% [0Y[REiE Oi M1[%P[[ [01'Eg5 1 I2I'Fv5' rrofflc rcnl:a ng eP..r.n circuits E�1I POLL BOX XlnLwn s yime[m p[➢M Bca[ #] L. Yln llnan R X,m2un peplT Bex Eege EO I1I"I-S'CM1a Wdle mr ssoge sign Clrmll5. ieiEkness eM Ex.epslCO Tn csne ofq Ex}vn[pn L B R Be IC 'N4q'XI tee [dcrs]r rcela [I,uHs. Tnrckr,-as hoer 9 Y Y N].]Y 1' M1'o Ex}ensr00 1'-1- 1'-6" '{a' M10 Ex}eraron p-p/,• le%" IV. ljh' ft" S. 9ontllrq funper far nefol cavern ay[I Ce 3'Iml• In loon. Pa.s I' v-10' r-4 E;" 2'-211t N, r-5'• r-Ip� I•-I 1' 1%' 2" Yf A. Tlv «minoe clmen6:cra Of Ind op-nrng In mlc Ma cove ae is e u 0s 1M acme oa iM1e corer ymene icn5 r W M.6 Iji 2•0•• 1'-5r/a•• 2•_9$• �$•• 1'-6" 2'-6,�• I•- ex eP} fTs len9 rn one hart ly' 2' rfr tlireraI- aMII oe �("q•eo Ter, x Excluding CGrS r} weI ex Tap Olmenaloa i, CIQ h In' In ea. 1011 erer[Fun"rge 6I o 11l 1, C.Afar'a ]ord cols Srta le G re.nor. ,efsn010e t a }c a surrcc<5 tr rt P. fl um rl Tin '.i[q oulsln ]gs r ccrcre}6 c a Ire pIi bcxea moll Ms a IyB'nlnlrtan rcub]G. 5. Poll Wx.e aM[r PoF be rno,ni,G w11M M bwM n I „ rles of new or exlefleg tut rod., . 011"PASION IME 9. Full ..as for eLCVal rere poet o e e lno[eim]]rea eMll be last e] rro, iM N[t lw,.I }Iw celoean [Ir}rm le:, past er sl ghee C[N.'.iCiE 90% 1 i.CN P[C EO% W4CPE iE [k k]:I-pM COVERS a1G0dofR Pull epau eN IP N place.O]foofinr ro La[k cf Nrb 0 FV.L BD% Yinlnun • X n nun oeplt-sax #] LO LL NI rt..m Dep ih Wx L 6 n G, q Edge 6ge .Gee of [tool Cer .[Cali Gtt-. 1e1. la Inpro..lcol.o Lm dray Ce SrdcRnees ono Exlensl[o YNICW•m Y ono Est ens a, F iNEdge [Wei pleae0 In oaaltrr e.,I his V. ee}ed oad oc[esarole IKa11 on. 11 r-6;SY I'-2'h`a IDE•,"a I^ STATE OF CALIFORKA . I"I .ce Ne} } JI1 ]EPARNEIrl b TGAM1SFG;4TI0N N].G(T1 x' ❑-p' 1 r-VI r r-nYex r-II/". l'-9". 1-1 plea Y]t ewly z•-l'x r-6'x U vj I Vane ELECTRICAL SYSTEMS a ExcludEng c]n[nll wee .. ].] dirt-,amn (PULL BOX DETAILS) r40 SCALE ES-8