Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05686 - STEINY AND COMPANY INC TRAFFIC SIGNAL PROJ CP 07-11, 07-12, 07-14, 07-19
CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Sicirry&Company Date: October 8,20D9 12907 E.Garvey Ave. Project No.: 07-11 Baldwin Park,CA 91706 Project: Various signal Project Change Order No. Two (2) j Contract Purchase No. 09 0370 j Account NO(s). 1334298.50203 `k 1.34-4498-50224 133-4298.50204 134-4498-50264. 1344498-50252 261-4491.50261 CHANGES IN'WORK/COST i I Increase to Contract Quantities New Items: A. Excavation and Pavement Repairs for Unknown Utilities Lump Sum/Agreed Price $10,488.98 B. Concrete Flatwork at Sunrise Way and Alejo Rd. Lmnp Sum/Agreed Price $1,700.00 Total Change Order Amount —Increase— $12,188.98 REASONS FOR CHANGES: Item A. Additional underground utilities that were either unknown or not shown on the project drawings were discovered at various intersections during construction. The contractor incurred additional costs due to the labor, equipment and materials utilized to physically locate them prior to utilizing boring equipment. It was agreed that the City would compensate the Contractor for,half of the actual costs which is the Lump Sum/Agreed price of$10,488-98 indicated above(price breakdown detail on Me), Item B. At the intersection ofAlejo Rd.and Sunrise Waythc project plans indicated that curb ramps and miscellaneous concrete flatwork were to be constructed. On the day of construction the flatwork on the southwest comer was eliminated at the request of the Tribe- Engineering staff verbally informed the Subcontractor (Granite Construction), of the change just prior to pouring but the Subcontractor misinterpreted the direction given as the elimination of the flatwork on both the southwest and the northwest corners. This resulted in a dispute between the Subcontractor and City on the direction that was given.This item represents the cost to have the Subcontractor return and complete the flatwork placement. As a concession to the dispute it was agreed that the Subcontractor's costs of$3,460.00 would be split between the Contractor and the City. That amount is represented by the Lump Sum/Agreed Price of$1,700.00 indicated above(price breakdown detail on file). Note: Deductive change order#1 in the amount of-$14,581.48 was executed on 7-26-09 and included various deletions and materials savings. The net effect of this change order coupled with the previous change order is reduction in cost of the project of-$2,392.50. f This is a final balancing charge order. All Cost are final. There are no further claims for additional payment. ii t iv. . _. SOURCE OF FUNDS City Project Accounts, 1334298-50203 $2,031.53 133-4298-50204 $2,031A9 134-4498-50224 $2,031.49 134-4498-50252 $2,031.49 134-4498-50264 $2,031.49 261449150261 $2.031.49 i I Summary of Cost Contract Time Original Contract Amount $621,199.00 Original Completion Date: Jan. 19, 2009 This Change Order: $12,188.98 Days Added for this C,C.O.: --0 -- Previous Change Order(s): 414,581.48 Previous Days Added: two (Z) i Revised Contract Amount: $618,806.50 Revised Completion Date: Jan.Z2,2009 4 i 0 0 City Approval: I� � q Steiny&Co-; 8 Submitted By Y � Date a0-1 j-t g I Senior Public Works Inspector Approved By Date APPROVED B`(CIiY COUNCIL /' l� CitiEnSineer Approved By Date icy-Manager spa APPROVED BY CgTY MANAGER l t� 11 t4 Attested S Date Eibq City-Clerk r .- Distribution: QEirinal Pnpcured Copies Conformed-Erie Coov Contractor (1) Engineering File (1) Ctty Clerk (1) Senior Public Works Inspector (1) Finance (1) 2 DOC # 2009-0363570 07/15/2009 08:00A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside La rry W. Ward I Assessor, r County Recordingllllllllllllllllllllllllllll IIIIIII Requested by and After Recording Return to: S R U PAGE SIZE DA MISC I LONG RFD COPY City Clerk City of Palm Springs M A L. 465 425 PCCR NCOR SMF NCHGBox 2743 exnm Palm Springs, CA92263 nochGcG IT CTY I UNI gUL) SON "o, Pursuant to Government Code Section 6103,this document is being recorded as a benefit to the City of Palm Spnngs and recording fees shall not apply. NOTICE OF COMPLETION A5686 NOTICE IS HEREBY given that: I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. IV, 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 22ntl day of January,2009 V. The name of the contractor (if named) for such work of improvement was: Steiny and Company Inc. 12907 E. Garvey Ave. Baldwin Park, CA 91706 VI. The public work of improvement, which was completed in the City or Palm Springs, County of Riverside, State of California, is described as follows: Various Traffic Signal Projects, Loop Repair Projects, Traffic Signal Modifications and Traffic Signal modifications. City Project No. 07-11, 07-12, 07-14,07-19. VII. Nature of Interest: Fee Owner VIII.The property address or location of said property is: Dinah Shore and Crossley Rd. — Mesquite and Sunrise Way — Barristo and Sunrise Way—Alejo Rd. and Sunrise Way—Racquet Club and Indian Ave. IX. City Project No. 07-11, 12, 14 and 17 Agreement Number: 5709, Minute Order No.: N/A / e CITY OF PALM SPRINGS: BY: h J, _e_ DATED: Senior Public Works Inspector Michael K. Lytar` BY: / DATED: Director of Pu is Works/City Engineer David J. Barakinn 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. Clerk-James Thompson • Index No. 0709 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Steiny &Company Datc: March 16, 2009 12907 E. Garvey Ave. Project No.: 07---11 Baldwin Park, CA 91706 Project: Various Signal Projects Change Order No. One (1) Contract Purchase No. 09-0370 Account NO(s). 1334298-50203 1-34-4498-50224 133-4298-50204 134-4498-50264 134-4498-50252 261-4491-50261 CHANGES IN WORIUCOST Increase to Contract Quantities Bid Schedule A Item 3 Type"E" Signal Loop +1 @ $431.00 each +S431.00 Item 8 Type "B" Signal Loop +l @ $478.00 each +$478.00 Item l i Type "E" Signal Loop +7 @ $388.00 each +$2,716.00 Total Sid Schedule A, Increase Amount +$3,625.00 Decrease to Contract Quantities Sid Schedule A Item 1 Type "E" Signal Loops -6 @ $416.00 each -$2,496.00 Item 6 Type "E" Signal Loops -5 @ $390-00 each -$1,950.00 Item 9 Type "E" Signal Loops -5 @ S431.00 each -S2,155.00 Bid Schedule(s) B, C,D, E and F Difference in cost for Construction Materials used, schedule 80 PVC pipe versus 411,605.48 rigid steel in conduit crossings. Total Change Order Amount —Decrease— -$14,581.48 REASONS FOR CHANGES: Sid Schedule A, Items 1, 3, 6, 8, 9 and 11: After work on this project began,it was determined that some of the traffic signal detection loops scheduled for replacement were not required for various reasons. These loops are being deleted from the contract. In some cases, alternate locations where existing traffic loops were not functioning were substituted for the deleted loops. The net result of these deletions and substitutions is a credit to the contract of S2976.00 ppqq ea"=^h9P" ^5� Bid Schedules B,C,D,E,and F: Special Provisions required the installation of rigid steel signal conduits in various locations. The Contractor proposed the use of Schedule 80 PVC conduits as an equal product. It was determined that CalTrans standards allow for the use of these materials and on this basis the substitution was approved. This change resulted in a credit to the contract of$11,605.48. SOURCE OF FUNDS City Project Accounts, 133-4298-50203 -$2,976.00 133-4298-50204 -$2,321.09 134-4498-50224 -S2,321.09 134-4498-50252 -$2,321.10 134-4498-50264 42,321.10 261-4491-50261 -S2.321.10 Summary of Cost Contract Time Original Contract Amount $621,199,00 Original Completion Date: Jan. 19, 2009 This Change Order. 414,581.48 Days Added for this C.C.O.: — 0 --- Previous Change Order(s): --0— Previous Days Added: cwo (2) Revised Contract Amount: $606,617.52 Revised Completion Date! Jan. 27, 2009 City Approval- Submitted By Date G o APPROVED BY CITY COUNCIL Senior Public Works Inspector ay ;D126o8 zN %� A59PSIP Approved By JZ, Date _ City-Engineer APPROVED BY rrr,,,-�,,wNdss /45fc fa,?Cf.A A 3 R To E Approved By IF4 JA Date Ciry-Manager Atte5rc Dare 65 City Clerk Disn ibution: Original Executed Carnes Confonneci-File C op_y Contractor (1) Engineering Pile (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) 2 t ��A,�,GREEMENTn THIS AGREEMENT made this 3e'_lay of N9 Ck 200_, by and between the City of Palm Springs, a charter city, orgari4ed 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 steins and Company, Inc. 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: VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO. 07-11, 07-12, 07-14, AND 07-19 The Work is generally described as follows: modification of existing traffic signals, including relocation of existing vehicle heads, traffic signal rewiring, installation of traffic signs, relocation of traffic signal controllers, emergency pre-emption systems, uninterrupted power supply systems, relocation of equipment, and other associated work at the following locations: • Sunrise Way at Alejo Road Sunrise Way at Mesquite Avenue Dinah Shore Drive at Crossley Road Sunrise Way at Baristo Road • Indian Canyon Drive at Racquet Club Road The work also comprises the replacement of traffic signal loop detectors at various locations with new installation of Type E loop detectors, and associated 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. _ r� The City and the Contractor recognize that time is of the essence of this Agreement, and u` 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 C) delays, expense, and difficulties involved in proving in a legal proceeding the actual loss G suffered by the City if the Work is not completed on time. Accordingly, instead of 0 ,4 VARIOUS TRAFFIC SIGNAL PROJECTS AGREEMENT FORM CITY PROJECT NO.07-11,07-12,07-14.07-19 AGREEMENT AND BONDS-PAGE 1 6113108 r 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$1,500 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. ARTICLE 3 -- CONTRACT PRICE $621,199.00 (Bid Schedules A - F inclusive) 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 Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , 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 VARIOUS TRAFFICSIGNAL PROJECTS AGREEMENT FORM CITY PROJECT NO.07.11,07-12,07-14,07-19 AGREEMENT AND BONDS-PAGE 2 6113108 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. 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: CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA Date July 30, 2008 _ City Clerk Agreement No.A5709 APPROVED AS TO FORM: rf 1 APPROVED BY CITY COUNCIL By V`� , ` 0� A M@b perm City A Gmey Date 6'O Z-•1 op CONTENTS APPROVED. By City Engineer Date City Man Date Q o VARIOUS TRAFFIC SIGNAL PROJECTS AGREEMENT FORM CITY PROJECT NO.07-11,07-12,07-14,07-19 AGREEMENT AND BONDS-PAGE 3 6/13/08 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:` Seeiny and Company, Inc-Check one:—Individual—Partnership X Corporation Address: 12907 E. Garvey Avenue Baldwin Park, CA 917UF By:. By. Signature (notarized) Signature(notarized) Name: Richard Tesoriero Name: Vincent Mauch Title: Vice President Title: CFO (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 ❑ State of ❑ County of nss County of Za� 5 ❑ss On On 9 i�sf 6�20Oo° before me, ( X�aP/�o� . /✓tT h �) before me, C���.i_ C personally appeared ���Grd Tr__sn,. � personally appeared "oii�J, who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(X whose namesq evidence to be the person whose name is/ace subscribed to the within instrument and is/afe subscribed to the within instrument and acknowledged to me '� .trhhat hel�/grey executed acknowledged to me that helshelyley executed the same in his/�I:Wir authorized capacity(, the same in his/herlt rr authorized capacity(iie'6, and that by his/f ktYo�r signatures(,vf on the and that by his/I ) r/ttywr signatures�(s'j on the instrument the person(,s f or the entity upon behalf instrument the personA, or the entity upon behalf of which the person(,] acted, executed the of which the person 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 seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: QSffi�G�AYLEpPELMANGAYIF C. tCAp►ELr.MW C 1G13fi34 Comm kplpn 11d33/Sr -� Natory PubkO-Callkwnlo Notory PLok-Callfomlo Loa ArKWm County Las MggW Cpmry S ' NtVCanm.t7tpksaJbn 12,2p10'MYCom.LVkMJpt112,201 rn VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07-19 AGREEMENT FORM 6113108 AGREEMENT AND BONDS-PAGE 4 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 ei nd Company, Inc. By Richard Tesoriero, Vice President Title VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07.12,07-14,07-19 WORKER'S COMPENSATION CERTIFICATE 6113108 AGREEMENT AND 13ONDS-PAGE 5 BIB 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. VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07-19 0/13108 COVER SHEET BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA I 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: I TRAFFIC SIGNAL LOOP REPAIR PROJECT CITY PROJECT NO. 07-11 SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-12 SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-14 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL. CONVERSION CITY PROJECT NO. 07-19 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. VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12.07-14,07-19 BID AGREEMENT 6/13108 BID FORMS-PAGE 2 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 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's 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). l f Dated: �r Bidder: STGINY AND COMPANY, INC By: (Signature) c:ia;o,Vice�uza"IE Title: "' "' VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07-19 BID AGREEMENT 6/13108 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: TRAFFIC SIGNAL LOOP REPAIR PROJECT CITY PROJECT NO. 07-11 ` Item Description Estimated Unit Unit Amount No. Quantity Price Install Type "E" inductive loop detectors at Ramon Road and Sunrise Way (one southbound advance [lane 1. #1 and #2] and two northbound 6 EA $ Z Y presence [lane #1 and #2]), including mobilization, traffic control, and all appurtenant work. Install Type "E" inductive loop detectors at Ramon Road and El Cielo 2 Road (three eastbound left-turn and 6 EA $ 141 _ $ 2 rL(g6, three westbound left-tum), including mobilization, traffic control, and all appurtenant work. Install Type "E" inductive loop detectors at E. Palm Canyon Dr. and Smoke Tree Lane (one northbound 3. advance [lane #1] and two northbound 5 EA s $ presence [lane #1 and #2]), including mobilization, traffic control, and all appurtenant work. Install Type "E" inductive loop detectors at Ramon Road and Farrell Drive (three westbound left-turn, three 4. northbound left-turn, and two 8 EA $ 3`] $ northbound presence [lane #1]), including mobilization, traffic control, and all appurtenant work. Install Type "E" inductive loop detectors at Ramon Road and Paseo J 5' 6 EA $ $ Dorotea (two westbound presence 3 5 . ~ [lane #1, #2, and #3]), including $ _ mobilization, traffic control, and all appurtenant work_ STCINY AND COMPANY, INC Name of Bidder or Firm VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12.07.14,07-19 DID SCHEDULE A 6113108 BID FORMS-PAGE 4 BID SCHEDULE A (Continued) Schedule of Prices for the Construction of the: TRAFFIC SIGNAL LOOP REPAIR PROJECT CITY PROJECT NO. 07-11 Item Description Estimated Unit Unit Amount I No. Quantity Price I Install Type "E" inductive loop detectors at Ramon Road and Paseo Dorotea (one southbound advance 6 [lane #1 and #2], two southbound g $ presence [lane #1 and #21, and three a southbound left-turn), including mobilization, traffic control, and all appurtenant work. Install Type "E" inductive loop detectors at Ramon Road and Calle Encilia (two eastbound presence [lane 7 #1 and 921, two westbound presence 10 EA $ [lane #1 and #21, and two northbound presence [lane #1]), including mobilization, traffic control, and all appurtenant work. Install Type "E" inductive loop detectors at Farrell Drive and Via 8, Escuela (two westbound presence 2 EA [lane #1]), including mobilization, traffic contm], and all appurtenant work. Install Type "E" inductive loop detectors at E_ Palm Canyon Dr. and Farrell Dr. (two westbound presence r 9. [lane #21, one westbound advance 5 EA $ �(31. f $ [lane #21, and one southbound advance [lane #1 and #2]), including mobilization, traffic control, and all appurtenant work. Install Type "E" inductive loop detectors at Farrell Dr. and Mesquite 10 Country Club (one southbound 2 EA $ H� � $ 15 - advance [lane #1 and #2]), including mobilization, traffic control, and all appurtenant work. STEMY AND COMPANY,INC. Name of Bidder or Firm VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07.19 BID SCHEDULE A 6113108 BID FORMS-PAGE 5 BID SCHEDULE A (Continued) Schedule of Prices for the Construction of the: TRAFFIC SIGNAL LOOP REPAIR PROJECT CITY PROJECT NO, 07-11 Item Description Estimated Unit Unit Amount No. Quantity Price Install Type "E" inductive loop detectors at E. Palm Canyon Dr. and Sunrise Way (two southbound advance [lane #1 and #21, four southbound presence [lane #1 and 11. 15 EA $ 3 $_ S, $7 D r I #2], two northbound advance [lane #1 and #21, four northbound presence [lane #1 and #21, and three eastbound left-turn), including mobilization, traffic control, and all appurtenant work. TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ 29 s-7a /f (Price in figures) p �wen7�1 nriLe >�J�11511�/� F,c/�t `7111AecC ar�� &wb Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedules are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedules for the deleted item of Work. STEtNY AND COMPANY, INC Name of Bidder or Firm VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07�12,07-14,07-19 BID SCHEDULE A 6113108 BID FORMS-PAGE 6 BID SCHEDULE B Lump Sum Price for Construction of: SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-12 I In Palm Springs, California Description Sunrise Way at Alejo Road traffic signal modification, complete and in place as shown on the traffic signal modification plan, including, but not limited to: removal of existing traffic signal poles and foundations; installation of new traffic signal poles and equipment; removal of existing signal heads; installation of new 3-section and 5-section signal heads; installation of four (4) Model R409 LED Edge-Lit IISNS; installation of various traffic signs; traffic signal rewiring with new conductors and conduit; relocation of existing traffic signal controller assembly, cabinet, and foundation; 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 II" Optical Preemption and Priority Control System consisting of four (4) Tomar Model 2190-SD optical detectors, Tomar Model 3140 optical signal processor (OSP), M913 detector cable, and associated equipment; construction of new curb ramps; 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 BID SCHEDULE B For the lump sum price of: $ 1-7 1, `)55.- i� IeI o (Price in figures) f y112 (IV IX kP ('/� lvs/P� e �Pni'Qg >5rn/l0l 441f4/_ VIM �Yu� d�^lT-i (Price in words) VQ. U tern ce,v�5 STEINY AND COMPANY,INC Name of Bidder or Firm VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12.07-14,07-19 BID SCHEDULE B 6/13108 BID FORMS-PAGE 7 I BID SCHEDULE C Lump Sum Price for Construction of., SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-14 In Palm Springs, Califomia Description Sunrise Way at Mesquite Avenue traffic signal modification, complete and in place as shown on the traffic signal modification plan, including, but not limited to: removal of existing traffic signal poles and foundations; installation of new traffic signal poles and equipment; removal of I existing signal heads-, installation of new 3-section and 5-section signal heads; installation of four (4) Model R409 LED Edge-Lit IISNS; installation of various traffic signs; traffic signal rewiring with new conductors and conduit; relocation of existing traffic signal controller assembly, cabinet, and foundation; 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 2190-SD optical detectors, Tomar Model 3140 optical signal processor (OSP), M913 detector cable, and associated equipment; removal and repair of existing improvements affected by construction; traffic control; mobilization; and all other appurtenant work. TOTAL BID PRICE - FOR BID SCHEDULE C For the lump sum price of. (Price in figures) OIIQ �url�Iyiti hrx �avkd-i_j �it �ee� s;V17, ,(Price In words) —, rW1r GldUlf 2z-,, n Ce L P3 STEINY A,ND COMPANY, INC: Name of Bidder or Firm VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07.12,07-14,07-19 BID SCHEDULE C 6/13/08 BID FORMS-PAGE 8 BID SCHEDULE D Lump Sum Price for Construction of. 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION DINAH SHORE DRIVE AT CROSSLEY ROAD CITY PROJECT NO. 07-19 In Palm Springs, California Description Dinah Shore Drive at Crossley Road traffic signal modification, complete and in place as shown on the traffic signal modification plan, including, but not limited to: removal of existing signal heads; installation of new 3-section and 5-section signal heads; installation of various traffic signs; traffic signal rewiring with new conductors and conduit; relocation of existing traffic signal controller assembly, cabinet, and foundation; installation of a Clary SP 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment installed in the controller assembly and Battery System installed in a No. 6 pull box, and associated conduit and equipment; removal and repair of existing improvements affected by construction; traffic control; mobilization; and all other appurtenant work. TOTAL BID PRICE - FOR BID SCHEDULE D For the lump sum price of: $ (Price in figures) t / (Price in words) a STCINY AND COMPANY, INC Name of Bidder or Firm VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07-19 BID SCHEDULE D 6/13108 BID FORMS-PAGE 9 BID SCHEDULE E Lump Sum Price for Construction of: 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION SUNRISE WAY AT BARISTO ROAD CITY PROJECT NO. 07-19 In Palm Springs, California Description Sunrise Way at Baristo Road traffic signal modification, complete and in place as shown on the traffic signal modification plan, including, but not limited to: removal of existing traffic signal pole and foundation; installation of new traffic signal pole and equipment; removal of existing signal heads; installation of new 3-section and 5-section signal heads; installation of various traffic signs; traffic signal rewiring with new conductors and conduit; relocation of existing traffic signal controller assembly, cabinet, and foundation; 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 II" Optical Preemption and Priority Control System consisting of four (4) Tomar Model 2190-SD optical detectors, Tomar Model 3140 optical signal processor (OSP), M913 detector cable, and associated equipment; removal and repair of existing improvements affected by construction; traffic control; mobilization; and all other appurtenant work. TOTAL BID PRICE - FOR BID SCHEDULE E r Forthe lump sum price of. J $_� LIS.- (Price in figures) �r� dye " � 14 A (Price ' words) C' 5 1 7�rrJ STEINY AND COMPANY, INC Name of Bidder or Firm VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07-19 BID SCHEDULE E 6113108 61D FORMS-PAGE 10 BID SCHEDULE F Lump Sum Price for Construction of: 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION INDIAN CANYON DRIVE AT RACQUET CLUB ROAD CITY PROJECT NO. 07-19 In Palm Springs, California Description Indian Canyon Drive at Racquet Club Road traffic signal modification, complete and in place as shown on the traffic signal modification plan, including, but not limited to: removal of existing traffic signal poles and foundations; installation of new traffic signal poles and equipment; removal of existing signal heads; installation of new 3-section and 5-section signal heads; installation of various traffic signs; traffic signal rewiring with new conductors and conduit; relocation of existing traffic 'signal controller assembly, cabinet, and foundation; 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 II" Optical Preemption and Priority Control System consisting of four (4) Tomar Model 2190-SD optical detectors, Tomar Model 3140 optical signal processor (OSP), M913 detector cable, and associated equipment; installation of a Clary SP 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment installed in the controller assembly and Battery System installed in a No. 6 pull box, and associated conduit and equipment; 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 BID SCHEDULE F For the lump sum price of: / $ 5 508,� J (Price in figures) 0+-2 T sv r pp (Price in words) aLc��i✓5 rio 1A STEFNY AND COMPANY, INC' Name of Bidder or Firm VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07-19 BID SCHEDULE F 6/13/08 BID FORMS-PAGE 11 BID SCHEDULE, SUMMARY BASIS OF AWARD TRAFFIC SIGNAL LOOP REPAIR PROJECT CITY PROJECT NO. 07-11 SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-12 SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-14 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION CITY PROJECT NO. 07-19 TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH F (BASIS OF AWARD). For the lump sum price of: .-- (Price in figures) (Price in words) 6 dik 7 - Six yuk, rime d6llws Rn d no ",L+5 ST0NY AND COMPANY,INC Name of Bidder or Firm A4� NSF ]�v�fl8 VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07-19 BID SUMMARY(BASIS OF AWARD) 6/13/08 BID FORMS-PAGE 12 1 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq-, of the Public Contract Cade, 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 Subcontractors Name&Address e J � rani .� s nr) 4. 5. 6. 7. 8. VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO-07-11,07-12,07-14,07-19 6/13108 LIST OF SUBCONTRACTORS BID FORMS-PAGE 13 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of LC`b �lna ) Q; ) h Richar4 T esneppro being first duly sworn, deposes and says that he or she is .1 of sTEINY AND COMPANY, INC 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, / STEINY AND COMPANY, INC BY l Title 7=s ,,era,Vice PI s:da1; Organization yTL:i:1°A N 0 GOMPA y,9 Address 1Z'07 East Garvey Avenue P.O. Box 8100 Baldwin Park, CA 91706-0993 , VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14.07-19 NON-COLLUSION AFFIDAVIT 611310E BID FORMS-PAGE 14 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California l County of Los Angeles r $s. On July 22, 2008 before me, Shawn R. Bradfield,Notary Public ❑et N,mcandrikofofv,,(.r 1.uyou N.a P.bk) personally appeared Richard Tesoriero Nmne(:)of S�yneK:) who proved to me on the basis of satisfactory evidence to be the person(,-)whose name(,-) is/are subscribed to the within instrument and acknowledged to me that he/^w�executed the same in his/heri�authorized capacity(ias), and that by his,Mie-f,.�rt �t,o"�'-signature(s) on the instrument the person(s), or the entity upon behalf of which the person(&)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and Official seal. ,• SHAWN R. BRAPFIELP Commission .# 1736049 Notary Public -California Riverside county My Comm.ExplresMay9,2017 (su) OPTIONAL Though the inf rmenun hrfoa n not rcfu:rc.d by loe, L miry prnvc vofuahfc m pcnom relying on thx elvo men,and cmdd prevcnl fruudul✓it n.noval and r eallachnent of ehnDorn to another docanrent. Description of Attached Document: Title or Type of Document: Non Collusion Affidavit Document Date: No date Number of Pages: Signer(s)Other Than Named Above: None CapacityQes) Claimed by Signer Signer's Name: Richard Tesoriero ❑ Individual Tap ofthumb here x❑ Comorate Officer-Title(s): Vice President Pmner(s)- ❑ Limited General Attorney-in-Fact [� 'rrustee F1 Guardian or Conservator 0 Other: Signer is Representing: STEINY AND COMPANY, INC. M:ISHAWNINotarytCopy of 2003 Notary Forms 1 7/22/2008 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: 12007 East Garvey Avenue P.O. Box 8100 PaWvrin Park CA 91706-e09 2. CONTRACTOR'$ Telephone Number: (;IA Q ) 339-qg113 Facsimile Number. (U,%p ) 338 `8.343 3. CONTRACTOR'S License: Primary Classification ATa4a I irnnm NO 46= Class A,B.C-7&C-10 State License Number(s) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety v,-)CAq.Lb �,arvt CD 1\M.V CC, Address did NuCtC� rP�Gvd.�<Sdi l�� IL�� �10X1dcu Surety Company Telephone Numbers: Agent(c4q ) ( R_a , Surety 5. Type of Firm (Individual, Partnership or Corporation): ('t)r,pQj(J*i n\ 6. Corporation organized under the laws of the State of: l C.a 1 f o n i s 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: Chairman J.D.steiny President SUsen Steiny Vice President Richard Tesoriero Se^retmy (=avla r Kannelmam VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07-19 BIDDER'S GENERAL INFORMATION 6113108 BID FORMS-PAGE 17 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: a. OWner!�)U Ama) c 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: ;Mh �t 11. Is full-time supervisor an employee�f 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. VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14.07-19 BIDDER'S GENERAL INFORMATION 6/13/08 BID FORMS-PAGE 18 Major construction projects in progress as of this date: Owner Orange County Transportation Authors (OCTA) Project Location SR 22 Freeway HOV Lane Design Valuation $22,140,890,00 Contact Person David Smith (GMR) Telephone No. (714) 712-1600 Owner City of Santa Monica Project Location FY 2005 Street and Park Lighting Project(SP1970) Valuation $2,089,527,00 Contact Person Gene Higginbotham Telephone No. (310) 458-8721 Owner Los Angeles County Metropolitan Transportation Authority Project Location Goldline Valuation $44,423,656,00 Contact Person Jahn Yen Telephone No. (323) 980-2504 Construction projects completed as of this date: Owner County of Los Angeles Project Location Inglewood Avenue, ET AL TSM0010152 Valuation $662,222.00 Contact Person Cliff Craig Telephone No. (626)458-5100 Owner City of Beverly Hills Project Location Phase III Residential Street Lighting Improvements Valuation $7,059,977.00 Contact Person Chris Theisen Telephone No. (310) 285-2504 Owner City of Pasadena Project Location Fair Oaks Corridor Transportation Valuation $1,814,489.00 Contact Person Dave Ortega Telephone No. (626) 744-4312 More Available upon Request STEINY AND COMPANY, INC Certification by Secretary of Corporate Resolution At the meeting of the Directors of Steiny and Company, Inc., a corporation organized and existing under the laws of the State of California, duly called and held in accordance with the articles of incorporation and bylaws of the corporation at its office on May 8, 2008 at which a quorum of the directors were present the following resolution was adopted to wit: Resolved, that: Chairman of the Board J.O. Steiny President and Treasurer Susan Steiny Chief Financial Officer Vincent P. Mauch Vice President Willie B. Hadley Vice President Walter E. Johansen III Vice President Richard Tesoriero Secretary Gayle C. Kappelman Are hereby authorized to sign contracts/agreements in the name of and on behalf of Steiny and Company, Inc. I Gayle C. Kappelman, Secretary of Steiny and Company, Inc., do hereby certify that I am the Secretary of Said corporation and that the above is a full, tnre, and correct copy of a resolution of the Board of Directors of said corporation, duly adopted at the meeting held on May 8, 2008 and that said resolution has not been revoked or rescinded. In witness whereof, I have hereunto subscribed my name and affixed the seal of said corporation. Gayle C. I{appelman, Secretary BID BOND KNOW ALL MEN RY THESE PRESENTS, That Steiny and Company, Inc. as Principal,and Safeco Insurance Company of America as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the"Cif' in the sum of- Ten Percent (10%) of the Total Amount of the Bid in dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to he made, we bind ourselves, our heirs, executo(s, administrators,successors,and assigns,jointly and severally,firmly by these presents. WHEREAS, said Principal has submitted a Bid to said My to perform the Work required under the Bid Schedule(s)of the Oity's Contract Documents entitled: VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO, DM 1, 07-12, 07-14,AND 07-19 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the Ume and 'in the manner required in the"Notice lnvifing Bids' and the"Instructions to Bidders"enters into a Written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Cerficates of Insurance, and furnishes the required Performance Bond and Payment Band, then this obligation shall he null and void, otherwise it shall remain in full force and effeel. 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 July PRINCIPAL- Steiny and Company, Inc. ChEckwm: indrvldrrsl,—partnership, X mrporalien (Corporations require trap 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 and BY SURETY: Safeco Insurance Company of America signature (NOTARIxED) Print Name and Trtle: (Pi^.hart;Tesodem.VIeO Presidelt By By signature ianatu e (NOTARIZED) (NOTAR t7) Print Name,and Title- Print Name and Tdle: Jeri Apodaca, Attorney in Fact VAROUS TRAFFrc SIGNAL PI Zoue;IS 610 BOND(BID SECURITY FORM) MY PROJECT NO.07-11,07-12.n7 18,07.19 130 FORMS-PAGE 1s CALWORNIA CERTIFICATE OF ACIKNOWLEDGII'IENT State of California County of Los Angeles ss. On July 22, 2008 before me, Shawn R. Bradfield,Notary Public Daµ Nwm wd Tld=n1Q111rr(=g'Low Do=,Nma NWW) personally appeared Richard Tesoriero Nomo(s)of S+pnc�(:) who proved to me on the basis of satisfactory evidence to be the person(4)whose name(a) is/are subscribed to the within instrument and acknowledged to me that he/slt4wi executed the same in his/herltheir authorized capacity(ies), and that by his,h4g f �' signature(&) on the instrument the person(s), or the entity upon behalf of which the person(&)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SHAWN R. BRAt)F1ELD Commission # 1736049 _.� Notary public - California t - Rlversld9 County MyC mm.D0resNlay9,2m1 - Sigmtum 1�1 OPTIONAL Though the lnformatum helom,h'Mr required by law.a may prove valuable to persons relying em the documem and covld pYevem fnwdufem renwvof mrd reattachment nfrh+�form to another document. Description of Attached Document: Title or Type of Document Bid Bond Document Date: July 16,2008 Number of Pages: Signer(s)Other Than Named Above: Jeri Apodaca,Safeco Insurance Co.of America Capacity(ies) Claimed by Signer Signer's Name: Richard Tesoriero 0 Individual Top of thump here xj Corporate Officer-Title(s): Vice President 0 Partner(s)- [] Limited ❑ General ❑ Attomey-in-Pact Trustee Guardian or Conservaror ❑ Other- Signer is Representing: STEINY AND COMPANY,INC. M.\SHAWN\Notary\Copy of 2008 Notary Forms t 7122/2008 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT i' State California s e o 1t Eji E_ County of Orange !i c r•.i JUL 6 2008 (; On before ale K. Luu Notary Public (Elam insert name and brie of the offaca) personally appeared Jeri Apodaca l:' who proved to me on the basis of satisfactory evidence to be the person(g) whose name( isIM subscribed to € the within instrument and acknowledged to me that he/she/Ao i executed the same in hiz/her/thdr authozized ' ca aci ( �s(1, and that b bjx/her/ter signature(s) on the instrument the erson or the entity upon behalf of F P tY Y P (�, tY P which the person(s)acted, executed the instrument. I certify under PENALTY OF PEWURY under the laws of the State of California that the foregoing paragrapka is true and correct. fr r;:,,,� K. Luu lei WITNESS m hand d official seal- COmmissl li 7k 1778641 Y 0 x1..,f.� Nofary Pnge -Califamlo 3E x U.,..r. E�! oranges County � Ei 3 A'T/COmm.FxplresNw6,2011 _ L. signature ofNomryPublic (Notary Seal) +�• �. fi ADDITIONAL OPTIONAL INFORMATION 3 INSTRUCTIONS FOR COMPLETJNG THIS FORM 1: I` Any acknowladgmcnt completed In Calfornia mart contain verbiggc exactly or gg' i= DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledvmea form must be Ig properly completed and attached to that document The only arcepnon is if a do amen is to be recorded outside of California.In such instances,Any alternative (Titre or description of attached document) aeknowlstmenr varNogc as may be printed on such a document so long as the verbiage does not require rho notary to do something that is ilicgal for a notary in Californio (l e. certifying the authormed capacity of rho signer).Please check the If• (Title or description of attached doeomcnt continued) document car fullyfor proper notarial wording and attach this form ifrcquired. `• Pages Douummt Date • State and County information must bo the State and County w the l Number of P& In •• g signct(j)personally appeared befaro me notary public for acknowledgment • Ante ofnoturizohan moat be We ditto that the signer(s)personally appeared which ! must also be the same data the saknowledgment is completed. (Additional information) • The notary public mast print his or her name as it appears within his or her pp =i commission followed by a comma and men your title(notary public). I'! • Print the name(s) of document signers) who personally appear at the time of E. notecizalion. 9 le: CAPACITY CLAItv1ED BY THE SIGNER Indicate m ur e correct singular or plural forms by crossing off incorrect fours(ie. Iwlshzlgwr is/are)or circling the corrcctfoms.Foil=to correctly indicate this El Individual�S� infomationmay lead to rejection of docuntentrecordinr. •• ❑ Corporate Officer notary impression p gran y p '- � • The noW seal im ress+en must be clear and ham hienll m rodueible. �'. Impression must not cover test or lines.If seal impression smudges,reseal if a ; 3" (fide) sufficient area pamifs,otherwise complete a differentn achnowledgment tor js t ❑ Fartller�Sj • signature of the notary public must match the signature on Ste with the office of 3I the century clack 1' AltorilC}'-iR-Fact 0 Additional information i- net required but could help to ensure this ❑ TruSloc(s) sa]mowledgment is notmrsused or attached to a diffctrnt document ❑ Other Indicate title or type of attached docnmen;number of pages and date. Indicate the capacity clamed by the signer.If the claimed capacity is a !7 e corporate offiear,Indicate the title(i.e.CEO,CFO,Sceretnry). y! Securely attach this document to the signed document d: i[? 1= auv«mv«.�...-...,_ii-^.:�isrru rxx..ws.niadiriiieii.✓..:.wumssxx_xtii::rr%r.�,esrx mm�vm wwv.::,.--..::«wrcx.a:.mx.:.:::a.n::#ix?•.....u^^+s^.±:t.�':e`v:fit::.Srrr............. .. .. .... . .. ..........:i.;n�. Sateen Insurance Company of Amerlca General Insurance Company of Amerlca POWER Safeco Plaza OF ATTORNEY Seattle,WA 98185 KNOW ALL BY THESE PRESENTS: No. 9675 Thal SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington eorporahon,does each hereby appoint «^*'RHONDA C.A3EL;JCRI APODACA,LISA K CRAIL;UNDA ENRIGHT;JANE KEPNER;NANEITE MARIELLA-MYERS;MIKE PARIZINO; RACHELLE RHEAULT;JAMES A.SCHALLCR;Irvine,California^^"""xx.....w.w-««...«.«....•"......^^.."""".""x.x..."..".«.«x its true and lawful attorney(s)-in-fad with full authority to execute on its behalf fidelity and surety bands or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 31st day of March 2008 STEPHANIE DALEY-WATSON SECRETARY TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY CERTIFICATE Extract from the 6y-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURETY BONDS...die President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate UBes with authority to execute on behalf of the company fidelity and surety bands and other documents of similar character issued by the company In the course of its business...On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument eonfemng such authority or an any bond or undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or In any other manner reproduced; provided,however,that the seal shall not be nacessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adapted July 28,1970. "On anyicordficate executed by the Secretary or an assistant secretary of the Company setting out, () The provisions of Article V,Section 13 of the By-Laws,and (ii)- A wpy of the power-iof-attorney appointmahl,executed pursuant thereto,and (iii) Certifying that said power-of-attomey appointment Is In full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I,Stephanie Daley-Watson ,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolutlon of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attomey are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation �t this JUL I u 2008 day of CPS CDTJp It MRIORII'E SEAL SEAL! ,,rf. $ ra gi�• V 1Is STEPHANIE DALEY-WATSON,SECRETARY SafecoO and the Sarece logo are mgig lep d tr demnrk:or Sarece Corporation. 5-0974/pS 4105 WEB PDF STATE OF CALIFORNIA-DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 420603 San Francisco California 94142 FROM: AWARDING AGENCY EXTRACT OF The City of Palm Springs PUBLIC WORKS CONTRACT AWARD 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SECTION 1777.5 HAS BEEN AWARDED T0: 2. NAME OF GENERAL CONTRACTOR 3. CONTRACTOR'S LICENSE NO Steiny and Company, Inc. 161273 4. MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY 12907 East Garvey Avenue Baldwin Park 6. ZIP CODE 7, TELEPHONE NUMBER 91706-0993 626-338-9923 8. ADDRESS OR LOCATION OF PUBLIC WORKS S1TE(INCLUDE CITY ANDIOR COUNTY) 3200 E.Tahquitz Canyon Way Palm Springs, CA 92263 9. CONTRACT OR PROJECT NUMBER 10. DOLLAR AMOUNT OF CONTRACT AWARD CP 07-11, CP 07-12, CP 07-14&CP 07-19 $ 11. STARTING DATC(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 09 1 29 / 2008 (USE NUMBERS) 12 / 19 /2008 1 (USE NUMBERS) 13 TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL.HOSPITAL,ETC) 14. Street:Traffic Signal Projects ED NEW CONSTRUCTION 0 ALTERATIONS 15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) Streettroadwork Signs& Striping Tragic signal loops 16. Is language included In the Contract Award to effectuate the prevision of section Yes No 1777.5,as required by the Labor Code?................................................................ x Is language Included in the Contract Award to effectuate the provisions of Section Yes 171 No 1776,as required by the Labor Code?.................................................................. 17. SIGNATUR`F/ / 18. TITLE 19, PATE 1 Manager 08/27/08 20. PRINTED OR TYP D NA 21. TELEPHONE NUMBERS Craig L. Gladders Nranager, Procurement&Contracting 760-322-8368 Duplication of this form Is permissible DAB 13(rev.5101) City of Palm Springs, CA Procurement and Contracting Division BID ABSTRACT Project Number: CP 07-11, CP 07-12, CP 07-14, CP 07-19 Project Name: Traffic Signal Projects Due Date and Time: 07/22/08 2:00 PM Bid Schedules: Vendor Name and Vendor Name and Vendor Name and Vendor Name and Bid Amount Bid Amount Bid Amount Bid Amount Moore Electrical Sierra Pacific DBX, Inc. HMS Construction Contracting Electrical Schedule"A"Total lump Sum Schedule"B"Total Lump Sum Bid Schedule"C"Total Lump Sum Bid Schedule"D"Total Lump Sum Bid Schedule"E"Total Lum Sum Bid Schedule"F"Total Lump Sum Bid Total: (A-F) $625,924.00 $705,000.00 $726,750.00 $712,670.00 Witnessed: By�� Date; City of Palm Springs, CA Procurement and Contracting Division BID ABSTRACT Project Number: CP 07-11, CP 07-12, CP 07-14, CP 07-19 Project Name: Traffic Signal Proiects Due Date and Time: 07/22/08 2:00 PM Bid Schedules: Vendor Name and Vendor Name and Vendor Name and Vendor Name and Bid Amount Bid Amount Bid Amount Bid Amount PTM General Traffic Loops Brudvik, Inc. Engineering Serv. Christopher Morales Schedule"N'Total Lump Sum Schedule"B"Total Lump Sum Bid Schedule"C"Total Lump Sum Bid Schedule"D"Total Lump Sum Bid Schedule"E"Total Lump Sum Bid Schedule"F'Total Lum Sum Bid Total: (A-F) $735,700.00 $723,930.00 $686,800.00 $684,000.0p Witnessed: By: Date: City of Palm Springs, CA Procurement and Contracting Division BID ABSTRACT Project Number: CP 07-11 CP 07-12 CP 07-14 CP 07-19 Project Name: Traffic Signal Projects Due Date and Time: 07/22/08 2:00 PM Bid Schedules: Vendor Name and Vendor Name and Vendor Name and Vendor Name and Bid Amount Bid Amount Bid Amount Bid Amount Steiny & Company Schedule"A"Total Lump Sum Schedule"B"Total Lump Sum Bid Schedule"C"Total Lump Sum Bid Schedule"D"Total Lum Sum Bid Schedule"B"Total Lump Sum Bid Schedule"F"Total Lump Sum Bid Total: (A-F) $fi21,199.00 Witnessed: By: Date: Check A License' Contractor's License Detail Page 1 of 2 -y. - Skip to CSLB Hemc I Content I Footer I ACCe$Slbility Search CSLB ' .,��Y�,1 ,.. -rcf�cl•i.i��n;�i� '�, , ^,7inlf',: *GOV Contractors ate License I rr ail it i ' li CONSUVERS CONTRACT09S APPLICANTS AupNETITFN FU3LICVWO S 3111LCIRG 7FFICIALS GEtI5gAL Ip FO '�!il't1.'.T•'r yj;dl if r—�(;'JLi'Ip „t,ou«CSLB CONTRACTOR'S ■EMAIL T »\µ__.....:w.._..—.. CaLS I@ewtiroa n 1 Boarc and Comm9ttee - DISCLAIMER:A license status check provides information taken from the CSLB Mecti,lqu license database. Before relying on this information, you should be aware of the 7osaei.r lrtrr.ern inn following limitations. • CSLB complaint disclosure is restricted by law(D&I' 71.24 6). If this entity is subject to public CSL2 L;Ihriir� complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. `�'•'9'r'°"'" a Per S&P 7071 7, only construction related civil judgments reported to the CSLB are disclosed. Cntrne Sonnces • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. I Ir;,r • Due to workload,there may be relevant Information that has not yet been entered onto the Board's IIS i;Lgis,r�ucri license database - �,Inln�C•nsin ich�n r, i'rDL`F.5'.0 ip I iwo."g License Number! 161273 Extract Date: 07/2 212 0 0 8 o (:hr9,�r.Apulicalirn Business STEINY AND COMPANY INC `,I,•ius Information: P 0 BOX 8100 c Soeich fol a Surety BALDWIN PARK,CA 91706 Bind Business Phone Number (626)062-1055 Lnrnpany Entity: Corporation u Srarrhi fcrr�Workcie Compeneainn Issue Date: 07/01/1956 ;::nin,:ara• Expire Date: 05/31/2009 I,cW co aaruzlpaic License Status: This license is current and active.All information below should be reviewed. Classifications: A GENERAL ENGINEERING CONTRACTOR C10 FLECTRICAI_ C-7 LOW VOLTAGE SYSI EMS B GENERAL BUILDING CON I RAC I OH Bonding: cc:��iRkclar a u_rrlL This license fled Contractor's Bond number 6253061 in the amount of $12,500 with the bonding company SAFECO INSURANCF COMPANY OF AMWRICA Effective Date:01/01/2007 Contractor's 5onding hlimoN BOND Cr CU,ALIF"1;NL r?lii5l'h7L,=d. 1. The Responsible Managing Officer(RMO)SUSAN STEINY certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date: 1010211992 http://www2.cslb.ca.gev/General-Info rmation/interactive-tools/check-a-license/License+Detail.a... 7/22/2008 Check A License; Contractor's License Detail Page 2 of 2 2. The Responsible Managing Officer(RMO)JOHN OLERICH STEINY certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date:07/01/1956 3. This license filed Bond of Qualifying Individual number 6239891 for WILLIAM BERNARD HADLEY in the amount of$12,500 with the bonding company SAFFCO INSUBANCE-COMPANY OF AMERICA Effective Date: 01/01/2007 BOI s Bonding History, Workers' This license has workers compensation insurance with the Compensation: TRAVELERS PROPERTY CASUALTY COMPANY OF AMF--fiICA Policy Number:VTC2JUB5642B60A08 Effective Date:0 7/0112 0 0 8 Expire Date:07/01/2009 WDfkCfs CO�r1uF.n3dli9n FIiS;Ory Personnel listed on this license(cunent or disassociated)are listed on ether licenses =I---- ------- Consumers I Contractors I Applicants I Journeymen I Public Works I Building Officials I General Info CSLB Home I Conditions of Use I Privacy I Contact CSLB Copyright b 2007 State of California hftp://Www2.csIb.ca.gov/General-Information/interactive-tools/check-a-license/License+Detail.a... 7/22/2008 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CnY CLERK OFFICE: !, AGR# AMOUNT City Project No:Q�. : 0Z- L2 d��JJ d��� MO# DATE _ J Dates Published: �JLUJZ� Dro IND.-Apr NOTICE Y ❑N' ❑ j Bid Date & Time: � r7. PROJECT: _�1QJLS 711f-._ 1/ �CJelj— *,SUCt ESSF,UL: 6.,�li& 2. La 8.3.. a: s. ✓a INCOMPLETE'¢IDS:.- n-responswel, -WHY: • ,:,. CONTRACTOR BACKGROUND CHECK!, f Required? -Y ❑'N' (ArrA&IF rieaumm) '' Affidavit'df Nori-Collusion;Signed'&rNotarized'? Y 0 Information required Of bidder:page Icompleted? Y'14, N ❑ Type,"&,Amount of Insurance Required: L ^f ''W° - Contractors license No. �6/ �3 __ ,,, .__ Type(s) LG�L C� �' Status t No.`of days.to complete''workk, �d Working °rC�alendar ! /1 � Estimated,Star[ 'Date:' mil/ q f CAlY7L �9_2 T �' 1 �_ -,Estimated Completigri Date: No: of days in-which to execute contract'after'Notice of - 1 Award'(dote City Clark itrpnsmits pontracts for execution):' %S' S Davis-,Bacon Exhibits (Specify Exhibits to ba Dompleted by)Col Any'Addenda7 Y' ❑'N N,o.'Addends Signed by Contractor? Y ❑N ❑ BONDS: r4 PERFORMANCE BOND Q `P YMENT BON U o� A D //D CORRE ON EPA_.''_� ZJ _ L_ , �, „ . �%, _C7J R IRBOND r% BID BONDS:, l BLANK .BID SPECS. i Successful Bidder:- - CASNER'S'CHECK? -Y ❑ N ❑' DEPOSITED'IN'T'& A? Y ❑ N '❑ Five (5) 'extra Sets Of bid 4- - specifications for contract execution , 1 Unsuccessful Bidders: " CASHIERllS'CHECKS? Y ❑ N ❑. DEPOSITED,IN T & A? Y. ❑ N. ❑ Attached: Y ❑ l N ❑ " Which Contractods): . ❑ Provided Previously' DO SPECS & AGREEMENT FORM,REFEREN'CE: Public Contracts GovernmentCode'Sec. 22300 Y,9�, N ❑ j Labor Code 1777'6 Y " ❑' Labor Code 1776 Y I 'J N `❑ - . California Standard Specifications EDITION-, 4 Standard Specifications for Public Works'Construction EDITION' 1 DATE: 3 , BY: DEPT: • • CITY OF PALM SPRINGS, CALIFORNIA • PUBLIC WORKS &ENGINEERING DEPARTMENT • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND • • SPECIAL PROVISIONS • FOR CONSTRUCTION OF THE: • VARIOUS TRAFFIC SIGNAL PROJECTS • TRAFFIC SIGNAL LOOP REPAIR PROJECT • CITY PROJECT NO. 07-11 • SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION • CITY PROJECT NO. 07-12 • SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION • CITY PROJECT NO. 07-14 • 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION • CITY PROJECT NO. 07-19 • • IN THE CITY OF PALM SPRINGS • • June 2008 • • O� PALM S A u m * C��Rt�RASE� NeiA � r Fo • • • • David J. Barakian, P.E., City Engineer Bids Open: July 22, 2008 • Dated: June 13, 2008 • • • • • CITY PROJECT NO, 07-11, 07-12, 07-14, AND 07-19 • • The Special Provisions • • contained herein have been • prepared by, or under the direct • supervision of, the following Registered Civil Engineer: • • pRGF ,O • ���v C1S L p �C �illd a Na=2n R • Marcus L. Fuller r�y 1'�311d Assistant Director of Public Works/ 9r am 1 Assistant City Engineer FOPCAUFOR • Civil Engineer C 57271 • 6/l�/o5S • • • Approved by: A • • • David J. Barakian, P.E. • Director of Public Works/City Engineer Civil Engineer C 28931 • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11 07-12,07.14,07-19 0 6113/08 SIGNATURE PAGE • • • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND • r SPECIAL PROVISIONS • TA13L.E 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 Bidder's General Information Bid Bond (Bid Security Form) 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" • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12,07.14,07-19 SPECIAL PROVISIONS 6113108 GENERAL CONTENTS-PAGE 1 • • • • CITY OF PALM SPRINGS • PUBLIC WORKS & ENGINEERING DEPARTMENT • 0 PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • • TRAFFIC SIGNAL. LOOP REPAIR PROJECT • CITY PROJECT NO. 07-11 • SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION • CITY PROJECT NO. 07-12 • SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-14 • 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION • CITY PROJECT NO. 07-19 Notice Inviting Bids Instructions to Bidders • Bid Forms • Bid (Proposal) Bid Schedule • List of Subcontractors Non-Collusion Affidavit • Bidder's General Information • Bid Bond (Bid Security Form) • Agreement and Bonds • Agreement Form • Worker's Compensation Certificate Performance Bond • Payment Bond Certificate of Insurance • • w . • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12.07-14.07-19 6/13/08 PART 1 CONTENTS • PAGE • • • CITY OF PALM SPRINGS • • NOTICE INVITING BIDS • . TRAFFIC SIGNAL LOOP REPAIR PROJECT CITY PROJECT NO. 07-11 SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION • CITY PROJECT NO. 07-12 SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION • CITY PROJECT NO. 07-14 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION CITY PROJECT NO. 07-19 • N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Traffic Signal Loop Repair ! Project, City Project No. 07-11; Sunrise Way at Alejo Road Traffic Signal Modification, City Project No. 07-12; Sunrise Way at Mesquite Avenue Traffic Signal Modification, City Project No. 07-13; and the 2007/2008 Protected-Permissive Traffic Signal Conversion, City Project ! No. 07-19 will be received by the Procurement and Contracting Division of the City of Palm ! Springs, California, until 2:00 P.M. on July 22, 2008, at which time they will be opened and • read aloud. The Engineer's Estimate is $600,000. N-2 DESCRIPTION OF THE WORK: The Work comprises the modification of existing • traffic signals, including relocation of existing vehicle heads, traffic signal rewiring, installation • of traffic signs, relocation of traffic signal controllers, emergency pre-emption systems, uninterrupted power supply systems, relocation of equipment, and other associated work at the following locations: • Sunrise Way at Alejo Road + Sunrise Way at Mesquite Avenue • Dinah Shore Drive at Crossley Road • Sunrise Way at Baristo Road • Indian Canyon Drive at Racquet Club Road The work also comprises the replacement of traffic signal loop detectors at various locations with new installation of Type E loop detectors, and associated 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 on the basis of the total sum of Bid Schedules A through F, inclusive, and reject all other bids, as it may best serve the interest of the City_ Bidders shall bid on all Bid • Schedules. (b) As a condition of award, the successful bidder will be required to submit payment and • performance bonds and insurance. • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07.11,07-12,07-14,07-19 NOTICE INVITING BIDS • 6/13108 PAGE • • • • • 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 of the total sum of Bid Schedules A through F, inclusive, 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 Contractor 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. 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 $75.00 per set and are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. (c) An additional fee of $25.00 will be charged for sets of documents sent by UPS ground delivery. Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. • . 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 Division 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 s me envelope with the Bid. • By Date David J. Barakian, PE / Director of Public Works/ • City Engineer City of Palm Springs VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12,07-14,07-19 NOTICE INVITING BIDS • 6/13108 PAGE 2 • • • • . 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 Bidder's experience as of recent date on the form entitled "Bidder's 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 contractor's 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 Bidder's 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 non-technical 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 . VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14.07-19 INSTRUCTIONS TO 6113/08 BIDDERS-PAGE 1 • • • • 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 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. 6. BID SECURITY, 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 VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12,07-14,07-19 INSTRUCTIONS TO 6/13/08 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 hound 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 corner 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 Code. 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 • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12,07-14,07-19 INSTRUCTIONS TO • 0113108 BIDDERS-PACE 3 • • • 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 OR "OR-EQUAL" ITEMS - The procedure for submittal of any • application for a substitute or "or-equal" item by the Contractor and consideration by the • Engineer is set forth in Section 4 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 • secure all insurance, and shall furnish 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, responsible Bidder refuses or fails to execute the Agreement, the City may VA IOLIS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11.07-12,07-14,07-19 INSTRUCTIONS TO 6/13108 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 — • (a) In determining the lowest responsible Bidder, the following provisions of Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid • submitted by a local business enterprise or contractor: • • For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor • from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal • preference shall be equal to the amount of the preference applied by the entity in . which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. • (b) For all contract Bids proposing sub-contractors: • (1) 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 • ("local sub-contractor"). (2) The prime contractor shall submit evidence of such good faith efforts at the • time of submission of Bids. Good faith efforts may be evidenced by placing • advertisements inviting proposals in local newspapers, sending requests for • proposals to local sub-contractors, or by demonstrating that no local sub- contractors are qualified to perform the work or supply the materials or equipment. • • (3) Any notice inviting Bids which may require the use of sub-contractors shall • include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to • use sub-contractors that fails to comply with the requirements of this subdivision. • - END OF INSTRUCTIONS TO BIDDERS - • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12,07.14,07.19 INSTRUCTIONS TO • 6113/08 61bbER5-PAGE 5 I • �I • • 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) • Bidders General Information • iFailure 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. • • • • • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12,07-14,07-19 6/13/08 COVER SHEET • 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: • TRAFFIC SIGNAL LOOP REPAIR PROJECT . CITY PROJECT NO, 07-11 SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-12 SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION • CITY PROJECT NO. 07-14 . 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION CITY PROJECT NO. 07-19 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. • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11.07-12,07-14,07-19 BID AGREEMENT 6/13108 BID FORMS-PAGE 2 • • • • 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. • 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: • • • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12,07-14,07-19 BID AGREEMENT 6/13/OB BID FORMS-PAGE 3 • • • • BID SCHEDULE A • Schedule of Prices for the Construction of the: • TRAFFIC SIGNAL LOOP REPAIR PROJECT • CITY PROJECT NO. 07-11 • Item Description Estimated Unit Unit Amount No. Quantity Price • Install Type "E" inductive loop • detectors at Ramon Road and Sunrise • Way (one southbound advance [lane • 1. #1 and 92] and two northbound 6 EA $ $ presence [lane #1 and #2]), including • mobilization, traffic control, and all • appurtenant work. • Install Type "E" inductive loop • detectors at Ramon Road and El Cielo 2. Road (three eastbound left-turn and 6 EA $ $ • three westbound left-turn), including • mobilization, traffic control, and all • appurtenant work. • Install Type "E" inductive loop detectors at E. Palm Canyon Dr. and • Smoke Tree Lane (one northbound • 3. advance [lane #1] and two northbound 5 EA $ $ • presence [lane #1 and #2]), including mobilization, traffic control, and all • appurtenant work. • Install Type "E" inductive loop • detectors at Ramon Road and Farrell • Drive (three westbound left-turn, three 4. northbound left-turn, and two 8 EA $ $ • northbound presence [lane #1]), • including mobilization, traffic control, and all appurtenant work. Install Type "E" inductive loop detectors at Ramon Road and Paseo • Dorotea (two westbound presence • 5' [lane #1, #2, and #3]), including 6 EA $ mobilization, traffic control, and all • appurtenant work. • • • • • Name of Bidder or Firm • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12,07-14,07-19 BID SCHEDULE A 6113/08 . BID FORMS-PAGE 4 • • i i BID SCHEDULE A i (Continued) i Schedule of Prices for the Construction of the: TRAFFIC SIGNAL LOOP REPAIR PROJECT i CITY PROJECT NO. 07-11 Item Description Estimated Unit Unit Amount i No. Quantity Price Install Type "E" inductive loop • detectors at Ramon Road and Paseo Dorotea (one southbound advance fi [lane #1 and #2], two southbound 9 EA $ $ • presence [lane #1 and #21, and three • southbound left-turn), including mobilization, traffic control, and all i appurtenant work- Install Type "E" inductive loop • detectors at Ramon Road and Calle . Encilia (two eastbound presence [lane 7- #1 and #21, two westbound presence 10 EA $ $ • [lane #1 and #2], and two northbound • presence [lane- #1]), including mobilization, traffic control, and all • appurtenant work. • Install Type "E" inductive loop i detectors at Farrell Drive and Via i 8. Escuela (two westbound presence 2 EA $ $ i [lane #1]), including mobilization, traffic control, and all appurtenant work- Install Type "E" inductive loop i detectors at E. Palm Canyon Dr- and i Farrell Dr. (two westbound presence 9. [lane #2], one westbound advance 5 EA $ i [lane #2], and one southbound i advance [lane #1 and #2]), including i mobilization, traffic control, and all appurtenant work. Install Type "E" inductive loop detectors at Farrell Dr- and Mesquite i 10 Country Club (one southbound 2 EA • advance [lane #1 and #2]) including mobilization, traffic control, and all • appurtenant work. • • • • Name of Bidder or Firm • VARIOUS TRAFFIC SIGNAL PROJECTS i CITY PROJECT NO.07-11,07-12,07-14,07-19 BID SCHEDULE A 6113108 BID FORMS-PAGE 5 i • • • • BID SCHEDULE A • (Continued) • Schedule of Prices for the Construction of the: TRAFFIC SIGNAL. LOOP REPAIR PROJECT • CITY PROJECT NO. 07-11 • Item Description Estimated Unit Unit Amount . No. Quantity Price Install Type "E" inductive loop detectors at E. Palm Canyon Dr, and • Sunrise Way (two southbound advance [lane #1 and #2], four • 11. southbound presence [lane #1 and 15 EA $ $ • #2], two northbound advance [lane #1 and #2], four northbound presence • [lane #1 and #21, and three eastbound • left-turn), including mobilization, traffic • control, and all appurtenant work. . TOTAL OF ALL ITEMS OF BID SCHEDULE A: (Price in figures) • (Price in words) • QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedules are supplied • only to give an indication of the general scope of the Work. The City does not expressly nor by • implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by . an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount • shown in the Bid Schedules for the deleted item of Work. • • • Name of Bidder Or Firm • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO,07-11,07-12,07-14,07-19 BID SCHEDULE A 6/13/08 BID FORMS-PAGE 6 • • • • BID SCHEDULE B Lump Sum Price for Construction of. SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION • CITY PROJECT NO. 07-12 • In Palm Springs, California • • Description • Sunrise Way at Alefo Road traffic signal modification, complete and in place as shown on the traffic signal modification plan, including, but not limited to: removal of existing traffic signal • poles and foundations; installation of new traffic signal poles and equipment; removal of • existing signal heads; installation of new 3-section and 5-section signal heads; installation of • four (4) Model R409 LED Edge-Lit IISNS; installation of various traffic signs; traffic signal rewiring with new conductors and conduit; relocation of existing traffic signal controller • assembly, cabinet, and foundation; 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 2190-SD optical detectors, Tomar Model 3140 optical • signal processor (OSP), M913 detector cable, and associated equipment; construction of new curb ramps; 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 BID SCHEDULE B For the lump sum price of. • $ (Price in figures) • • • (Price in wards) • • • • Name of Bidder or Firm • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07-19 BID SCHEDULE B 6113/08 BID FORMS-PAGE 7 • � i BID SCHEDULE C • Lump Sum Price for Construction of_ SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-14 In Palm Springs, California Description Sunrise Way at Mesquite Avenue traffic signal modification, complete and in place as shown on the traffic signal modification plan, including, but not limited to; removal of existing traffic signal poles and foundations; installation of new traffic signal poles and equipment; removal of existing signal heads; installation of new 3-section and 5-section signal heads; installation of • four (4) Model R409 LED Edge-Lit IISNS; installation of various traffic signs; traffic signal rewiring with new conductors and conduit; relocation of existing traffic signal controller assembly, cabinet, and foundation; installation of an Iteris "Vantage Edge 2" video detection S 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; S installation of a Tomar "Strobecom II" Optical Preemption and Priority Control System consisting of four (4) Tomar Model 2190-SD optical detectors, Tomar Model 3140 optical signal processor (OSP), M913 detector cable, and associated equipment; removal and repair of existing improvements affected by construction; traffic control; mobilization; and all other • appurtenant work. TOTAL BID PRICE - FOR BID SCHEDULE C r For the lump sum price of. $ . (Price in figures) (Price in words) • Name of Bidder or Finn • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12,07-14.07-19 BID SCHEDULE C • 6113/08 BID FORMS-PAGE 8 • • • • BID SCHEDULE D • Lump Sum Price for Construction of: 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL. CONVERSION • DINAH SHORE DRIVE AT CROSSLEY ROAD • CITY PROJECT NO. 07-19 • In Palm Springs, California • • Description • • Dinah Shore Drive at Crossley Road traffic signal modification, complete and in place as • shown on the traffic signal modification plan, including, but not limited to: removal of existing • signal heads; installation of new 3-section and 5-section signal heads; installation of various • traffic signs; traffic signal rewiring with new conductors and conduit; relocation of existing traffic signal controller assembly, cabinet, and foundation; installation of a Clary SP • 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power • Module and Power Interface Module, and associated equipment installed in the controller • assembly and Battery System installed in a No. 6 pull box, and associated conduit and • equipment; removal and repair of existing improvements affected by construction; traffic control; mobilization; and all other appurtenant work. • • TOTAL BID PRICE - FOR BID SCHEDULE D • For the lump sum price of: • (Price in figures) • (Price in words) • • • • • Name of Bidder or Firm • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12.07-14,07-19 BID SCHEDULE D 6/13108 BID FORMS-PAGE 9 • • • • BID SCHEDULE E • Lump Sum Price for Construction of. 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION • SUNRISE WAY AT BARISTO ROAD • CITY PROJECT NO. 07-19 • In Palm Springs, California • • Description • • Sunrise Way at Baristo Road traffic signal modification, complete and in place as shown on • the traffic signal modification plan, including, but not limited to: removal of existing traffic signal • pole and foundation; installation of new traffic signal pole and equipment; removal of existing • signal heads; installation of new 3-section and 5-section signal heads; installation of various traffic signs; traffic signal rewiring with new conductors and conduit; relocation of existing • traffic signal controller assembly, cabinet, and foundation; 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 II" Optical Preemption and Priority Control System consisting of four (4) Tomar Model 2190-SD optical detectors, Tomar Model 3140 optical signal processor (OSP), M913 detector cable, and associated equipment; • removal and repair of existing improvements affected by construction; traffic control; • mobilization; and all other appurtenant work. • • TOTAL BID PRICE - FOR BID SCHEDULE E • For the lump sum price of: • (Price in figures) • • • (Price in words) • • • • Name of Bidder or Firm • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12.07-14,07.19 BID SCHEDULE E 6/13/08 BID FORMS-PAGE 10 • • • • BID SCHEDULE F . Lump Sum Price for Construction of. 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION • INDIAN CANYON DRIVE AT RACQUET CLUB ROAD • CITY PROJECT NO. 07-19 In Palm Springs, California • Description • • Indian Canyon Drive at Racquet Club Road traffic signal modification, complete and in place • as shown on the traffic signal modification plan, including, but not limited to: removal of existing traffic signal poles and foundations; installation of new traffic signal poles and • equipment; removal of existing signal heads; installation of new 3-section and 5-section signal • heads; installation of various traffic signs; traffic signal rewiring with new conductors and conduit; relocation of existing traffic 'signal controller assembly, cabinet, and foundation; • 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 II" Optical Preemption and Priority Control System consisting of four (4) Tomar Model 2190-SD • optical detectors, Tomar Model 3140 optical signal processor (OSP), M913 detector cable, • and associated equipment; installation of a Clary SP 1000SRISN Universal UPS System for • LED Signal Applications, complete with UPS Power Module and Power Interface Module, and . associated equipment installed in the controller assembly and Battery System installed in a No. 6 pull box, and associated conduit and equipment; 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 BID SCHEDULE F For the lump sum price of: • • $ • (Price in figures) • (Price in words) • • • • • • Name of Bidder or Firm • • • • VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11.07-12.07-14.07-19 BID SCHEDULE F • 6113/08 BID FORMS-PAGE 11 • • • • BID SCHEDULE SUMMARY BASIS OF AWARD • TRAFFIC SIGNAL LOOP REPAIR PROJECT CITY PROJECT NO. 07-11 • SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION • CITY PROJECT NO. 07-12 • SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION • CITY PROJECT NO. 07-14 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION • CITY PROJECT NO. 07-19 • • TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH F (BASIS OF AWARD): • • For the lump sum price of: (P(ce in figures) • • • (Price in words) • • • • Name of Bidder or Firm • • • • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12.07-14,07-19 BID SUMMARY(BASIS OF AWARD) . 6/13/08 BID FORMS-PAGE 12 • • • • INFORMATION REQUIRED OF BIDDER • FIST OF SUBCONTRACTORS • • As required under Section 4100, at 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. • • • 2. • • . 3. • • 4. • • • 5. • • 6. • • • 7. • • 8, • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11.07-12.07-14.07-19 • 6113108 LIST OF SUBCONTRACTORS • BID FORMS-PAGE 13 • • • • • • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER • AND SUBMITTED WITH BID • State of California ) ss. • County of ) • • I, being first duly sworn, 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 • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12.07-14.07-19 NON-COLLUSION AFFIDAVIT . 6/13108 BID FORMS-PAGE 14 • • • • ALL-PURPOSE ACKNOWLEDGMENT • ' State of • • County of • On before me, Date Name, Title of Officer personally appeared • NAME(S)OF SIGNER(S) . 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. • 1 certify under PENALTY OF PERJURY under the laws of the State 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 . MUST BE ATTACHED TO THE DOCUMENT Number of Pages_DATE of DOCUMENT DESCRIBED AT RIGHT: • Above Signer(s)Other Than Named • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11.07-12,07-14.07-19 NON-COLLUSION AFFIDAVIT-NOTARY ACKNOWLEDGMENT • 6113/08 BID FORMS-PAGE 15 • • • • • 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: • • 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 City's Contract Documents entitled: • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO. 07-11, 07-12, 07-14,AND 07-19 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 attorneys fee to be fixed by the • court. • SIGNED AND SEALED, this day of 200` • PRINCIPAL: • Check one:_individual,_partnership, Tom • (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: • • VARIOUS TRAFFIC SIGNAL PROJECTS BID BOND(810 SECURITY FORM) • CITY PROJECT NO.07.11,07-12,07-14,07-19 BID FORMS-PAGE 16 6/13/08 • • • • 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: • VARIOUS TRAFFIC SIGNAL PROJECTS . CITY PROJECT NO.07-11,07-12.07.14,07-19 BIDDER'S GENERAL INFORMATION . 6/13108 BID FORMS-PAGE 17 • • • • • BIDDER'S GENERAL INFORMATION (Continued) • 8, Number of years experience as a contractor in this specific type of construction 40 • work: • 9. List at least three related projects completed to date: • • a. Owner Address Contact Class of Work 40 • Phone Contract Amount Project Date Completed Contact Person Telephone number • b. Owner Address • Contact Class of Work 40 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: • 40 11. Is full-time supervisor an employee contract services 4 49 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. • • • VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14.07-19 BIDDER'S GENERAL INFORMATION • 6113/08 DID FORMS-PAGE 18 • • • • • 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: VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO. 07-11, 07-12, 07-14, AND 07-19 • • The Work is generally described as follows: • modification of existing traffic signals, including relocation of existing vehicle heads, traffic • signal rewiring, installation of traffic signs, relocation of traffic signal controllers, • emergency preemption systems, uninterrupted power supply systems, relocation of • equipment, and other associated work at the following locations: • • Sunrise Way at Alejo Road • • Sunrise Way at Mesquite Avenue • • Dinah Shore Drive at Crossley Road • • Sunrise Way at Baristo Road • • Indian Canyon Drive at Racquet Club Road • The work also comprises the replacement of traffic signal loop detectors at various • locations with new installation of Type E loop detectors, and associated 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 • VARIOUS TRAFFIC SIGNAL PROJECTS AGREEMENT FORM • CITY PROJECT NO.07-11,07-12.07-14,07-19 AGREEMENT AND BONDS-PAGE 1 6/13/08 • • • • • 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 $1,500 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. 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 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 • 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 VARIOUS TRAFFIC SIGNAL PROJECTS AGREEMENT FORM • CITY PROJECT NO.07-11,07-12,07-14,07-19 AGREEMENT AND BONDS-PAGE 2 6113/08 • • • • 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. • 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: . CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: • CALIFORNIA • Date BY . City Clerk Agreement No. • APPROVED A5 TO FORM: • • By • City Attorney • • Date • • • CONTENTS APPROVED: • • BY • City Engineer • • Date • • BY • City Manager • r • Date • • VARIOUS TRAFFIC SIGNAL PROJECTS AGREEMENT FORM CITY PROJECT NO.07-11,07-12,07-14,07-19 AGREEMENT AND BONDS-PAGE 3 • 6/13/08 • • • • 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: 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 fallowing: Secretary, Chief • Board, President or any Vice President) Financial Officer or any Assistant Treasurer) • State of ❑ State of ❑ • County of ❑ss County of Lss • 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(.$), 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: • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14.07-19 AGREEMENT FORM • 6113/08 AGREEMENT AND BONDS-PAGE 4 • • • • • • • • • • • • • • 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 • • ! • • • ! • • • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11.07.12,07.14,07-19 WORKER'S COMPENSATION CERTIFICATE • 6/13/08 AGREEMENT AND BONDS-PAGE 5 • • • i PERFORMANCE BOND • KNOW ALL MEN BY THESE PRESENTS, • That as Contractor, and • as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the • County of Riverside, California, hereinafter called the "City," 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. i WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement • with said City to perform the Work as specified or indicated in the Contract Documents entitled: i VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO. 07-11, 07-12, 07-14, AND 07-19 i 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, i 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 i Chief Financial Officer). . By SURETY: signature (NOTARIZED) • Print Name and Title: • • i By By signature signature . (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: • VARIOUS TRAFFIC SIGNAL PROJECTS PERFORMANCE BOND CITY PROJECT NO.07-11,07-12,07-14,07-19 AGREEMENT AND BONDS-PAGE 6 6l13108 • • • • • • PAYMENT BOND • KNOW ALL MEN BY THESE PRESENTS, • . That as Contractor, and as Surety, • are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County Of Riverside, State of California, hereinafter called the "City," 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 City to perform the Work as specified or indicated in the Contract Documents entitled: • • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO. 07-11, 07-12, 07-14, AND 07-19 • 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 • • • VARIOUS TRAFFIC SIGNAL PROJECTS PAYMENT BOND CITY PROJECT NO.07-11,07-12,07-14,07.19 AGREEMENT AND BONDS-PAGE 7 • 6/13/08 • • • • • • 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: • • • • • • • • • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS PAYMENT BOND • CITY PROJECT NO.07-11,07-12,07-14,07-19 AGREEMENT AND BONDS-PAGE 8 . 6/13108 • • • • CERTIFICATE OF INSURANCE • THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT MH THE INSURED NAME AND ADDRES5 OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE • COMPANY A B • D • TYPE OF WORK PERFORMED AND LOCATION • LIMITS OF LIABILITY IN THOUSANDS(xt OOC) TYPE OF INSURANCE POLICY NUMBER • EACH OCCURRENCE AGGREGATE • COMPREHENSIVE GENERAL • LIABILITY Including: BODILY1NJNRY S Z • ❑ EXPLOSION AND COLLAPSE ❑ UNDERGROUNDDAIJAGE PROPERTYDAMAGE S S • ❑ PRQDUUSICOMPLCTED OFERVrIDNS or • ❑ CONTRACTUAL INSURANCE • ❑ BROAD FORM PROPERTY DAMAGE ❑ INDEPENOENTCONTRn6TORG BODILY IwURYANO . PROPERTY PERSONAL INJURY DAMAGE COMBINED S S • PERSONAL INJURY g, COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PEReQN Including: EACHACCIOENT • ❑ OWNED $ PROPERTY DAMAGE ❑ HIRED • ❑ NON0wNED or . BODILY INJURY ❑ MOTOR[AjR1ER ACT AND PROPERTY OHMAGE COMBINUSIN ED S • EXCESS LIABILITY BODILY INUURY Including: AND PROPERLY DAMAGC COMBINED $ El EMPLOYERS LIACILITY • WORKER'S COMPENSATION STATUTORY • and EMPLOYER'S LIABILITY Including. EL $ (EACH . ACCIDENT) ❑ LONG SIIORCMENS nrvo • HARBOR WORKERS OTHER ADDITIONAL INSURED ENDORSEMENT--CITY OF PALM SPRINGS • The undemigned ccrilfics that he or she Is the representative of the abovumamcd Insurance companies,that he or she has me suthonty to execute and issue this cedifptc . to Certificate I•loldcq and accordingly,does hereby certify on behalf or said insurance wurparyouu that policies of Insurance listed above have been issued le the insured named above and orem f mcat this time Nmwlthslandingenyregwrement term or condition&any contract or other document with respect to whrcn this certificate maybe • uswod or may pertain,the insurance afforded by the pollGcs desWbed herein is subject to at the Iemrs c.. ion;,and conditions of such pollees. Copies of the policies shown-11 be furnished to the Cerligeale Bolder upon rcquc;l. . This Cortlfcate does not amend extend,or Tlkr the coverage afforded by me policies listed . CanoelloUon Should any of the above dLrD1bCd pollrJps be cancelled before the expiration date mereoL the issuing mmponywiil mail 30 days Wntten notice to the below- named calificale holder. • NAME AND ADDRESS OF ADDITIONAL INSURED DATE • ISSUED . BY „nm,,,ePiu„umnTnTPzorM.u,wieecaw.weA.rorunmwwoc • raoNw • VARIOUS TRAFFIC SIGNAL PROJECTS • CITY PROJECT NO.07-11,07-12,07.14,07.19 . 6/13l08 CERTIFICATE INSURANCE AGREEMENT AND BONDS PAGE 9 • • • • • • • • • • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • PART II - SPECIAL PROVISIONS • TRAFFIC SIGNAL LOOP REPAIR PROJECT • CITY PROJECT NO. 07-11 • SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-12 • SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION • CITY PROJECT NO. 07-14 • 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION CITY PROJECT NO. 07-19 • • Section 1 - Specifications and Flans 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 • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS CONTENTS CITY PROJECT NO.07-11,07-12,07-14.07-19 PART II • 6/13/08 • • • • • • • SECTION 1 - SPECIFICATIONS AND PLANS • • 1-1 GENERAL • 1-1.1 - Standard Specifications. - The Work hereunder shall be done in accordance with .the Standard Specifications dated May 2006 and the Standard Plans dated May • 2006, of the California Department of Transportation insofar as the same may apply and in accordance with the following Special Provisions: 1-1.2 - Supplementary Reference Specifications. — Insofar as references may be made in these Special Provisions to the Standard Specifications for Public Works Construction • ("Greenbook"), 2006 Edition, such work shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the • term "Standard Specifications" with or without the prefix "Caltrans" is used, it shall mean the Standard Specifications dated May 2006 and the Standard Plans dated May 2006, of • the California Department of Transportation, as previously specified in the above • paragraph. 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. • * 1-1.3 - Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: • • 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 53069.85, to be paid to the City of Palm 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. • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO,07-11,07-12,07-14,07.19 SPECIFICATIONS AND PLANS • 6113/08 SECTION 1-PAGE 1 • • • • • Standard Plains -The Standard Plans of the City of Palm Springs. • 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) Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: • New Year's Day (January 1) Martin Luther King Jr. Day(Third Monday in January) . Lincoln's Birthday(February 12) President's Day(Third Monday in February) • 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 Saturday, the Friday 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 . 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_ • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07-19 SPECIFICATIONS AND PLANS 6/13108 SECTION 1 -PAGE 2 • • • • ! • 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. 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 Resident 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 • 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) 778-3627 ! DESERT WATER AGENCY • Attention: Ms- Debbie Randall (760) 323-4971 • ! SOUTHERN CALIFORNIA EDISON COMPANY • Attention: Mr. Frank Jasso (760) 202-4278 • • PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT - PHASE 1 SPECIAL PROVISIONS • CITY PROJECT NO- 07-10 SPECIFICATIONS AND PLANS • SECTION 1 -PAGE 3 • • • • • • SOUTHERN CALIFORNIA GAS COMPANY • Attention: Ken Kennedy (909) 335-7716 • TIME-WARNEIR CABLE • Attention: Mr, Dale Scrivner (760) 647-5452 • 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 - • • • • • • • • • • • • • • PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT- PHASE 1 SPECIAL PROVISIONS • CITY PROJECT NO. 07-19 SPECIFICATIONS AND PLANS . SECTION 1 -PAGE 4 • • • • • • 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. • - END OF SECTION - • • • • • • • • • • • • • • • • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07-19 PROPOSAL REQUIREMENTS&CONDITIONS • 6/13/08 SECTION 2-PAGE 1 • • • • • • • SECTION 3 -AWARD AND 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 bands 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 • bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure • Section 996.510 shall be met to the satisfaction of the City Engineer. • • • The provisions of Section 3-1.03 of the Standard Specifications shall be changed to read • as follows: • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS CITY PROJECT NO.07-11,07-12,07-14,07-19 AWARD&EXECUTION OF CONTRACT • 6113/08 SECTION 3-PAGE 1 • • • • • • 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 - • • • • • • • • • • • • • • • • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07-19 AWARD&EXECUTION OF CONTRACT 6/13/08 SECTION 3,PAGE 2 • • • • • • SECTION 4- SCOPE OF WORK; BEGINNING OF WORK; TIME OF COMPLETION; AND LIQUIDATED DAMAGES i . Attention is directed to the provisions of Section 8-1.03 "Beginning of Work," Section 8 • 1.06 "Time of Completion," and 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 • 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: 60 WORKING DAYS • from the day specified in the Notice to Proceed issued by the City. • . In the event one or more Bid Schedules are not awarded and included in the Work, the Work shall be completed as indicated below, with the contract time being the sum of • the allowable working days specified for each of the Bid Schedules awarded, up to the • maximum contract time allowed of 60 working days. Upon commencement of the Work associated with a given Bid Schedule, it shall be • diligently prosecuted to completion before expiration of the contract allowed for the • subject Bid Schedule in accordance with the following: • • Bid Schedule A: 5 WORKING DAYS • Bid Schedule B: 20 WORKING DAYS Bid Schedule C: 20 WORKING DAYS • Bid Schedule D: 10 WORKING DAYS • Bid Schedule E: 20 WORKING DAYS • Bid Schedule F: 20 WORKING DAYS The foregoing Bid Schedule order shall not be construed to mean order of work. Refer to • Section 10 in the Special Provisions for any requirements that may be associated with the order work. Said times of completion do not include time associated with ordering long lead- time items. Contractor shall refer to Section 6-5 of these Special Provisions for requirements associated with ordering long lead-time items. All traffic signal poles • and equipment shall be ordered within three (3) days following award of this • contract- Pursuant to City Council authorization, the City Manager will be approving the construction contract to the lowest responsive, responsible bidder • during the City Council's summer recess, subject to ratification by the City Counci • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07-19 SCOPE OF WORK 6/13108 SECTION 4-PAGE 1 • • • • at its September 3, 2008, meeting. For the purposes of this section, all long lead- time items shall be ordered within three (3) days of the City Managers approval of the construction 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 allowed herein. • 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 • finishing the Work in excess of the number of working days prescribed above. ! - END OF SECTION - • • • • • • ! • • • ! • • • • i • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11.07.12,07-14,07-19 SCOPE OF WORK ! 6/13108 SECTION 4-PAGE 2 • ! ! • • • • 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 Bond 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 Contractors 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 Contractors 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 Standards for the existing type of monument at the Contractors expense. • 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 • 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 fumished and work performed, and as to the • manner of performance and rate of progress of the work; all questions which may arise as VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11.07-12,07-14,07-19 CONTROL OF WORK • 6113108 SECTION 5-PAGE 1 • • • • • to the interpretation of the plans and specifications; all questions as to the acceptable • fulfillment of the contract on the part of the Contractor; and all questions as to • 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. -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 • 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 • express written consent of the City. • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS CITY PROJECT NO.07-11.07-12,07-1 A,07.19 CONTROL OF WORK • 6113/08 SECTION 5-PAGE 2 • • • • • • • 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 - • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14.07-19 CONTROL OF WORK • 6/13/08 SECTION 5-PAGE 3 • • • • • • SECTION 6 -- CONTROL OF MATERIALS • 6-1 - 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 o enin . 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. • Appearances of manufacturers, company names, details of products or services, or product names, in either plans or specifications, are specified or designated for reference only and do not constitute an endorsement of same by the Engineer or the City. 6-2 - 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 6-2, 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. • 6-3 - 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. 6-4 - Placing Orders. - The Contractor shall place the orders for all long lead-time supplies, materials and equipment within 3 working days after the award of contract • by the City of Palm Springs. The Contractor shall furnish the Engineer with a statement from the vendors that the orders for said supplies, materials, and equipment has been received and accepted by said vendors 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. • 6-5 - 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 removed • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07-10 CONTROL OF MATERIALS • 6/13/08 SECTION 6-PAGE 1 • • • • • and replaced, and all direct, indirect and consequential Costs of such removal 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 • 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 corrected, removed or replaced under Subsection 6-1.05, 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. • END OF SECTION - • • • • • • • • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS CITY PROJECT NO.07-11,07-12,07-14.07-19 CONTROL OF MATERIALS • 0/13108 SECTION 6-PAGE 2 • • • • • • • • 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 therefor: • '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 Cade: • • Prevailing Wage. -The provisions of Section 7-1.01A(2) shall be modified to read: 7-1.01A(2) Prevailing Wage. - As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate • of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at • the office of the City, which copies shall be made available to any interested party on request. 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 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." VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO-07-11,07-12,07.14,07-19 LEGAL RELATIONS&RESPONSIBILITY • 6113/08 SECTION 7-PAGE 1 • • • • • • Travel and Subsistence Payments. - The provisions of Section 7-1.01A(2)(a) shall be modified to read: • 7-1.01A(2)(a) Travel and Subsistence Payments. - As required by Section • 1773.1 of the California Labor Code the Contractor shall pay travel and • subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments, are defined in the applicable collective bargaining • agreements filed in accordance with this Article. To establish such travel and subsistence payments, the representative of • any craft, classification or type of workman needed to execute the contracts shall • file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work • involved. Such agreements shall be filed within 10 days after their execution and • thereafter shall) establish such travel and subsistence payments whenever filed 30 • days prior to the call for bids." • Labor Non-Discrimination. - The provisions of Section 7-1.01A(4) shall be modified to • read: • 7-1.01A(4) Labor Nan-Discrimination. - 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 provided in Section 12940 of the Government Code, and every Contractor for • public works violating this Section is subject to all the penalties imposed for • violation of this Chapter." 1 • All references in said Section 7-1.01A(4) to Chapter 5 of Division 4 of Title 2 of California • Code of Regulations is hereby deleted. • Apprentices. - The provisions of Section 7-1.01A(5) shall be modified to read: 7-1.01A(5) Apprentices. The Contractor shall comply with all applicable • provisions of Section 1777.5 and 1777.6 of the California Labor Code relating to • employment of apprentices on public works." • Trench Safety. - The provisions of Section 7-1.01 E shall be modified to read: • • 7-1.01E )french 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 • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS CITY PROJECT NO.07-11,07-12,07.14,07.19 LEGAL RELATIONS&RESPONSIBILITY • 6/13108 SECTION 7-PAGE 2 • • • • • • • • of excavation, a detailed plan showing the design of shoring, bracing, sloping, or 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, the plan shall be prepared by a registered civil or • structural engineer employed by the Contractor, and all costs therefor shall be 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." • • 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 California 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 3.6 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 Cade, 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. • "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 3179 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 • 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." • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07.19 LEGAL RELATIONS&RESPONSIBILITY • 6/13/08 SECTION 7-PAGE 3 • 0 • • • "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 I• portion of the securities shall be paid to th 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 for investment under Public Contract Code Section 22300 shall be limited to those • listed in Section 16430 of the Government Code and to bank or savings and loan Is certificates of deposit." • "7-1.27 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 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 • identified by the public agency in the contract plans or specifications, he or she • shall immediately notify the public agency and utility in writing. • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07-19 LEGAL RELATIONS&RESPONSIBILITY 6113/08 SECTION 7-PAGE 4 • • • ■ • • • • 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." • 7-1.28 Contracts for Trenches or Excavations; Notice on Discovery of i 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 • surface shall be subject to the following conditions: The Contractor shall promptly, • and before the following conditions are disturbed, notify the public entity in writing, of any: • (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 required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. i • (2) Subsurface or latent physical conditions at the site differing from those i indicated. (3) Unknown physical conditions at the site of any unusual nature, different • 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 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. • Within 30 days of the receipt of the claim, the City may request additional • 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 • 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 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 VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07-19 LEGAL RELATIONS&RESPONSIBILITY • 8l13108 SECTION 7-PAGE 5 • • • • • 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 $50,000 but less than $375,000 and further documentation is requested by the City, the City 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. • • 7-1.3 - Permits and (Fees. - The Contractor is required to sign a City construction permit, • but the fee will be waived. • 7-1.4 - 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. . 7-1.5 - 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. • 7-1.6 - 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 • hold harmless 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 owner's approval. 7-1.7 - 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 • by 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 casts shall be absorbed in the Contractor's bid. • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11.07-12,07-14,07-10 LEGAL RELATIONS&RESPONSIBILITY 6/13/08 SECTION 7-PAGE 6 • • • • • • • • 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 therefor. 7-1.8 - Dust Control. • A. 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 by the Engineer during construction, 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 therefor. • B. 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 oiect, in conformance with City requirements, Section 10 of the Standard • specifications, and to the satisfaction of the City Engineer- C. Full compensation for providing 24 hour dust control and project maintenance; and for furnishing, erecting, maintaining, and removing the dust control sign shall be • considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefor. 7-1.9 - Protection of Existing Improvements. - It shall be the Contractor's responsibility to protect all the existing improvements. Should the Contractor anticipate removal of any sidewalk, curb and gutter, driveway approach, trees, landscaping, fences, walls, signs, water valves, irrigation system and associated electrical services, 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. • 7-1.10 - 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. • • 7-1.11 - Traffic Control 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 • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO-07-11,07-12,07-14,07-19 LEGAL RELATIONS&RESPONSIBILITY • 6113/08 SECTION 7-PAGE 7 • • • • i • planned within the construction site, and must include signage (each sign designation i 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 i traffic restrictions listed herein are to supplement other traffic regulations of the City and i 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. • No trench excavation or pipe laying on Fridays, weekends, holidays, or the d preceding a holiday will be pennitted without prior approval of the Engineer. Fridays shall be used for cleanup and paving where possible. i 7-1.12 - 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 i to the beginning of construction. i 7-1.13 - 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. i Flaggers will be required to insure the safe flow of traffic at intersections and businesses i that may be affected. This work shall be included in the price for traffic control in the Bid Schedule and no separate payment will be made therefore. i i 7-1.14 - Construction Signing, Lighting and Barricading. - Construction signing, i 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 i 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 i is available on line at: http://www.dot.ca.gov/hq/traffo ps/sig ntech/m utcdsupp/pdf/ca mutod/CAMUTCD-Pa rt6.pdf. 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. Ii 7-1.15 - 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 • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS . CITY PROJECT NO.07-11,07-12,07-14,07.19 LEGAL RELATIONS&RESPONSIBILITY 0113/08 SECTION 7-PAGE 8 • • • • • 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. • 7-1.16 - Safety 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. 7-1.17 - Public Safety luring Non-Working Hours. - Notwithstanding the Contractor's • 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. 7-1.18 - 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 • be included in the prices for all bid items in the Bid Schedule and no additional payment • will be made therefor. • 7-1.19 - The Contractor, An Independent Contractor. - It is understood and agreed that • the Contractor is and at all times 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 in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified below: • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS CITY PROJECT NO.07-11,07-12,07.14,07.19 LEGAL RELATIONS&RESPONSIBILITY 6113/08" SECTION 7-PAGE 9 • • i i • • 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: i • • be written on a per occurrence basis; and . • include products and completed operations liability, independent contractors i 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 • • 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. i • 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 Request for Waiver of Workers' Compensation Insurance Requirement form • available from the City's Risk Manager. At a minimum, this policy shall: i • provide statutory requirements of the State of California; and • include $1,000,000 Employer's Liability. • i B_ Minimum Limits of Insurance_Coverage Required • $1 Million per Occurrence/$2 Million Aggregate i 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: • VARIOUS TRAFFIC SIGNAL(PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11.07-12,07-14,07-19 LEGAL RELATIONS&RESPONSIBILITY 6/13/08 SECTION 7•PAGE 10 • • • • • • 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 policyholders 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 to 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 "for any and • all work performed with the City" may be included in this statement). See • Example A below. • 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 written notice by certified mail return receipt requested has been given • to the City." Language such 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, • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO-07-11,07-12,07-1 A,07-10 LEGAL RELATIONS&RESPONSIBILITY • 6113/08 SECTION 7-PAGE 11 • • • • • • 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 • The City will accept either a CIS 20 10 10 01 or a CG 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 CIS 20 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 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 I 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. • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12.07-14.07-19 LEGAL RELATIONS&RESPONSIBILITY 6/13/08 SECTION 7-PAGE 12 • • • • • • • . Example B: • SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE . ISSUING INSURER WILL ENDS R TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT • FAIL RE-TO S C-H NQT GE HALL—IMo(_ncr NO (-)PI 19 nT-ION no L-ITy_• LIAB} nr ANY KIND io ni � rr in TuNc Toro c 4GENTc no R€PRESETITTPT Uc • *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. • • 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; • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS . CITY PROJECT NO.07-11,07-12,07.14,07-19 LEGAL RELATIONS&RESPONSIBILITY 6/13108 SECTION 7-PAGE 13 • • • • • • B. General contractors and their subcontractors (certain specialty trades excluded); • C. Consultants; and • D- Providers of goads- • H. Waiver of Modification of the Insurance Requirements • • Any waiver or modification of the insurance requirements can only be made 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 underlying your request to • the Risk Manager. All requests for waiver or modification will be reviewed and a final • determination rendered by the Risk Manager. • - END OF SECTION - • • • • • • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12.07-14,07-19 LEGAL RELATIONS&RESPONSIBILITY 6/13/08 SECTION 7-PAGE 14 • • • • • 1 • . 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 Contractors schedule, as submitted, is subject to approval 1 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. • 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 Friday (no work allowed on • legal holidays), unless otherwise approved by the Engineer, and except for working • premium hours as discussed under"Completion Schedule": 1 a) Powered Vehicles 1 b) Construction Equipment c) Loading and Unloading Vehicles d) Domestic Power Tools • - END OF SECTION - • • • • • 1 • • 1 1 • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07.11,07-12,07-14,07-19 PROSECUTION&PROGRESS • 6/13/08 SECTION 8-PAGE 1 1 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, and for 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 • Sheet(s), and all costs therefor shall be included in the prices named in the Bid Sheet(s) 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. At the expiration of 35 days after acceptance of the Work by the City, or as prescribed by law, the amount deducted from the final estimate 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 Contractor's conditional waiver of lien • for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all 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 . Contractor's work, together with releases of lien from any subcontractor or materialmen" • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS CITY PROJECT NO"07-11,07-12,07-14,07-19 MEASUREMENT AND PAYMENT • 6/13/08 SECTION 9-PAGE 1 • • • • 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 Contractor's plant and equipment required for first month's • operations per Section 5-1.10 of the Standard Specifications. 2. Installing temporary construction power, 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 manufacturer's 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 Contractor's 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. • • 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. • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14.07-19 MEASUREMENT AND PAYMENT • 6/13/08 SECTION 9.PAGE 2 • • • • • • • • 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 - • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07-19 MEASUREMENT AND PAYMENT • 6/13108 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 (except where otherwise identified as furnished by the City), 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 modifying • existing traffic signal and lighting systems at the following locations: • • Sunrise Way at Alejo Road • • Sunrise Way at Mesquite Avenue • Dinah Shore Drive at Crossley Road • • Sunrise Way at Baristo Road • • Indian -Canyon Drive at Racquet Club Road • The work also comprises the replacement of traffic signal loop detectors at various • locations with new installation of Type E loop detectors, and associated work. 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 Contractor's lump sum bid, and • no additional compensation will be made therefore_ • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07.12,07.14,07-19 CONSTRUCTION DETAILS 6/13/08 SECTION 10-PAGE 1 • • • • • • 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. 2. Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. • 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, locations 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. • The Contractor shall legibly modify the contract specifications to reflect actual items of record construction including: • 1. Manufacturer, trade 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. - • 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. • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07.11,07.12,07.14,07.19 CONSTRUCTION DETAILS 6113108 SECTION 10-PAGE 2 • • • • • • . 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 to 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 • Contractor's lump sum bid, and no additional compensation shall be allowed therefore. • 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 ramps, 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. 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 of damage or removal, or replaced with temporary striping at the discretion of the Engineer. 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 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 VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07.12,07.14,07-10 CONSTRUCTION DETAILS 0/13/08 SECTION 10-PAGE 3 • • • • • • 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", 2006 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 Ireplaced 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 • 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 Contractor's 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 (tentatively scheduled for August 4, 2008). 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. The order of listing of intersections {Bid Schedules A through F) does not imply an order i of work required by the Contractor_ The Contractor shall schedule the Work at intersections in the sequence, and concurrently, as necessary to complete the Work • within the time of completion. • Prior to commencement of the traffic signal function test, all items of work related to signal • control shall be completed. • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS CITY PROJECT NO.07-11,07-12,07.14,07-19 CONSTRUCTION DETAILS • 6/13108 SECTION 10-PAGE 4 • • • • • • • 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 • L List of replaceable component parts with stock numbers 10-4.4 - Maintaining Existing and Temporary Electrical Systems. - The Contractor shall not allow traffic signals to be de-energized for more than 8 consecutive hours_ The • Contractor may de-energize signals between the hours of 8:00 a.m. and 5:00 p.m. The • contractor shall place notice signs 48 hours prior to de-energizing signals. The notice . signs shall read "EXPECT LONG DELAYS ON (month)/(day) BETWEEN 8:00 A.M. AND 5:00 P.M. DUE TO SIGNAL REPAIR". During the time the signal is de-energized, the • contractor shall place "STOP AHEAD" warning signs on each approach, in accordance • with the Caltrans Traffic Manual. If, for unforeseen reasons, the signal must be de- • energized for more than 8 hours, the Contractor shall provide temporary power to the • signal; overhead wires may be used to establish a power supply. • 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. The Contractor shall be responsible for • furnishing sign mounting hardware required to install City furnished traffic signs. • • 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- VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO-07-11,07-12,07-14.07-19 CONSTRUCTION DETAILS 0/13/08 SECTION 10-PAGE 5 • • • • 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 underground facilities require special precautions, • conduit shall be installled 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- • 2.05C, "Installation," of the Standard Specifications, and if delay to any vehicle will not • exceed 5 minutes, conduit may be installed by the trenching method as follows: • 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 out to a minimum depth of 3 • inches with an abrasive type saw or with a rock cutting excavator specifically designed for • this purpose. Cuts shall be neat and true with no shatter outside the removal area. • 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 ''/z" 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 • Specifications such that new Portland cement concrete curbs and sidewalks or other • 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 • or larger brass bolt in the signal standard or controller pedestal and shall be run to the • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS CITY PROJECT NO.07-11,07-12,07-14.07-19 CONSTRUCTION DETAILS • 6113/08 SECTION 10-PAGE 6 • • • • • • . conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be 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 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. • Liquid tight flexible metal conduit will not be required to separate telephone and power . conductors in controller cabinets. • 10-4.10 - 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, and • auxiliary equipment shall be installed by the Contractor in accordance with the Section 86 . of the Standard Specifications, and these Special Provisions. • The Contractor shall construct controller cabinet foundation as shown on Standard Plan • ES-3C for Model 332 cabinets to be installed (including furnishing and installing anchor • bolts), and shall install the controller cabinet on said foundations, and shall make all field wiring connections to the terminal blocks in the controller Cabinet. • The Contractor shall relocate and re-install the existing controller assemblies. The existing • controller assemblies shall be modified to ensure a Type 170E Quad with a time base coordination module to provide 8-phase operation and shall be capable of accepting • uploading and downloading. • • The Contractor shall furnish the exiting controller assemblies 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. • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO-07.11,07-12,07-14,07-19 CONSTRUCTION DETAILS 6/13103 SECTION 10-PAGE 7 • • • • • 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 existing controller assemblies 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. • 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. • 10-4.11 — 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. • • 10-4.12—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. • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO,07.11,07-12.07-14,07-19 CONSTRUCTION DETAILS • 6113108 SECTION 10-PAGE 8 • • • • 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. 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. i The manufacturer of the system or its officially certified representative shall supervise the installation and testing of the system. 40 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 S 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. in During the warranty period, certified personnel from the supplier shall be on site within . forty-eight(43) hours, if required, reasonable exceptions being national holidays. i 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. 10-4.13 - Uninterrupted Power Supply System. - Clary SP 1000SR/SN Universal UPS Systems for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment (or approved equal) shall be installed. The 11111 UPS battery system shall be located outside of the signal cabinet in a No. 6 pull box, in accordance with the plans. 10-4.14 - Emergency Vehicle Pre-Emption Equipment, - • General: A complete, functioning, Tomar "Strobecom II" Optical Preemption and Priority . Control System, complete with four (4) Tomar Model 2190-SD 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. 41 Emergency vehicle preemption equipment shall be furnished and installed and shall include: • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14.07.19 CONSTRUCTION DETAILS 6/13/08 SECTION 10--PACE 9 • • • • A. Tomar Model 2190-SD 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 10913 detector cable D. Tomar Model 1850B emitter • i 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 faiksafe 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. • • VARIOUS TRArFIC SIGNAL PROJECTS SPECIAL PROVISIONS CITY PROJECT NO.07-11.07-12.07-14,07-19 CONSTRUCTION DETAILS • 6/13/08 SECTION 10-PACE 10 . • • • • E. Smooth transition to non-pnority 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 fumishing and installing emergency vehicle pre-emption system equipment, detector sensors and cable shall be considered as included in the ! Contractors lump sum bid, and no additional compensation shall be allowed therefore. • 10-4.15 - 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 green 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. ! . 10-4.16 Pedestrian Signal Faces. - Pedestrian signal faces shall be Countdown LED Type (as specified in section 86-4.07 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. • 10-4.17 - 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 Carmanah Technologies, Inc., or approved equal. The sign shall be mounted directly to the mast arm at its traditional position on the signal mast arm utilizing mounting hardware_supplied by the sign manufacturer and installed in accordance with . the sign manufacturers instructions. The sign shall have the following characteristics: 1, White Ultrabrite LED lighting 2. 3M Diamond grading reflective sheeting • 3. White letters on a green (1177) background ! 4. 8" uppercase letters, and 6" lower case letters conforming to FHWA's "Standard • Alphabets for Highway Signs" Manufacturer shall provide a detailed drawing of the sign for City approval prior to commencement of manufacturing. • Internally illuminated street name sign panel replacements, shall comply with the following requirements: • • ! VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07.19 CONSTRUCTION DETAILS 6/13/08 SECTION 10-PAGE 11 • • • i i Sign legends shall be white on green, 3M VIP translucent. Minimum copy size for the legends shall be Selries C with Series D or E being used whenever message length permits. • Details of color, style, borders, and spacing shall conform to the Standards established by Caltrans. 3M Scotchlite Diamond Grade Translucent VIP sheeting Series 3990T, or • an approved equal, shall be used on the face of the sign, Abbreviations shall not be used except when the message length requires abbreviation and is subject to approval by the i Engineer. "Periods" shall not be used on abbreviations. Full-size layouts for each legend • shall be submitted to the Engineer for approval prior to fabrication_ 10-4.18 — Foundations. - Foundations shall conform with Section 86-2.03 of the • Standard Specifications and these Special Provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the Standard Specifications, and shall contain not less than 564 pounds of cement per cubic yard. • The exact location of all foundations for signal equipment and the service and controller • cabinets shall be subject to approval by the City Engineer prior to the start of any excavation work. The completed intersection and traffic signals shall appear as shown on • the plans. • Foundations shall be formed with the use of SonotubeOO fibre forms (by Sonoco • Corporation, (888) 766-8823; www.sonotube.com), or approved alternative one-piece, • spirally wound and laminated fibre forms. Foundations shall not be formed against . excavated earth, ! 10-4.19 — Vehicle Detectors, - New loop detector sensor units shall be furnished and installed by the Contractor in Model 170 controller assemblies. Vehicle detectors shall comply with Section 86-5.01, "Vehicle Detectors," and the following special provisions. • New loop detector sensor units shall be card rack mounted Type B (two or four channel). i Loop wire shall be Type 1, ! Loop detector lead-in-cable shall be Type B. In lieu of the requirements in the fourth paragraph of Section 86 5.01A(5), 'Installation i Details," of the Caltrans Standard Specifications, slots in asphalt concrete pavement shall i be filled as follows: A. Asphaltic concrete sealant for inductive detector loop installation shall be furnished by • the Contractor. Rubberized sealant shall be utilized in asphalt concrete roadways • only. Elastomeric sealant shall be utilized in portland cement concrete roadways only_ • In no case shall "hot-melt' sealant be used in any instance. • B_ Asphaltic emulsion sealant shall conform to State Specification 8040-41A-15 and shall • be used only for filling slots in asphaltic concrete pavement. Such materials shall not • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07-14,07.19 CONSTRUCTION DETAILS 6/13/08 SECTION 10-PAGE 12 ! • • • • • • be used in slots which are 518-in wide or where the slope causes the material to run • from the slot. The material shall not be thinned in excess of the manufacturer's recommendations and shall not be placed when the air temperature -is less than 45 • degrees F. C. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement • surface. • D. Temperature of sealant material during installation shall be above 70 degrees F. Air . temperature during installation shall be above 50 degrees F. Sealant shall be flush with the pavement surface. Minimum conductor coverage shall be one inch. • • Loop detectors in any given lane shall not detect any vehicle in adjacent lanes. Size of • individual loops may vary from that shown on the Plans. • The Contractor shall test the detectors in accordance with the Caltrans Standard • Specifications. New traffic loops shall be installed within a maximum of 5 calendar days prior to activation of the traffic signal. • Existing traffic loops that are damaged during the course of construction shall be replaced • within 5 calendar days of being damaged. • 10-4.20 — 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. • 10-4.21 — Pedestrian Push Buttons. — Pedestrian push button signs shall be 5" x 7" and • shall not extend beyond the mounting framework. The pedestrian push button housing shall be made of 356 aluminum heat treated to meet specification T-6. It shall be a telescoping vandal-proof design. The color shall be black, • matching #17038, 27038, or 37038 of Federal standard #595B. All pedestrian push buttons shall be as manufactured by McCain Traffic Supply, Model . No. MPB 02-ADA or approved equal. Push buttons shall be raised or flush, and shall be a minimum of 2-inches at the smallest dimension. 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. The push button shall be made of polished stainless steel and assembled with all • stainless steel components so as not to be corrosive. The actuator shall be conical in shape with the cone extending .404" above the bezel of the switch housing in the neutral • position. • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS . CITY PROJECT NO.07-11,07.12,07.14,07.19 CONSTRUCTION DETAILS • 6113108 SECTION 10-PAGE 13 • • i • The microswitch component shall be a dust proof, water resistant type. It shall be a single pole, precision, snap acting type. It shall be U.C. listed and SCA Certified; and meet the . requirement for NEMA TS-1 and TS'-2. The complete switching unit shall have an operating force of 3 lbs. and a minimum i release force of 3 lbs. Pretravel shall be .062 inch minimum. Overtravel shall be .062 inch i minimum. . 10-4.21 — Payment. - The lump sum contract price paid shall include full compensation i 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, relocating and re-installing all existing 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 (where required, if removal was necessary to install the traffic signal improvements), as specified in the Special Provisions, and as directed by the Engineer, and no additional • compensation will be made therefore. The unit price paid for vehicle loop detectors, as indicated on Bid Schedule "A", shall include full compensation for furnishing all labor, materials, tools, equipment and . incidentals, and for doing all the ',work involved in furnishing and installing all new • vehicle loop detectors, complete and fully operational in place as shown on the plans, as specified in the Special Provisions, and as directed by the Engineer, including traffic i control and mobilization, and no additional compensation will be made therefore. i 10-5 TRAFFIC STRIPING, SIGNACE AND MARKINGS 10-5.1 Remove Pavement Markers - Existing pavement markers, when no longer required for traffic lane delineation as directed by the Engineer, shall be removed and disposed of. The condition of the 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 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. • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS CITY PROJECT NO.07-11,07-12,07-14,07-19 CONSTRUCTION DETAILS 6113108 SECTION 10-PAGE 14 • • • • • • 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 "L" • temporary pop-ups) which shall be applied in accordance with the manufacturers 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 Thennoplastic 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. • The Contractor shall contact the Street Maintenance Supervisor of the City of Palm • Springs, at (760) 323-8364 Ext, 8503, 72 hours before any legends are placed on City streets, to see that the pattern the Contractor is using match the pattern used by the City • of Palm Springs. No other pattern will be allowed to be used except patterns that match City of Palm Springs. * 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. • • 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. 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 Engineer. • Compensation for removal and salvaging of traffic signs and posts shall be included in the • Contractors 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. VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07-11,07-12,07.14,07.19 CONSTRUCTION DETAILS • 6113/08 - SECTION 10-PAGE 15 • • • • • • Each traffic sign shall be 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 fumishing 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— • • • • • • • • • • • • • • • VARIOUS TRAFFIC SIGNAL PROJECTS SPECIAL PROVISIONS • CITY PROJECT NO.07.11,07.12,07-14,07-19 CONSTRUCTION DETAILS 6113/08 SECTION 10-PAGE 16 . • • • • • CITY OF PALM SPRINGS • PUBLIC WORKS & ENGINEERING DEPARTMENT • PART III - APPENDIX • VARIOUS TRAFFIC SIGNAL PROJECTS TRAFFIC SIGNAL LOOP REPAIR PROJECT • CITY PROJECT NO. 07-11 • SUNRISE WAY AT ALEJO ROAD TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-12 • SUNRISE WAY AT MESQUITE AVENUE TRAFFIC SIGNAL MODIFICATION CITY PROJECT NO. 07-14 • 2007/2008 PROTECTED-PERMISSIVE TRAFFIC SIGNAL CONVERSION • CITY PROJECT NO. 07-19 • • • Caltrans Standard Drawings • • • • • • • • • • • • • • • • • • . VARIOUS TRAFFIC SIGNAL PROJECTS CITY PROJECT NO.07-11,07-12,07-14,07-19 CONTENTS • 6/13/OS PART III • . .. _ .— - -------------------------------------------I ELECgT7RROLIERS - ^ sr.oonx0 Gaff x,Pn moor 11PnT pd1. Tx ES ABBREVIATIONS AND EQ- IPMrNT GESIGNATION5 ,J c,-�rpTLr.�n,,,°N„ Ddublp Arm I,ptn inp am onoortl PROPOSED EXISTING p_.dbe. _,zoo- - r L�• Ex atln9 el ecfr°Item PPS boo 901 backup pycTem 6 P!^ STRUCTURE Y 6C be pet Piro). -r•err 'x „ ^� nIt •r C C Cen EI°atroll°r munmTmn (FUTUrd IMSTo lotbr) cc Tv Clo eefc cult Polevialon uTRUGWRIE o-� CNT CI,TV C,reulT r Ti;eecurryvryyene Min CMS [m, Chum ab In m ea9a al'i 5'—a ]C NOTES: PLC did Loep pvtu[feY -n i I CM6 me Exlln9uipnaole meattai AIQn 31 1.LumlmOlrec anal)be :IO W HiS.non Eye 2 f-n',nncy .nnlme=able SOFFIT AND WALL lanprolbtl°n'ayp.21,21P,30,e 1,]2,35 EVP wa IInn11... rnh tlntwit d 36-20n: dorda,unl ren #nnrn on oce„ N 3z p al'CC' wmiroo� ^� I be zoo n FP m Flaal.io�pa n. ace MOUNTED WMINAiRES 11� m S ho, Ina'igllpd Th. Y1d FBCA food FlgaMn9 beCC.n.. rot o T.I, O ntlartl. Pdloc,unlocd m Ipo FRS Pc Flecnlo It,—rITh It 1p base O it,nclrina. rP A. Floor Pllc � Paid'..;TO fW'HPS QI �� ]5 C G Lrdumd Equip Off Ordumtlln0 Contluceosl c• f , ran a°°arletl. 2.^uminoirot mall be The T fi YPo, CFC GI CI Grduntl 1du IT circuit UTerrupT ]6-2PA SI Tggpn IQ,led iap cu eN igpflr9 HAP d Id �� um°v o�n rlPu eletrlbutldn,Aml°io oTh.rvkd apse lilda, w% w Atl env nary r tl <x,ac spec ifin0. 3.Verioffell net #c MenHEXNiegenol y m set ecnnf ,Plop,.)en SHI Ape Pop.prepautl a alum M un II..C,TIM TO ry,NOS , prdJect plan;.np IISNS anc Iniern°Ily Illumtnoied p e[m loin[ pion „AA a Icpo v, .pccif mo. ISL L,I Inaac,lpin°Igr oIl Iqg m E.ATme edffITo r wall IuminPlrn y LED me LI ,+lino a o—® Eld[fr°I ier face prd ocm ni or prolog.. piano) LNo Imo Lum).alto m arm *e fem ,n alines if lra, m PS Lamlbtllre 0,1 rdOd d01° LT. Ir0 P. Llgni,.P^O'° eetllym Tdhbe m°tl fled do opelc,fiCC. rc O fT,or LUM m Lumind,.e y STANDARD NOTES: MAT mat Ma,. a li,i y xnnlet. ,Ienal fp HAS ,ue, Top d IacM1emmtnq vnnlcln .),nail rases, n�i mjndl, TO, zl,7 cltic "da`a a nma m 1flgmtnd l ra. s NAs-<. a-aA Mi Or. nTlnl lamina et,ni Fdaae, 2 I O FAII Abandon 11 dpplldb .o CO-d T,ITC-C CdndUCTCre us-eR a-eFl C,Co otfau„non. - 5 alone)n„eden O O OC Ins*all pyll of. In°xlntlny eentivle run. uA5-54 o Sn W o te nng lls le aI...I m , n GP Ped.o,,;an oorrlmau,type do ,nC[w C T , . en ti NAS-5B a-" dltl°d °Cnm°nt - a111°1 :[Orlon No MC me Ncrcu, ott r O CB Inafall coN.I Info ax]efln0 PCII box. /n .,. NalTlPIe TOa T117l Pte Tr NSformor Conouie 11 oiI rm.efI.F. p me a tin', cc r mdvo connoot now and axteTIMQ oneulT.Rd axleTlnl ddndumare vi in . nl e to Mdulnp era InxtelleplaVltie- InalpnT^a- 1 1 flxtumx r xrleu.roi(afvuntldd Ponds..orl CF CCnaWt for moll!Cr future aa[.Remove conauchora. Inatoll N n � pw1�Ird or papa. NO rva NO ..alit ennnda 2 ' OH P°ipci°r nandnolo. Pa pb Fu II C.. FA F.I.1 °n i°be dbandit PEC pus ".1,lnn.lC c°ntm°I (Yypd 1,C,0,H or oall Anp.nl y I....it O Pion an -I,mA,m PEO pna r dnC.rlon mt.mine Plu p[u PM1moueclnc unit N�5 Ne el iP dooe en CtonoCma. PPB PPo Rod ..I-I" py,m It, L Rood e0 y CC pnetedw[xi[......1. 1N m Pomp mel[nn0 d rnefeeLexie un,f. Sic olc sicnmelIII.....calla y R [;quip..... er wafer Ito w reins..;ens oeeem. five prey,nP em ol, sl q^aei m f he conirocior.,o Sup n 1 f arm a PE Remov. .Iactrollor,fucac and bo bot.Tapp,Cndo of Cdndue.Crc. $N$ On. STre[ me m n Pill -P p rvlce d°Int RL Relxo.a equlpmonT. TOO top Tolophono doina,ellen caPln^t TMS Time Trofflc moni7orinp c OTlon OOtt and fnw°eaylpmCfT. TOS I., Yrefnc o ufm,enc -yetnm STATE OF CALIFORNIA 114 Mmv on IS felvepn eeulpliti YEN —1 Monte In p DEPARTMENT OF TRANSPORTATION %FMR nfmr Trenolormnr sc sellda no. ma Pxlan.P aana„elare. Octal min mmm�n,Paimn ELECTRICAL SYSTEMS Rwls �:m Reea.ee xee.ne. Infe.matlpr .rare.. 57D dleednnpm. (SYMBOLS AND ABBREVIATIONS) sere,d. eonmdieiorA fUIal and°0000e+ 0°[.Rsmdva wmindlre,vain NO SCALE I TS TOICpnomo Pvvlco Poln#. RSP ES-IA DATED OC70SER 5,200i SUPERSEDES 11.1ti Iq.N 11-I1 DATED MAY 1,2006 - PACE.Hot[f tu[ CTANOARO PLANS 1111 DATED MAY 2006. REVISED STANDARD PLAN RSP ES-1A L ,_._. --------------------J I' C j 51GNAL EQUIPMENT PROPOSED EXISTING ——— ——— Llq"Ting coneal',"vmm�o oTner•Ipo PROPOSED EXISTING Inmee,uP e.ne e m�•� , n1 ,n CC 11117 1 .in l LLr— ILL Pndnn,nvn I cn a'.. 5,Ipp Truffle Signal contlWt n 0^nl ro a Wr7.4Jp —C—— —a—— CommunlC.Tion condulm O IaPI . y n. —T—— —,—— Tolopnono eontlulf Petlecir,on pucn hummon pocf nr N-vnwv Fyn., ��n III —P—— —P—— Fire PI., pond.iT ---- µ u- Podecirlen bprr,dodo Tu emxnq pmv eme —r0-— —rP-— Fiber oPTlc CO-dull j --� --� Condml m.mm.ran '�� `'w__. rya`,2,1, ".ni;7n PCCnpIOTe,>-SACTmn: j ,dada,? riser Inion Crrl,erare or SIGNAL rQUIPMENT CQnt N vm,dle Cignm race r,,n.ogle Y,nrc PROPOSED EXISTING O I InCpl7lc.nanc Or DO oymbol.: 0 cuora PCs. m SERVICE EQUIPMENT av vy L mrdPo.td oil :Peron: o�arPP y °Lc'Ind emoa loy�cree arocn c Ion my PROPOSED EXIST]NG Pv + d�e.7AS IE Pr.glvmmeo -isionlTy �� c--{] Type 1 ST.ndord With'NOTor on' ngn 111 'r11",101dn -r II g oa.,l.nc l.n1y C I ON an Overh..d IIrfO ,• ` rNP +Pvc r uo) 4► F,mntgnncy Vpplple tlotaciP^ '(n I-q_C Aod pelf nv Inplevfnn 1-r Type ISTS and VoniCle e,gnol rode O L_ Wili,y er P Pole guy v1Tn ancror �^ecS nnlcipono rl rn rod,yell.-aatl 9rB.n CA . ennl..... • ..u...no,", NOTES: a k> y VomCle 'Of.l rope ., ne ymle- ` Lr"p none uP "o.n`.,,a. 1. A„ll a^one„Cr`I:o ne anml me 1; unlu„ v p sorvlc..qu?.moor onC to:uro Typo 9 ^. SSIen.l head AhPL eo P.erla.d ITn 9 v Nnla actbnlo and ynl ho,tone! re, rod,>.I.Irr`nd vnl.ee ,"n-n am.rvla.. m 9rn.n , green r9M1t . lap?e,PP r Sdrvlde eqP ipmenf PnClofu.e e. :Ignm intllc.Tlen c".II be LED. a 'C Poor IndimleP front of enClowrc ��M1 TYPP 1 SPonaortl ono ollPCnoP aPn,dlo algnPl PodeP ro �T 11 l is lopFono tlomortaTlon cabinol Cp rm y L J F-31f- r �ITlumin iCtl cT rlClCi'npmldPrP iqn and In ldrnolly and 2 POLE-MOUNTED SERVICE DESIGNATION I 1i c1P" ID 'T .^n.dd,L.rT-Two -mild Plgnm face y T,,=f I".+eneNen d; d E e"On 'p TTPE IN senvltt - ]o•.l. Pole nel,hT Cbove grptle -p r. o„u P„oei n uo"-'nlciuir.•ntl oiCC.l meet.roe m T � x n gnel r ILLUMINATED OVERHEAD SIGN Com??odor rooemCy PPadon Typ- a aP -I+n e Alan unlee: a PeC r,PP no or mom. j PROPOSED EXISTING ']� loin? I� } ^II} Tu[i lu-FBj sT Id Im T- no y1 or,,ru1 CP ,y Dvernoatl c gn- S nglC COAT Ilia loot n Iens,h.dkplela oP , r n Sign j y e-n.nnnP .iqn me pnc, STATE OF CApregme 1,.„"1^9 "tick.Onn -"ele a g^q,l rn. seeTlol pCPApTNENT OF TRANSPORTATION �1a, eon- P iCtl`Ia. d OvarnaPdplga - u.Pnrod "'i""'^ """I. y"'" ' "' i'""a ELECTRICAL SYSTEMS j _ an :trPPwr. �� n-mob CdeTrorler...emblY.Doar �aP,dP�eC rranT of (SYMBOLS AND ABBREVIATIONS) ne j Drer .d elgn W.,.led,rpner m_a NO SCA4E RSP ES-IS DATED OCTOBER S.2007 SIIPERCEOEC It...AND „LAN[@•Ty DATED MAT 1..006 - PACE +m OF IrvC :IANPAno PI,.N: nMOK CITED MAY ooC- REVISED STANDARD PLAN RSP ES-10 I I L ,-.----- .—.--- ---------------------- I I I EQUIPMENT IO ENTIF ICATION WIRING DIAGRAM LEGEND j;'�r,,�," „• •�;�';,,,--- EX70rhdI wOdUCTOr ILLUMINATED SIGN IDENTIE ICdTIDN tl_N IaBER: P Polo rt Tec pPo'^r ociap[r„2o0T - �G CB Cl ir rcu brcph[r Sign number- PlOGO On COST Of prrvprwp n nmporo _ 'Sian No. 1234 M NOIT 0 �N [enfener mn.em xp Imv Ig I' ICl/ .0 VOnpfor ref ing InVA r I1M OaTeierotl ® inn mile s blwke +Vk.+m v 1. oo x�I p,.as rve u=r.frol us y4— Comas mr,congas, Me L15m Inq adn#r=I fYpv =T"&cneore= cn crows br.n n nau=f=. [ncl==,.r=u=nu rr is e=a•.P=m pen,enm' • Number and Typa of fI.Turpoj ° C Equlpmunm gro Sing e D.—dnd c=^dyctpx (N--IT,Cll r 6raunding eleCTrCde YEHICLE_DETECTOR5 v 12395 3'•D ti ti Cir[yrf ern...( V=N rel= nN=x Ann l9^of ran Spam Drm I1 an Ir enexo. ® t=let g pmse n Tf Ano. or etrucTurC. I ED=ipmdm r m - Pmc. on atpnmre o i. I...I m �I',ro:,`1fiMv C.I+no�l,d=rpmnnl =mania[:. P_ULL_ BOXES Slay number In Inpw file PROPOSED EXISTING ,+ZI CONDUIT IND CONDUCTOR IDENTIFICATION: Thall. Inpur MI. (I or d) M 11 c ,zx1C 1sx1 e,z ncry 0 __, Intllcoreb obdx�NOr norea. Pnm= C Z Number and .Ize of ConawTorc and cable. 2 9A R1) PROP05ED EXISTING N 'it.of ad",if I^ 1—Hat O r L 1 pe 11 xx.nnnlT loon,dnglgnmlonC ar =rlPfl=n. I11 dt,px,pzP,CC. Trains phase ImnTl rlcat ton ror plgnol roads, ''' t== I-l tlntoctaxo ono Pnpon tll0grem. 2 No.3%p pull box (G '71 bO icof O e pens ion ❑ l puml fie of .Drew==no O o 0 o Praia,net.numo=ra 5 • as.E pull ts, IE) = Pull box TO exT extension '— rn 6 x No 6 pull be, is) = Sprinkler Contra pull taxul Qn QB CJC EgWpment ocaerlpfron,InotoHal or item numocn T No.i (CClling pull box) (21) Ant... =vault r=r O Type B dctcefor lee Qi Q Q] Conpul# run nammYa u • IN u (fnnp=n, narrit oral Odx) S,tnn=rdft, nxn=11 ,...={ Tyon 21 , gin the of caxcuf cnprn, 'a 9 = No.9 pull box T) = ttaff C pull boxt `` , '= a SIGNAL AND-UG6LIING_STANDARD_ (_TYPICAL DESIGNATIGNI: vA n No )A Pyl1 P=x o A lot B 1=3 Typo C dmmtor Idea. O qy� YY Cut,lne of .waaT .hewn. y j C.a. veI ,n . Ion men Read. a,2 leemnq Standard TyP9 zy Typ[D d floop. G Standard Plan anon#hum or ® L� o„f,l^^ [Tecyor of n=.a. n,a." Cate',nMmt•r be In„fir 9 ODt„fie Of :Dretf nern. z MiSCELLANE0U5 EQUIPMENT - N . PROPOSED EXISTING r-I o'uiilno oro'wcer=cno.n, a y �cMs a cnengedtic m=mdq= algn agneticeTewer`] M tl I � rl_sl cl=PCd c,rcylt tn,e.la=n =op,^ro •� - p'I (� xl9n.ay od-l.ary eadle p^m old o^T^nnC xy DH tln CxT ngyl.,noGm mn:)agn,lye [� , DeiecTlvn dvvlaD ® War, =,vitne 1—Tian zCn^ e c �M 1in u c Mlarorwa senior v + V = um[p image STATE mcl OF CALIFORNIACA II nCr.n �xr or nx9rOftert+nnox I ELECTRICAL SYSTEMS (SYMBOLS AND ABBREVIATIONS) No SCALE PIP ES-IC DATED OCTOBER 5,2007 SIIPEPCEDES STANDARD PLAN ES-IC DATED MAY 1,2006- PACE IDR OF THE STANDARD PLANS BOKrc DATED vox :..ft. REVISED STANDARD PLAN RSP ES-1C I � ` ---------------------------_ ."••—`--- -----I V°niil°i r nou .nq qlc, °VfG �Fu f roq� e doell e rkb olnctrlc fen cwun x cn.f°nn Vo.'lliar c°fonC� add tl TolI foP Iv[ y IPol e[Iv" Q e e P°I 1� ZRPg �•a(%O.cJ,ax e.nUQY ° o .m.~ 6obinwt �s'.�:eu:°:rmx.�mn°om°Vn�„c 1Pollc° loch — —— Paecl pJ° Flii°r°a police 0 fn m�Alm rnmw ym rm,%m mrtn...Mrr.� II°f lnP ' reenl r qul'°tl _ _ _ ^r von. FRONT RIGHT SIDE � �' �l �locnnnf TYPE M CABINET rn�°.°° FRONT RICHT SIDE VCMT TYPE P CABINET Poi,°e _a sH lour �j�ry P°Ilm � a— curve! ICTI',II loch rdgwrotll 1 BOLT SLOT 0 DETAIL �.I. Y. _ N sec Ndio 9 on FRONT y SECTION A-A iiq�dgto wqn L5•�c RICHT SIDE 'i ANCHOR BOLT n ele.Ih A SLOT DETAIL SECTION B-6 �� N .Gf O„,,, ,,, S WFntIlIG r nou Ong s;aneord pion P95-ac. For doe idp. Icc°ri i oniloior neucoing n d F 1 omr Y e ov Derr a P..1. .an r tlOTTOM p o ddo -Foy door ( a°.dl ti TYPE G CABINET lock Mln 'Pollc° Z Ydn[I —— �i `PecaP` r r Qulroa �, �`}-� M ^ Cddkv.Gock.. ...l c9 .e" 1\ y fa FilTerdd low°rc'len ��� r W.r r, Gr up rll° r- OnwrNw� von.11gaen PI AN VIEW POLICE PANEL DOOR STOP DETAIL FRONT RIGHT sm¢ nlrz4i:r FRONT RIGHT SIDE (2 POSITIONS) TYPE S CABINET F TYPE R CABINET % F lie°rv°Oulrotll�' �s siaiE DF CeLIFORNlo roqulrgal . - ""�I - BOLT SLOT drnnni.txt or ton x;rm.te,.d DETAIL ELECTRICAL SYSTEMS - (CONTROLLER CABINET DETAILS) SECTION C-C SECTION D-D NO SCALC E S—$A .✓b���v rrr7felr'0 yi,l�.l�r�o eLlw—,[,,,,, 11"x V-9 011 on Teo AA cl,r 131 ��/{nv cP� �^Y �2oor �ti�?.•`„ _ (i ro9alrc0) - cmn _ Z x '/. s+rvv F,[IE ar%N v !-e �__ c • Y. :*ren F=v+nfm wrunl KAna.�lnn�m..ermc. Hnc orn I°flnq _ bol A) 0� -- __= PEU o cene Inoiolu^n j. .naW rnel` — +, q� .�.. __! etnn.,,lnn Y fumwm Lb A , ==�1=]mlC ==f Jl7_ A In AI 1 1 ._.� nIn-, far mRJN PC ��n9 qm re plat= �1 J TYPE PR CABINET ADAPTER TYPE M CABINET ADAPTER N I,koxrlal:Oleo chicknoo5 ell-minim pcloln. 1 Howr No, t,.r on Typn N obvml rounbcnon. 2.MOMFIT Ooepmr o rypc P o Typ[P bineT rounaoTlon. ;.6oun'^om ..In. ch.1 $ P minimum o zo. m CD STheockn0SM409-S6nnfnr 0U01 0OnM1oll 00ncn M WTM1 0 CINCH-JONES B T Ty,".H11.I una^•� r� rvNiO Pln NO.�µIC,N• a nExe Commoc MT -C�cg* n A , L;Q T 'N.'a nmronlTOnOci nn [Irn,iT•n 'nrvuiT nl r 2I I1 fp A y y xc c,rcu m e� No r,mnP+m .n1 1 TrP cll crnun0� FOa Ov �Ilz Tl v CONNECTOR SOCKET L FLASH TRANSFER RELAY L21/ " 'yi x IA SECTION A-A r '0r -ronT Y T n hO.Mer mwll InT rmOTO NITh c CINCH-JQmCy Occ=n+:"406.Su a.,1CM1 -j yr"ACC IPnn.[rnv tmlvMe" nI . T Pln rvv. c rvu vI'ON.1 nvrcvvll 10 9 r-11 y. [Ye fp e iem cnem�Ni n ' 121 n emvx 9 CM1nnn n Gre„nn 1r rvm ua N 11 L A % mcn 1S A WM1�TC I 2-o HOlmo oocn IllhT 9 Croon W CONNECTOR SOCKET - mn rvr �nr a vvlTv _ LIn N c SDI i0 STATE FLASHER UNIT �w noanlno �� `- eaten Feure0rom 120 V Th0 'ePI E•n*vrn :,rF[nlnq onalCe owll Inlormott with 0 CINCH-JONES p 1 - •' J C'/C n 2� N� S===nr S.$us.sa yr[aem vvnn[vim vs muvwv: 1 1 T j _— —_ y _ =._( WIRING DIAGRAM PID xo. CirewT PIP NO n Clmcui eu r, . s 11 LED FLASHING BEACON CONTROL ASSEMBLY e� [ cre�nv a nn rvnv.�m v ] R[c Or OOn T wmk UT u 9 c a 15 fa_^ 2 T L' Moon un0 � 10 cr la Ina 101 19 _ - ��-'v^ a.i ^,�'I�9_���� ��y+y srn1A pr cnAavnxln OUT ut• C /' �I Op Onc�l tom pEPARTMENi OF TRANSPORTATION Orc Oon T WOIk IT 12 nn Noi UenO 1Y • 11 - loF VIEW ELECTRICAL SYSTEMS CONNECTOR SOCKET (CONTROLLER CABINET SOLID STATE SWITCHING DEVICE DETAILS) NO SCALE ES-36 `. NOTES - CONTROLLER CABINETS: 1. c°b;ner mmena;°m ern n°min°I. _' ,ur— •. 2. Fvenaetivna unvu b. I....a to prealda 4'-0 mWle.n, [laproncu r $OOr ✓ii.�iP betv... rec.01 CYry enY any peNlen of eopinel- Yi n• 1. type L,N�P.R.5 vntl Nvticl 116 cvblq°ic cavil bn Inntallvd r6n eo Po r the back Taward The n.°r°°t lane of trvrr c ,r.um°vno,r m'^' =w.�'• 1. Thvi cenfrollor c°binef Around buo °roll be banded eo The ra pe lam unw.m ao-w mmymwnPvey centre....o..lpmom ona oeu'.. - . In unpaved o rvlen0 parry.-cn PIP he A. Top of ped°cT°I ch.11 nutted iq°front of cpinu1Y 4co t e be 1°n9e en°u,h To i-o Tx Y-0 x 1 for Type G dubinonl end[ehvn be a-an n119 trick r' PPr...tle o me°r°nce - x.idTM1 or faundvrlPn far Ty pee M,P,P,5 and MPdol 336 cabin.... O y O� round c bt1h bate. Chomfa ea9c L. I^unpomd orpaa,On a.re',of f°undTion for Type L,P F and 5 elInn#n..Nell b.6 0 aurro.hdq., xod[.To,,of found.,..n =.°xoT 0 11 5 for Typa M ar MCcache,I 32C cache, aral1 1'•C P.—au..eunoi^p L, grade. F ntoMd Gr°tla L In mdexolkc old.,he,paved arc°. top Pf f°und°nPn for Type L cob inn eha11 be I[vel vrth IL Puntlln9 rotle.Top of f°und°TI.1 II II II II 11 1111 II III rF;nianm Cxooc N r Type p,0 are S[oolnato onoll b° 11�d Phov° u...Lrd;h, 1111 1 L` 2A mfK( gretln, HPn°role } • ner 1'-6 III Q Arc B. Th. cTcc1 P,3,d Ole b°aP pIPTO bolt circle and foundation for [ Type L cabinee T.111 Ee bM1n o m ac TrwT obavn eY a Tyopo r-c LJ II IISTPnd°rtl Pe Of On I be bP Y-1°*0 2'-G In °n9tM1 An I� adrollbeY P x 1'-6'wI Th P 2 - 90• bond.Four bpi roe ovu l red par 0.1 _ M q, teun a[dp;dm AhP„b.Oroa�a.a.;th. al;prrmer 1.p[rm;T POIJNDATION FOR PEDESTAL FOUNDATION y Tmq an IVa dufalpe mama,er padaeml.finpfn Ter crou be TYPE P. R AND S CABINF_TS FOR TYPE M OR Z bolt-to bade- of Inn teat...,. MODEL 336 CA9INET ID.2 ddla Ceb Te7er T eowgedr, IT The a Ttgn ofeino..nhot"nqm nm.d. n w Y er or r T ea � N II.A 1' dratn She, be provided hrouDh TV foundI of a Type N FOIJNCI AJ ION FOR p I Made 1 336 cabmen Oran pipe Onou be ecreened T .E G CABINET 9 12.se°Table far e°blMOT and IdUrdOTIon dlmanclonc; 0 = Depth, enu lrvST FOUNDATION H -Me;ph1 end M'u H;d Yh. I' 1.1.L°bl"t Ohelai ONO"on Od1U.iP01.far vnNlc°I np°cingg o anal, enpuR vnev MODEL H M D a be removable ypc M,P,9 and 'e ccbl°ai° .hell bu prc� 'O.ITn S 15 2 a minimpm of trp .heluoe. 0 3'-D' s'-D' -D' 11.Anchor bPITo far iPyRe M,P,R�5 antl Madd 336 c°badT. Shell be GPnPuntl ln9 elPectr°tle M m d C ..no Tamp Aid �.P x 1'-6' vITM1 2' - 90" bend %•r• a P 1p CA 15,An Opera ved mpat or coulk in1C COTPOund shall be pl.ded an The h.% F 1-6 A'-2 2'-6 1 faun ton CP,;., .^tram. + Ca met 10 aad openmOm beTWAON .(7 `'p II 09 Pine,e d found°,.°.. �> /.� �' R 1•0 A'., 2•0 CJ rG.Con*nail....yn lie,pPluy-me—n nqu 1pmnnt, ,.If eunmo nqu lepmenf '�ti1 \`+' �•`r O'. 5 1 -6" 1'-2 2-6 and rall•npunip0 q.pmant°hdll be 1*COTVO iv narmlt O.afn po y _- oobrpmemval ar TO. e laeamanr v Thau. npmou np a r oTban alaea er ry�rvy `N oP;A,A PCC Ppi°;^.u.p°vAd A. W AA—d e IT-COPI^om fall may be metalled PT an 0JT°rr0T° IPmTIOM near the '� tap °r the O.Pham 1,he, PFPI.vbd by Tlw En01^eer ` III III ' ', p n IS AnSNr b°ITOY ' 18,ArNr° Ttl°p^Pn° mm ^nOC7 IS 2aured,° mintmum or 5 clear ^`[I ne0u -col 2 - 90" bend aped.a,AlI °o°pr°deed Oop IM C.Ph., For Ind -wpm-T. 11.tpl°pn°ne InTnr[enn„Y`cdneecte.n a I,an...[lee°° In° F c arpSbo,l b° w-tl°tonpdry 9n T In faunae^Ian Yyp.4rdIT, STATE OF CALIFORNIA neundr. i^ Fr.1T DEPARTMENT OF TRANSPORTATION .°Mote cO hO al l-o p pnenn a pdw^r[e[d ^'� ELECTRICAL SYSTEMS zD.Far ,.IlOr3ua2UIP.OIT S1Ci.ie.TId1- o+ene.,pp Treirp d;anal (CONTROLLER CABINET aan ra p DETAILS) FOLNDATION DETAILS For Model 3C2 and nd ..bleed NO SCALE ES-3C IL J h cl ., SV-2-TO ,r.,e.w.m,r..dm. ate•''_ w l7n IJ T.ermin SV�-2-ETC SV-3-TC SV-4-TC alpn.i—er erl.e, w SV-213 SV-2-TB SV-3-TR SV-4-T9 ABBREVIATIONS N TM^� � fv rep mavnroa wMclo dgwlo 0 sV Side mounmb vAhlda ngnol: QI 6°� 6-� �•'•'�'1'-0 �c � - LJ - T Terminal componmenT y I,z,],. Number Of :igmal roco* y (2 •Oe ,ar,v.IoOa v new Ae ntl cvieal u U n O n - I' ili Cr'- a,e,c D cemigwerier ar M,rala Z n x v SV SV-1 SV-2A SV-1-T SV-'L-TA SV-3-TA SV-9-TA NOTES! r STUE MOUNTTN55 upu„TIn1 rnvu be v Tone o vrovlao mveimum i i Oorimmol Icorancv're ee v 2.Orocka7 o r Noll be an,cmwlh r 11"+pPepvr eilgmm,mr pp e n,g,u one backplo O I'STalloT Or. m ]. see smonopro rienc -T'aePmanT y WSW rier un o er a iop m rm,e P 1p T TV-1 TV--2TV-1-T TV-2-T TV-3-7 TV-4-T STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION ELECTRICAL SYSTEMS TOP MOUNTINGS (SIGNAL HEADS AND VEHICULAR STGNAIi ANQ MOUNTINGS MOUNTINGS) NO SCALE ES-4A 4FY \Plan m'cu f -up—,,ZL0 c,�Pc—cnixclu V u' W (J IUJ J� na nqn re w m rn,uA�x.,,�mp w I.mwr�xedmm n METER 5P-1 SPSP=2 5P-1-T SP-2-T SIDE MOUNTINGS ID O O of "METER ON" SIGN Pion v ofcll� Too N ieun ingn NOTES: m. lee .ximum A T. uou Ttnv moll m o nroe To^lord.m nerizemm uveren�a" o1 9nmonT of 0".lo, long n eugry*e pmrmN proper r 2, 5nn 'Tondos elan ES-ND for OTTocnmenT fiTTingo ooioi lo. TP-1 TP-1-T TP-94 TOP MOUNTINGS to PEDESTRIAN SIGNALS AND MOUNTINGS L ABBREVIATIONS TP Top mounted pedoetnon manol SP side mounreo peoccTrl.n aonol T Termin.i oomporTmpnt 1.2 Numdor of ciQnoI fomc :TAT[m [e4Y.Rxu DEPARTNENT OF TRANSPOPTnTION ELECTRICAL SYSTEMS (SIGNAL HEADS AND PEDESTRIAN SIGNAL FACE MOUNTINGS) SYMBOL TYPE NO SCALE ES-4B r'uo'�i.To co a�ccrni.'.�ifel— TUNNEL FULL CIRCLE CAP OR CUT AWAY LEFT ANGLE =l s�/ r VISORS reve, rIpBBa.f Ip r el �— _� n Pwmwm qnw iorof a IV. 34 xG s/x'al/n for oPl r fx^ere.lom S N SECTION A-A carorpnrm nor line a'W G or cape or onomtler u ^FAA' •-` C Drill dpnpl rwr and A A aa. etlacM1 CPckPlein.Pn u e 0 ` Sea No, 2 culo y ul1-Rpppinp Ipchlnp B,tmeee steel T.ohlpe FRONT VIEW n s- ; SU ccrere and n R.2 e DIRECTIONAL IOLIVER oT ro.nerc _ rveeA 0CP PoraTU,MP CA e" AND 92' SECTIONS DlrepEn,tr lowers anal ld i picoaaa paoc art Patl `•I Oy Tlx Engineer am Be cured In place rlrn one PlaTm a 9AGKPLATE ara.0 maonirc Bare, and" NOTES: 2 "minlmum TNchnaes 1-TYplcel nlgnel gel. Pl ecmm.nt unlrv,e .Imenelonetl O O 3001 11A oluminum� or plpaTlp pn plpm. 'D v,en cp.pl for 2,For A and D aimenelorm,.ee Pole Scneaule, or op dirceTep ay one EnOineer. Q _ s 1 I SO' nlee. Tanara SIGNAL STANDARD PLACEMENT DIMENSIONS r nnetpn ou ol mnl 9T ei a In,aectipn AND EQUIPMENT LOCATIONS D QTYPo LT nt x�: l Q algnPl tlnp u d S -�ie�m ma calm N isle vlpte T— no pa Tmam pcpea`rton alpnolp O O m �op meunting forminm L .dun .qW reU ' Srontlpra Plpn ES-10 b popoa`rlyn pupn ouTTon aR .M1ne , True,TYP ❑-TURN SIGNAL CY�J-E SiGNAL LANE CDNTROL LANE CONTROL (7 FACE FACE SIGNAL FACE SIGNAL FACE p ^ TOP MOUNTED SIDE MOUNTED LEFT TURN SUTC OF TRANS SIGNALS (TV) SIGNALS (SV AND SP) LANE SIGNAL DEPARTMFraT OF TRANSPORTRANSPORTATION Tyx 1-A,1-e,rc one 1-D otonaara xnrmeliy 0.4 on Benders. Tyco t•na 1-n I-c and 1-0 eaneora ELECTRICAL SYSTEMS as lnalcoTod on Tnli Plano 111h mIlIel"ro 119P91 I'd)ameM an ela,e (SIGNAL HEADS AND TYPICAI,_SIGNAL_INSTALLATIONS INSTALLATIONS MOUNTINGS) NO SCALE RSP ES-IC DATED JUNE 6,2000 SUPERSEDES STANDARD PLAN ES-4C DATED MAY 1,2006- PAGE 120 OF THE STANDARD PLANS BOOR DATED NAY x006. REVISED STANDARD PLAN RSP ES-4C t1 5' Sorcatian. cl lxc ` cpdmlum PloTada'F pA s° sarro+lone �z nn hol} u. P i cadmium `fat `•J1eOv— Stop mot or. er plpn Tcnon n >nznerc mvu f m� a•`N u ceoml.m pla+.P T See NOTe a rp SOrrorlan. seea iei ec�eria Shel ecrer T `fo mo A OPcninga MTeemrFmy petr eetd signor wugng e e reaulretl Leek rIn, ` NOTES' he[k nut `Smkn prm{ lock renlnr I Serrmlone ` d Deft N 1%q'nippla Rubber.Oeher t. nlmar mpa}P a1gnTl nea peen""BAT e for o meuntlnu For mulltl°1° aintlnnn ec red,tlri llr Yf Nel"+NreugM1-FAT arm +°non "O m in line ;ih m p fkter note. Pence O mtlmfum OI MAST ARM MOUNTING - TYPE "MAT" MAST ARM MOUNTING - TYPE "MAS" TOP MOUNTINGS pleura?q'X q.l•.nlx.e e.lt rl-n.pager used, Per;NP5 pI,,e e Nab t. Fer 2 Weplop.Sea Net. t. Far a NPS Slog xet.Z. IN7�enT dlccknui„u of eppninft gc bpTrpenWih mo.Tro� mpum lnpa ontl men+arm rItA"Atic, m m SlONAL_SLIP EI_T_TERS A. ldl TNr.ee.d t�m.Mht.e.Ilp JIT+er a enlH,a e cM1oll M flt MPS. B. lol spottomon fInlpnol�lttIheade Or'"'All almk rIM1"np.pn o m c)Top open,ng Shall C[orracT rh[n Coekplo+c O a. B i serrm onS- "^I s• surro+lene j.xlrerar.null hwe crag. a t..h o ea Or N 4h ups aIa= lnr.oO D.05 pquor. Ines np nlm.m.xini���.m rlTtn.r Yr• 1 Pln a In9SI pnq o K" h f llange on O Ipnol MU fITT np N a y t prpnm Sq n. curvetl LOCK RING one re SPE n1AL 90' ELOaW 1 }o of a4oneord uae room locking rt^g p ncm im.grm algnel lrea,..c apt .lino aipnol neuai p er fimminq. rlmN ap.[iel a11P ITtnr me Tl n9 I OMISCELLANEOUS MOUNTING HARDWARE b C" _ P DETAIL "C„ Y I POLE PLATE 2 Far.lao m..nt ln5. %'a Standard o.Ii 9ero.nizae y oral ono mop ver tyr xPs •Far p1Te"ee, %"X Lock ro.Fcr t{ Tontlortl pipe tnreotl P. PIO}e O11 n m FIOT woener __ y G 11/p NPS Pipe Thread T 'p fiT Tone r Ignol.Tontivrtl OeTo 1 C �� - nut.... Smilon 9-B TIT ntlortl I L C.v.r� _ d Nui Sl g.al...neera ;Iv¢` ire rare m 1 u SnTC DF cAwrmRNlA •Ip flttnr 3 o.t ocrovc T/"I DEPARTMENT OF TRANSPORTATION Goole pultl[. Omlm Cable qulde pn u,"r plat. -- ELECTRICAL SYSTEMS SECTION A-A SEG71oN a-B TOP MOUNTING SIDE MOUNTING (SIGNAL HEADS A N D TERMINAL COMPARTMENTS MOUNTINGS) NO SCALE RSP ES-AO DATED Juno S.260B SUPERSEDES STANDARD PLAN C5.50 DATED MAY 1,20D6- PACE a21 OF THE STANDARD PLANS BOOK DATED xAx goon. REVISED STANDARD PLAN RSP ES-AD a Op+neipT oryell ee � I rn o�eTTnlc�Txa loon a' re.kelp omrp 9e^I wl+'° 1� DOB r oxuma:vvuu m� m•Zp LVCL mrai�w�h.mruew:���..'...w ruff neoo f elq°Ocompopno. w ' oackvmTe T.;n a nti Prnm:..n nm R mryiiwcamnr Lock nu Shake poor DOE I% NPi nl pale�� lack .rynr EMERGENCY VEHICLE DETFCTOR MOUNTTNG L ?"Id� � Ile I Ple+e Wapner l corn%vc eol+p N upp, pr I v. tl zy; O PICC T arm p Slla n„Pr en spenpm� stiv rlrrer O Pwp ronpn r O O Nos+ a'. O p lap renon N O ,I Iv rl+Toe O IPc me non rm 01 Ilp rltrpr 1 P M°ci aa O O O al, }noon r' Z Q G O d �- epekplp,v J ;np rTiar pro 9 ro a.mnp III ^ A z- ay ae-Tar cupvo.T O[ a IYC nuep MAS-4A MAS-4B MAS-4C MAT MAS �� Blenv c20 xpx nuf: m ° �I '-+._-��I S. cover pC he Y^p u Y. fn n 1 1 S Domoll A Y win head DETAIL A A TII ,ll,ee 1•' m O P Q p O 511P rl+,e. �zll° fl++a. 9 G .p P O O © O o°ckwa+e \l li Y Mtn + SIDE VIEW MT cr eeuronNl. PEPAP-MENT Or TRANSPORWION MAS-BA g MAS-Se ELECTRICAL SYSTEMS (SIGNAL FACES AND MAST ARM MOUNTIN('S_ MOUNTINGS) NO SCALE ES-4E --------------------------------------------------------------------------------__— _-----------------------------I i i LOOP INSTALLATION PROCEDURE b _ 1. L.,.spell be entered In lone.. A A nl rt[v aecinl 1 ervm °Gr 2. So- elotc In .,...}for loop con0uc...d ov.M1vwn In tloio la. 6'-0' 3. DlaTeiee ertwr.n also eP leap end a Lae-In+er cvt Irani oolPr:pnT r o•2oai a' u be .-D°mlmm„m.Di:TDnaP bpmraan Ina-m . „#n A A enel,e c cminlmum. I.=.-'-•'.e'•; ,,,. r`•ar.,.,��°{ e. Dotmm pf ecr blot.hell en emcetn rlth ne eherp mega.. mrp VNPn n w minp 5. 'I to ahn`I be r ehld Intl eloonr old,dot ontl theroAl ly tlrletl tt0 el riv mmryn,ry pots dofM �ePere Yollinp Icep cemuc lerG. A A /Loncllnc y}, 0. eoj eernt Pa n tlti eomu aaxaer unl#[nennal vwll ur xeuna In ....DITO dlaaTI.na. �1 b N Lj T. ItlenTlfy ontl q loop m k po ire In ne pu,11 d10xe r}n leap nun,dprr^,eft ISI enu liflla6^FO eP n y ter, I^ A A Q :den+Yy and}oq leotl-In-eodle vJM1 ee e r number and pNce. EP EP T,Puj Ina#all Ieepp een&d+ar n dial uAln0 y, a I/'Thiel,reedB 94.1dn lgwpei.,d, iecmnunth wood vaddl as (morn bottom Pr the cowed .IPT) pill box Pull box I box PuI I boy q. Nc more than 2ptrl0,ea palrA shall do Ino,mind In pmr aaroe alas. TYPE 1 A TYPE 2A TYPE 3A TYPE 4A M 10. Rllpr coalition.' 5'•0 er plots I1-ITh er caneecter or The 1po,in rpn IN5TALLATION IN5TALLATION INSTALLATION INSTALLATION Q Tp pull b., SAWCUT DETAILS m tl. Thu all Ylonol ldnvh i ooan oriel'mar Yaw each them onoll be reiutea (yyPn p Ieep an,ne,nn rnn rlqura,lone uuvromtl m ,. 'nor Imo pe^r turn pn ITF...I enfer, bnlnq plowtl rn M1e alai and eo tlult leodlnq To Pull Dow. 1.1A Thru iA = 1 Type A loop cenlig,otien 'n Inns ❑ 2.10 TM1ru a0 0 1 Typoco op slip^,aT ion to oe n lam. 12, To[f each loop C1auM1 oTar[rnom lnu(my,[lark roel.eon[o ono In:ulo9lon 3.IC • t T,pe C loop nfoouro#ion ,+,ng e n ngWrntl. rnnln,an=o IT Trvn P°II ec urn ill., hle,a. n ,I n. o 1 yp o v.ant lgora,lon lr eacn one. N E.IE Thry AEa + t TYpo Ea IooP Conlleurollon In aeon Icnn. 13. Flu slots as onoxn in oe#oil a. 0,nru Type cenfL urCtlor w c0 Iona ~ IC. Sp IIm loop Conaucloro l0 load-in-Coble.Splicoe anoll be aolaoroo. A when =OO wci,e A a'u�DBE or 0 loop [T nri qu...ion. only n e pleml`r Z I5. Ind of l"1-in-well,and Type 2 loop a nducior oMll be erpr0ofeo prior a rn ❑ I N TO 1n,te11, In =e lr Te p1.w.11 ..1t 1. Pre, un ming In. =nb ln. W G. µoa•in•[oom onoll ne#Do sauced Do,moon me pull 00 9 The adnTrpller ctplllt tar.lnma. 17. Ye.+ men loop„T,.G.TY ain`onT In ITrr.circuit retie once and lnaulo+lnn 00P o0r F r .oa L00 L00P LW Lee ❑semen..at, n =n Inn, ...len. z ] z 1 S e 3 eu=Tcr, PYn no, t be -dtono t p Inca- m S nee,f Tile oontluCTorc hull be roped ontl roTerproofdd NI,h olecVlcm "•� Y, __ _ r mg a lnq. ` a F Z WINDING pETpll� F Inn e,nA c ontl i Cl) ryr vIn Te 'Y: vc.rcr TyPp 1 cP dd,4vdT.r 9 h uin rpr rypD z Im,c hers mor 9 z f 3 1�1 Min LW n sots oP hpa \ O.P is 1 rT'r, r,.'� •SGll.0 Puirotl }•t 9 IreD - h"i M pu rotl . LOO, r T '° ad,ee -� �LDaP aDalDm ne elent TYPICA I OQP CONNECTIONS Loop ptluCTar. 2 tl loop Twlattd STATE OF CnLIFORMn T Tu o '00 puia Teel IVT loop f1weTool bocned li nec represent The pull do,) Diner i.o .POC�rINI OEPARTMErvT OF TRANSPOO}ATMN ELECTRICAL SYSTEMS SECTION A-A e r e SECTION B-B SECTION C-C (DETECTORS) SLOT DETAILS - TYPE 1 AND TYPE 2 LOOP CONDUCTOR No 5ca4c RSP ES-SA DATED OCTOEER 5,2007 SIIPERCEDES STANDARD PJnw y`a-aA DATED MAY Ir 2006 - PACE -23 OF TnE STAIN PLANS Ilona 017tP MAY 200r, REVISED STANDARD PLAN RSP ES-Sp I I L----------------------------------------------------------------------------------'_- '------------------------1 f of iravol po4 ifrinn oL ^um 1.zoos`•n l• ....... c lu p w r wol 1-o I [ X- i �Y Loop N I o� mm io Mmin Nminf ys Ln�n mp//w.reayO L L 1 - Ob — s L �a N WINDING DETAIL SAWCUT DETAiI WINDING DETAIL SAWCUT DETAIL TYPE A LOOP DETECTOR CONFIGURATION TYPE 8 LOOP DETECTOR CONFIGURATION o N N i � ❑ ❑ ❑ ❑ rn O O OI�� � IO to-o' � to•-o m'-o to-o 1 TYPICAL TYPE A INSTALLATION TYPICAL TYPE B INSTALLATION 2 ungrn J., singm Lpne F O a SAWCUT DETAIL WINDING DETAIL Y N � olrepTlpn TYPE C LOOP DETECTOR CONFIGURATION F or novel A ^•-� of 71.1e1 olr,�vc" 2' Mein r p I W s w CLI cut m Ln Mein 1 5V WINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL TYPE D LOOP DETECTOR CONFIGURATION TYPE F L_OOP DFTECTOR C0NPlLLJBATI0N T—� �- � �--� WINDING DETAIL SAWCUT DETAIL NOTES_ ��T TYPE 0 LOOP DETECTOR CONFIGURATION t.Found cornero Of ocuTe prime poyouTp TO prevenT apm09e TO cpneucTOrp. O O p'oLpnel l t 'c 2. j%Tpll ]turn. vZn p"Cy na Typo p Ippe^e p n unh Fo"nnl n �f STATE OF C LIFOFNIn Imioll 5 Iurne N inppe O loop Ia o ec YeE v1iN 3 o00illonol Ivy f p[pnmu[NT or TNernOliTeTION c-p x c-o loov�or a nn er�nli. to-o lo'-o TYPICAL TYPE_E_1Ns7ALLATION PLAN VIRW OF ELECTRICAL SYSTEMS DIAGONAL SLOT fD E T E C T O R S 1 1 �'nS1n Lenn AT CORNERS NO SCALE 6S-5R j tN'vf 4 n°al°n l I PUSH � Hoy_1,2006 131J�2 BUTTON ..m.•`ry; . - r,wla le:up,.,.e Any e,mwyw,wmea FOR °°.I..T NOTES: TYPE B TYPE C I. 6Pck cOCTInD ITOPe TO f,T ourvPmre or Poor. ® Nun pmr TO ,Pncirledl 2, -Co-do coast ,.Tinon for Top tT P°:,r..nm PPb ,a PEDESTRIAN PUSIH BUTTONS matoll On oaanp*1 on crow�dh bUtTwalX side Oscl. A. Inc*°II such bWTPn P vPlk title°f ° ontlPr°. °. Aciu°TPr crall be 2 m,nlmum, In Plom°rcr. 4 W "W y L Contlu* 2L,�ontluli°0 l , 'n ALTERNATIVE SYMBOL AND ARROW DIRECTIONS: rva.51E1 nb le)rD ~ LEFT, RIGHT OR BOTHBOB D 0 a IaLAN v LEFT RICHT BOTH r SIGN DIMENSIONS rid fill Ter FCC artPcod -..dIy° > Ta' cond�uceiP'D.b'e TurmcM1eO PCC IJI•Im toe 2 aC 4iu for nC 2 b c b E F c n d x A n m< <a.e picP� ourTecoa ro°aroy° Nomtnm T'/:" Rd Y.,, 'h„ Y1 2y. 11" y., y. ve n��•ter TT�� RI s '--N'5(1)P3 -.lo w N TYP P . ll ••i • d[ }ypn a cendul. (� a, saI Ic° _ A \ °o-In-In r , I\/ SECTION A-A \Moon°hc Po1Ptt°r Pr°Pv 13 C.Ty u l cenduif pifcmtl FUSN lDTTDN F09H iDTTDN F09N ADTTDN _ of ecedod�nT The CO '°drop ,nm F6 II FDA FDA FDA GREEN LIDNT GAEfN LIGNT GAffX LIGNT ELEyg710N MACNETIc vEHicl-E DETECTOR LEFT RICHT BOTH TN5TALLA710N DETAILS FOR BICYCLE LANES STATE or CALIFORNIA Me Pmy Win asset r1od) IIf,Pnflm(xr OF meN.SPPnfermN ulpen a on an.nl.e ELECTRICAL SYSTEMS PEDESTRIAN PUSH BUTTON SIGNS NOTE: PEDESTRIAN c9e�er Dnnd and O color or cxoround a Pia be°okw NO SCALE bond 8ymom nu e. ES-5C I Fini pnotl ar°op sr muxn .wr, re iirnni n[r11yw ee y�eaiea a"N•n°ap .. PLC OockTll �., Pull box Condua}or:� L°ntlwr _ Lucy del nn* Nry 1.'LCO6 a r,nx,` s, See o "T" TRENCH OETAII_ NFahII I� eei f°o°indr m.,w•'�•T°ale° auaNnq e�, non-mrcpul no mp,vrieq ~••,—, m•va••y drnP� mnaui+ peaorer d,r re�m,m pnmr'^�^Alew lamwnnreampv see NOTe 6 Soo Noro d Svc x f 5 TYPE A y To°ma .n tarot CURB TFRMINATION DETAIL OEMICTOR NOTES'1mi: :sent amrl 1. 6uDh,nG and ce uceo at one of eenpuif. AnpnolT c. purer rlv4N Nis mor°ri°I Opp�o[tl°ey mho E^Ai^"or 2, Tpv°acres°r contlumor or epbloa s^ooen v1o0 er bwnln9a. p°vpm°nT_ 1 a, N°F°° 1,Y,A and s /n irp o'aA tl oleo 3. Ivn,ml aucr n pI c°mppurd To .00h and °r Terminotl On c • 9upN nQ Pr°co�, wllo approved b°Ton. IneT°IIInO 00.1°11. onow vlcrnele d ompoou.e • pull box L °o^ °°N � no Il lno conductor.. q Round °II Sharp eeom more ance,or eenauciera er cob mo 4,a O 6 —Plow c°nduR°cro foist To pov. 0 s. Eno of cond.w an° ou e'/, Sayler u'-r°co.rvverey a voo N°te 1� �— Read., - - -- Twe• ea loop u ..na..,e.Faro p. Cc,dulT elF. See eeneee,en ca See rvome 6 ConeuF Uval ;, Edo xoto 1,z en° y 1 C Minimum cl TO P e TO I alrc e conduit° e_tl Portland Oevinuni eencruie 2[ulnlmN'vum a or urns oo lip "d,h To P°vaMCMT elm- sat cot en — e ,or conu new er cem n, T n To I Typo 1 costly i For p rl ru TyPe 3 c eu li ' — �evtlu i +o pull box r. Eplico°c a Inetl•nw°ble ru 0 w0_VrPYfIG� , uo°N°to 6. cenfreunr ctlbina4 u n can claT Pornmonf Tr ]ce • idhe u 10 clean,°rmnoo rocx Gump m DFTECTOR HANOH0L E DETA p.$ e. Laaa nph of tlwpe,pr nvn M1 M1dhele r nn h ern on aloha. ❑ ]. n,qn h'andJlaor end Traveled ray are payed. Roatl„ay eHOI and mere Is no anT a e eenClta hell TJ c ..,.,a erlr i o 1.,a Ire 11111111 eo°rmnenT Eon, I."old, -� PLAN VIEW SECTION C-C ter Ienr Nm � TYPE 6 pl CURE TERMINATION DETA7L5 —r i y °.Y.c,Tyvo l c°Fdon 6 Ion [ry minlmum,plug bOT e^ee. h duel T C...ue,°ro or Soul, c tl ° keep OUT Sealant. Sao dome r eh omvaun [epe e1 umw mr 6 h d -p NOTon 1 x, mud°f°Onnnh SECTION A-A b.1/ minlmum beTr«^ TOP pr condalT cm, it \ rp.emen, 3,°s,e d S T " I...p. d vayemam aurrapc, ire, Y' iornunwlon mnou i+ povamoac 501 hot eXCdOG I In P°romum c v tlin a°ntl n%Il ion or Than[°ndu;T and rem -oaoe a N°Te 1, leler o To be i..T Iled, NQTF• ° Beee sew.ale,rl+n.,vela, A Y A e.Cmaunora ties yu min invin "Sol ono or Type p eeTaeTor hantlM It eL a Povemenl ))) ' Ir'P i d, c°nd,;,. poaomom r: Vocinq enlr, Pull box CROSS_SECTION a mducTlve loop detector aav elon I;:-- Sep„eerere fr.,,enlra. LOCKING GRADE Rim treG l�ovlpap In klna, sealant IV auehl" PLAN VIEW ETeT[OF CAAIFOReA Y 011•NTN[N- OF Tn NSPCRTATION II h' PLAN VIEW TYPICAL LOOP LEAD-IN„RETAILS ELECTRICAL SYSTEMS S SHOULDER TERMINATION DETAILS AT PAVEMENT JOINJ (DETECTORS) 1 NO SCALE ES-5D r Y A ` ------------------------------------------------------------------` --------- ------- — — I r E pr°lecmm wn°rn __� cy c z NFF elv^ ----_-- Too po1. ly vla a' ¢au,• u .cnc,n[rn ^• t _ Ocipber 5,3007 �" F G Polo r m JcenAo°cc.An:l 2LP1 � Y ev=,=., .�iw..'^�•:::,,,.w ...>° oha:etl ,III i.ogynw�pem edoe� ^ � e°tlronav°np prt'F N OS gn 0eii0 p / 3rbeTF im 1itivv �1C1 iL40 'n ,t Pole m N� ss Le - N e folAminaTo'e [ rf===e=p l=gyp•+ O D•f e O ELEVATION VIEW A-A l Typ r" 7) '/�rP5 Cyypl inq �nenrelen rpgvlrce 3-6" L- usxs pnorn on elan. STGNAI.. ARM CONNECTION DETAILS Es-Tu �¢clgv C ;T S Der; ES-iN o ^ 6ai F PPB 2 p O Hp+pnme ff.,pme11 olio m �� a n I�a = N pl-10 6p LOr i FlnleneE gr°tlo B°N nolp -9°Im e O/ nlome loTgh e Mpe1 :Ipn [Oe•iw O - /ndo opinow APS u on r.0 xM1on a EI_EVITiON clDx rue Z ilsrvs Bo n ,do O y l TYPE 18-4-100. f=we=,ie+ ' nxl,e 2T-4z100 °i=� O O rre f=f 23-4-190 HBnd.Ipv� r M BASE PLATE Del F y I ,Inlnnyp grcpo ES-1 y SIGNAL ARM GAIA IJ N ARM DATA clpx p,l= - �.M F rvvnaoelvn E F 6 Mlv 1 J R L N Mn P M°unTinq HolgnT Pfojecmetl Mln N°unTlnq H 00 Rnloknone Bel+ glcfern PIeRe A.m l[ P°le L 0 MOX Fr°IocicO Re Otl iM1lcknec° -p m Lpnq.n Sp°clnp Ntlgnl °T Pol° CIrG° xlrn inlennpw fnleknp:e Len%+ °, Pele wnin Vein ELEVATION ' 10'-0 22-0•• 71 6-0 �T ]�f 31-6 a 36-6' le y 30-D ti-on-� d• tz' t'-v P/ +': z]• 1v'•c Je;o+-$sv _ 3s'-m ,n'-D 23'-D°= lc'-D o° o,2F91 ,Y'-irvc-3^ z, 10-6 3=3i 3M an9c -••y- s+•a: TYPE 19-4-100, 19A-4-100. .w ts'-e 9 - u'h ,'•1 v: +'/: ,Y. ,5• n•.q +z-o_n-3_ sr-9e 3e-9_ 24-4-100, 24A-4-100. In D z.+:n e m 10-o �'-9 p n'/. 3e'-3= 3s-3_II 26-4-100. 26A-4-100 I POLE T BASE PLATE DATA sl =,l CID Ili ADAZ srarE of cnurOBmA v=I. Lie °end+ A Nln OD Al+prnoI ve sepTlpn DI Bef. mf a=le, wmhmrp arm 111AflT.ENT OF TnnxsrCR%TMN l T,,o C°oo e r TFleknaec C Tlck+nnnAl. BOBDep�M1 fleinforcyo yvmph N�,a+. Bevo Top n l..Ne+M1 np++pm rep eo-=m Ate•sl:e ELECTRICAL SYSTEMS ,10-1-100 9-A-,DD ao-o ,o°:o a 6_I, z_0 . (SIGNAL AND LIGHTING STANDARD • �v a 1: T 0:391" 15=0 9� - D•.,5•,5•.tl CASE 4 ARM LOADING ;;- -;'oo N=n. pne WIND VELOCITY=IOD MPH aA-4-100 A 100 30-q a ,D-n r•a ,•-6 fy_' p n x ea x s' s-,;1z-D ,+•o 5.0 s-D raa ARM LENGTHS 25' TO 451) xnn po 3s-D^ T 15-D" 9Y. i e `'s'i5-0 NO SCALE 3e•o a^ 10'-o e - 0-0 RSP E;-TF DATED QGTQ F 5,2907 suPERCtOCS a;v ES-iF DATED 26A^1',00 1x'/T l 0.1115' IS'-0 9Y1 l' -lNo^C � NOVEMBER IT,2p06 AND ;TANDIRD PLAN CS-TF DATE "y , 2006 27-e-100 o Fe6E f12°C Yxt FTexuea0 PLANS BS .Oe}CO u.. Be n7tl o ens ❑lntlFBTe°perm Ion..m to be peed M�l.ar v.nv,.l.,, „=e„q el= REVISED STANDARD PLAN RSP ES-7F �_....__.---..._. —-— — J Etgnm Am. Dreleatod length IOFNTIFICATION NUMBER A++°ch o x.emp^tl—.1 1.,rl+ry e ry pe Inv Intl.n+lilceflen I. .n°fr PPof° Mn.h.l. I/ his, number minimum. r ! _ Slgnvl erm Nln A e mil Pr to aM1oll bO P77achod TO The top of The elfin01 moot Pipe ivnpn erm Hoer #h palp pint°. �t ReirlgnT cap �l e� MPy L-a P nmpl^ l entil...en Number `m Pai, ar c, np d�o,we mw,v^ pr• . 5Lp rikmer for vl pe +Donn Sign°I Prm 'I, i uro^^6�'.'w mil M1-M^ vu W m°ureinq 2 NIPS pipe.Inside 1° I^ :Rwrn,unv Xrpuntl cmppTM1 far d' wen 1. 1lAa11 .,Nee amY/.x'/tivr� MAT or NAS Oe Ire prptnmipn. °so �Ao .P aQ / °Horn on.,lane. SECTION A-A �co,c rsOle 1Ao�e .a DETAIL 5-SIDE TENON 111 Il 3 - 100 - l - Ds - F x riln f..l.l ro,,Did na a+n IL /er peon ivl loon co,o PIPE TENONS .i.n r oq 4,V, .° u.OT..pr P°I°. s.a nD1 A,/ poor pip+°. GENERAL NOTES! TOP After mlumbmpa standard. • `en end a.wcnll.. SPECIFICATION'S t-o oEslcN ! AAl 6Tandora cpeclrlcoTlanu Tor.trvcrvrm eUPtl°rtc plat° Or Pr all around i-— N pip.,anee.a qnp bet+D.Finlan rI n clove fee rvigrv.vr aignn, 'mina.... ena xefn, vgnelx ema,Del, C 2 NO( 51 I erm r.n0lnq from 49 lO 90'— lh,r Fln aM1etl grptic far•' ^ pfe#.e#lan Ypm fl+ - Loabmp O Ed. nO#O 2 3 'IND 0.0I'as 1 lee men G9 •=- may J Y^I#ST/eileeu eu fool to ST...T11RAL STEEL' fy � ,OOO P'+I te0^foo r' ^ CID DETAIL TS-TIP TENON Ty . 36,000 get u-I.O amellso rated 1 �r -`ASCMA3bnl Tp a for pare orm.a.ion— ignD1 arm n °ni T.Idl-ns painter NOTES: p T°Glop On`ctpneprtl n.AT.1, —I Pn ^f vp^a+, O or +^ n p^Ie.4forlan a he. a Pone, n nling cnvf v renrvnnn fx necry UD LN 2 Lum lno,ro a Droll On Ound,at op'ered sleet lubon,f°per or O.1375 O DETAIL TL-TIP TENON fo E.14.0 teen per end,.r,an n 2%.no for menntin, nofe.ara. °elm l'Etluh.h oo°eC.,,..TCd HANDHOLE AND ANCHORAGE DETAILS Oblool`.oi`Tno m"Il�iam °oartlDr�e1.:aP�oalg�ro:oea°a`n w`m°�o r��`aro room red,Tno ONTOnelon shall DO 1'-3', r Ye o 6uTTOn hood 3 Signal Drmo uhofl be round,Tapered cted Tube.,moxlmum Toper a h-d—xc r�`/y. Cvt nox c°cksT OTOIPIocc 0,1 4 C Ifar per rDOT i II nllnt .cv *M1 cknn40 nn r...h mcv '(r cTOel coo OcrOv. 4 Henanel. fmnfef[mnnn+ fin o mvu bu '� x fef O.11ot +v v 0.2391 pel°a, $ x 2 fei .312E. M 5. H°ndh.l[D ram Ilgn+'n9 a#anp°ioe an011 be located On tnc OOvretrv°m y �C. Rex - 1 Bide e1 fnc poly unlmD ut ncfviae n tea en The oleo.,. # Aor,old°Ion an more loon °nglo°T _ moot ba & e. mefn � I 6 O0T°II F,fatigue recc Tont �Oltl, c required of 519nO1 arm plOTo and V Sf i [Deer- polo brow PISall i l Roots..agier OimplO T. Cap tort MU9 c ticonditi °y m hdr wIl nb ree noa'/. tarn Ip pever TO form o`Onuq TgM17 condition.No rOOM1cr vll Ec re0w red. O[TAIL F 2 ORrlo Delp raaTlpn,The P. c II by rakpa Pc n .mry •kh he Ain FPTlgoe roel.TaFT .ela ALTERNATIVE DETAIL Rc T Iwel the nuts to provide as plumb pole Dxlc.eGO 9. .,on axe7ne+ vle.o Sher a loppox ^ombef v+ elgne and elgnalc,mo 1. ,e�nmra.�n.m rlolep+I Inn. enau prwo l 1. Neln won ring ne t m1 ThTIN A,ena ee S lan Thl cknvuc p oIn u .m limte- un'm^nel ..nnaad, n 17 nfFu v n Vo to°r Arm 1� °1196 / 1..., .1 1.,hen mm vc .,he,.... Sp gedi. .0 onto., ire cecaen.erc D IT93 �4 a a." r.qu✓fOPpfv e1 Or tlnu Cnglne.f See Oeiml F °2pg1 2 VA 0 3125 \ STATE OF CALIFOIN,AL,RNu 1 `iOypad OOIc m Of1.a7u[xl [ 1NAxv✓ONTe tIDx e ll,d °oToide fe�a at 1 D rap ELECTRICAL SYSTEMS —� 0..3,, (SIGNAL AND LIGHTING STANDARDS TAMPER RESISTANT DETAILS NO. 1) ELEVATION A V° 021 L5 HANDHCLE COVER ES-7M r tpP of 9n .efnt>.,t P-T m f rrn .am mnnn rnTmn,lg .a a le.el 11[otl boM1�nu ontl IockbwopMr. n.wcep, nn„ ph =Q� 1notoll,h, cho... vnli le nF4Ted on plurs J •L [� Phoiool pcir c unl, ••` No r grl l l ne p for -"n'i_ %�nn�sm,rc.•'eRnr m� 1 op e i er wvlth lock w oM1er � r� In ppp,h 4ahuv ye0 e11[mla lYClM1waofm(w a ly, xp5 x p,+ a cm•vlp, ammp Rpmv,pblc cvp�, _ __ x P OTOCIpcirlc un;T OWN 1 lock O Hnx bootl bolt,nv ona 2%p wo Long= emtlora Plon yl�t NPS pipe W.A.U. STANDARD TOP z'/1 long - Ol..o [ le olfr MOUNTING ADAPTER FOR uexlmum —sqn Ponol PHOTOELECTRIC UNIT .I 9nn•Ino n. -lM I .0.1 xnal POLE TOP DETAILS p9 cen,iou, V E..7h E a hpla npf cm, m p pPl pI no „miwm [na N p RF w cow boll,npT no p near wooer QA v-xpx ALTF,R NATIVE MOUNTING ADAPTER W REAR VIEW SIDE vlFw DETAIL u 5IGN MOUNTING DETAILS _ .f r xP; vlP.,5 long = ae 1p�pl to ,.npl ql[q �M1 IPlot, Iry l •'n ' of e O d z nr n a-_ ,oP Tpnaprtl a vll N rtM Temp n qn.n n =� venprrpTlpnn,nnan.a, A p poFnl wol0., lot +�(ycnl[rroT wn \ ;Ignpl no llghTlnq anmprtl or olner paAl. vF • 0 o,of.,Ten n r nq©p rol m s DO....nlnq—' rnao0 oa9or Nn a chpnn[l w70h wim l'-s =� 9nxP;oT mrtl plp[' A O ian,u,ur op ut cPllce q,e In t l vn 1, for z 135 hcok R ie�mlrptivnp DETAIL T Il luminetnan evnnnnea r1,n rOR uNIFOFM TUBE Tlil[KNC sS Por 11,1,1,, w„ m SECTION A-A SECTION 6-B AT TueE THICIW F55 CHANGE �rn. llgn,lnq W POLE SPLICES 1 V F. xI- Lg Z Top mu frog- Muii fitting ;1gopl `. ti»cry F lnl phetl OI"ptlo bon .,,,cl elan ESS-9� }�, ll�l xv5 To NP;rcouc[r pmg unueetl openlnq LIJ II�IILII `\ ll-Ill c=ngwt yTypa 1;,ISo 21.SID,30 of II I I 1-6'ton Ford J Il DUAL PHOTOELECTRIC UNIT MOUNTING DETAIL 1 Il 4 rl NOTE: STATE OF CALIFOflxle The anrroa ena 6ncM1 ,fy ,p,na rywn mono tnvgntl, pCPn0.ixFxT oC iPnx:vpvtefi0x The A to o. ehpll 1 I..tlepenpvm Oimvnelone for Pelee to en Inetell.a nn e.m,iho .e naat lens p„aefn ELECTRICAL SYSTEMS mbnppimq mn pmep.F,I,t:VA TiON (SIGNAL AND LIGHTING CAST-IN-DRILLED HOLE PILE FOUNDATION STANDARDS Rnlnfcrgna Flw DETAILS No. d) NO SCALE ES-7N } mil 1 ! R Hold-corn OCIT __ - "� __ np E B �'I B P li A y _ _ _ NoTEs oN PULL BOXES: i0r m^ED'�°Ikam"�^ad" 1 n�� T�� II Will box re nTorcetl t } S ` 1. Trp(fl[pull box pill,,oc provi0o0 vlfn aM`'ob*or one appclol cpncrarc u ' On tl.1,le no.i nq.Stool..VS,droll H.VD omb...0 n• r ppttnrn, vkM1 golvonl f p�ctplplpac TO by 1 MIn 2. 5#ecl e'in}or[Ing ordll On "a r09ulcrly uaetl In The ETandard proOUCTR of Z-Cor volbc0 ITomc --- ------ -- .,ud penu,nuts �oT] xox nrgn. mF[ rc°p[c+ire monufonurer. pntl vDoForc. ••Urt he'll Sep Nero i ]. Top of Pull oexur uwn yn fly rlrh aycr"wtlln tlo o Toa (atlt poem flornlormo% xIn stool 2 pm er v q"cnum vx qi 'lot.emer,golrenlpeE oflor 'n y Ifn Go CGQni 7orend proiccioov Cy pr ,-010 founoof len peWre me,melt' rmripotren.s..No+. A. TOP VIEW TOP VIEW vw+ecrwc GGnarrucTlan,me box[boil bo Pl000b vlrn ItG +op 1'% NOR. neing gcvan,npnrn 11 Oobl",pull bonac c n In Tm liy f u, :u:,S,r pn Ol bone etljecent tp till bock of,curb rFonO pull box[c [M1own B...Inq umpor Lcp„ntlln9 bwryln9 ob.eom 'A .wnooroo moll ob loe., en nlbe of four 4,n'°n fCOI,,C-C, 1 TcGm c,unlecc horw go Holed-Wnen Pul oe Go on zotl I-bor ��"Lon9rF Tep}Lon /"r ME, 1. Yl' Yox LED rop flucM1 wkM1 (Inl.hFd BItleNClk C ,Uhe tlep1M1 oT ino pull l box mol l be oolu:f ed so mo"+R, ..C rromo vl rtl"o Apo .I+n rinlnhn, groEo Isoo rvo'e ]) cp of "box a rmcM1.+M1 TM1c pawmk. N bolt 9r°tlp I"GG Nv#G 3 Ssc No TO 2 A. Pu'I oe "ry 9h°I^tbC"tlmCrkCO`0 tl ac"nnpci:Eq'uPgINNLEgV-LgNTgOLu T 0 Pull box _ �Crpu' Sprinklor. sono coM ro 1pc e,50 V er Iv_n' CoLTOeryom On I'pu"bG.Ce. Bontlrnq jumper, - S.eury o uin9 lumpnr r-IPT pull boxed Horned SPRINKLER-COxifl01;on TELCM1noxC ,ee NOT. , _ .grppnb mg p.ning'r Abele ,n+�... al No.]yp puI l Do, y PLC I)"SIGNAL"Tioff rC eignol CrrcuHb rill yr.itn°ut aTIOet el.111 _ - Extpncl"n I gFf inq Cr CWRe. a I + N 21"ST LIGHTING STreeT or plgn LgM1T1nq C logo Exionclon *non box houses ircuila wncrc ve' z G Min of l orountl r I 'v c s.G. GOO 9 a _ ` CICCn a upn"tl 0eo ,Eormer,bollo°+,or pl ry°.0.rr 9 er 9A pull box 3"Yrn oll orounCJ undI ock pump r redn C:k AUTO to TMff IC S47E,, i reH is olgnvl urcyNG rRn on rFry"uT cTceeT Orpin lw'" Grountl nq bueM1rnq r Ground "� h— Cl c ucFetl ro k lump PT,, Lgniinq a Cul#C. b clompn9 CICCTrodM*hF, °pcm(lotl or 21 STREET LIGNITE NO St or FIgn ITgAr,,B im—N° SECTION_A-A x hGNPp. Trpnprprmpr mro90 Is under 600 vet G ]c STREET Abfxilxuvlcx " V.11.e ^tn nt n el'. 19h•fiq No. S(T) AND SECTION a-B -GUTU 001-0 vtlTOW To cwp Goov. No. 61T) TRAFFIC PULL SOX INSTALLATION DETAILS ei Allis uereP edo.,. TO IrrlgpTe GpnTroner TZD v Cr more, r cmp m n Grow+p n LI ;QVNT GTATQN cow+ IF speed mGU17p. Grrcw Tp. z B) CPMMMMCATWN CGrrlmyOEpt. rioati G. B) To5 COMNIIN'CATIONS TOE Commun icm ionp 'in. ]) "TooTo POOWfl io:pe m 101"IDC POWER'Tcicpnenc Ccmeree4ien c nil+ perm, V1 1,, e,Tv Ll paptl GIMUIT TOmeIGIOM elreuiTG. W DIMENSION TABLE IZ) THE rreff IG monliorlrq GTotlon clr[ul Te. PULL BOX Nln,mum x Yinl mumL BopmF Box Yln,mum W xNinl mum xOeP;' Box Eage y`I Edge 1.11 CMS HigClMon,by Clo T.,ry ` p, C T,, ihlcknnnn Cntl Cxinnp pn x0 Lq Tnlcknn pntl Exione lon N in lokn T 1q)"Hnfl Hlgnxoy Erlpery bole c cuFc 1•t L Ne ' No Ex1 on°lon I•^l'-G et 0yc 19p IR n' S. Send nq jumper for TWICE Covoro En.11 be ]'ionp,minimum. No.5 ," ,-To ,'*i�" 2'-2� �1 1'-0' 1•-I1'v 1•-1 v 1'/n 2 '/ 6. The nominol tllmenclonc of TM1e oponlnq In VhTCF IHS C er [+C mll Be he oo TryG G or tlr monclone ox epT The longrn om].N In b No.6 t'/i 2'-O' Y•he/ir 2•-o+Rr Z'-G't 1=5%i 1'� 2 Yn elm.nn ens anal,Re v''A 9ne°ter. x [xg1.e119°PndVIT rob xx fev WE....I., i. DOvern One DONc5 Pnpll pe ermpnge.ae ,Ith[elfe-1,,ctR,do,<mole .no femmp qG sA wnen in rcho...E N+ C onaprap m mmo `090,Tno rooBurr....I,i eoxE aC noI IM1Hovo. /4 m olmumtnl d,ua. Or p c pTe Gp rc on c C a e, pull oo nml net on In.,+ell O.itnln'he b"untlorlec of no.Or oIS71nq Curb xmepe. DIMENSION TABLE 9 Pull bead, Tor olomrollorp'port o tl eignol cion0oroe Cwl,bo Iceo+uo p 5'•6 f v Ion° he o0)Ccpm oloctrol lor,loci o cl9 nol CONCPE iE OR xON-PCC COVEgS of onooN.Pwl+oor+.a anollvo•' P'ecuo voj°n Ant t°bockk 1 Gwb" PULL Box v imuo n runr Onp+n pHexl1 n mum nil mum xop,n ox L w xx q Etl90 Logo otl9e"r cM1oultl11 oxoopT hdro mFlc Ic r omC4lCol box nroy Be iMckne°p Cnb E.TonolCn L4 L1 TMckneGGxox pntl Exienclon iniektmnp Toper PlCentl In Sh07hCr NU17oble proTeCTetl pntl c eolb 1e IoeoTion. STATE Or [AL,POPxIA °.]'/ T) 1'/ 1•p 1�-6'[ I" 1•-B+ _ ••ZK[ lot',G t p""" x"T Apple - a 1�1�Iw 0 '/; None DEPARTMENT OF TRANSPORTATION x NG.](1) t'-1 t' a ," 2'-S'/ram 1I-T] 1 Obed NO —]M I-e n o Y: Nono e.G(r) z ,-D' z'-L'oIz•-n'/eG1.11�:1-sDCee apt 12-9p vj D 1 ELECTRICAL SYSTEMS n fxuueln9 cN-4AIt.0 xx Ten almnnp." (PULL BOX DETAILS) NO SCALE ES-8