HomeMy WebLinkAbout05608 - MACADEE ELECTRICAL CONSTRUCTION PROTECTED PERMISSIVE SIGNAL CP 07-19 INDIAN CYN/RAMON RD DOC # 2008-0394070
07/18/2008 08:00p FEe:NC
page t of t
Recorded in Official Records
County of Riverside
V Larry W. Ward
Assessor, County Clerk & Recorder
�Ao�` � �� IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII
Lm
U PApfGE SIZE DA MISC LONG4FCOPY
Recording Requested By;l,ndWhen Recorded Return To: A L 465 426 PCOR NCOR SMF! nCily of Palm Springs Atln:City Clerk ��� ' C � 7- CTY
P.O.Box 2743,Palm S rin s,CA 92263-2743
(SPACC ABOVE THIS LINE FOR RECORDING USE)
(EXE14PT FROM RECORDING FEE PER GOV.CODE¢6103)
NOTICE OF COMPLETION
NOTICE IS HEREBY given that: 802
1. The City of Palm Springs,California,is a municipal corporation,organized and incorporated pursuant to the laws of the State of California.
2. 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-
3. The address ofthe City ofPahn Springs is City Hall,3200 E.Tahquitz Canyon Way,Palm Springs,California(P-O.Box 2743,Palm Springs,
CA 92263-2743).
4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 13"'day of June,
2008.
5. The name of the contractor(if named)for such work of improvement was:Macadee Electrical Construction,4755 Lanier Road,Chino,
CA 91710.
6. The public work of improvement,which was completed in the City of Palm Springs,County of Riverside,State of California,is described
as follows:Protected Permissive Signal Conversion,Phase I-Indian Canyon Drive at Ramon Road.
7- Nature of Interest:Fee Owner
8. The property address or location of said property is:Intersection of Indian Canyon Drive and Raman Road,Palm Springs,California.
9- City Project No.07-19,Agreement Number:5608
CITY OF PALM SPRINGS: REVIEWED BY: DATED: 7-3-
Senior Public Works Inspector
ichael K.Lytar
BY: 'Q/ DATED:
Director of Public Works/City Engineer `
David 1.Barakian
JAMES THOMPSON,being duly swom,says:
That he is the City Clerk of the aforesaid City ofPakn Springs,California,the corporation that executed the foregoing notice; that he makes this
verification on behalf ofsaid corporation; that he has read the foregoingNotice OfCompIction,and knows the contents therwf,and that the facts
stated therein are true; that as said City Clerk,he makes this eagcation on behalf of said municipal corporation.
/ City Clerk-James Thompson Index No- 1008
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: Macadee Electrical Construction, bate: May 12,2008
4755 Lanier Road Project No.: 07--19
Chino,CA 91710 Project: RamotJlndian Signal
Change Order No.: Three (3)
Contract Purchase No.: 0000715:0
Accounr .Nuu+Uer. 2614491.50261
Agreement No.: 5608
CHANGES IN'WORK/COST
Tncrease to Contract Quantities
New Items
D. Re-rout existing service conductors at $790,00
the intersection of East Palm Canyon Way
and Cherokee.
Total-Change Order Increase Amount $790.00
i
I
REASONS FOR CHANGES-
D. The meter pedestal that serves the traffic signal at East Palm Canyon and Cherokee has been
replaced. This change order allows for the re-routing of existing service conductors to the new meter
including the splicing and connection of all luntinaire and street name sign conductors.
Note: The lump-sum/agreed price indicted above is inclusive of all applicable marl.ups.
SOURCF. OF FUNDS
The following account will be utilized: (001-430)-42190)Street Lights and Maintenance Supplies
1
Snwwary of Costs Contract Time
Original Contract Amount: $35,769,00 Original Completion Dace: April 14,2008 `
This Change Order. $ 790.00 Days Added for this C.C.O.: —I—
Previous Change Order(s): $21,185.00 Previous Days Added --10--
Rcvised Contract Amount $57,744.00 Revised Completion Da= TBD
I have received a copy of this Change Ci ppro 1:
Order and the above AGREED PRICES
are acceptable to the contractor. Submitted by Date 5'Z-a'a Qu
Sct 'or Public Works Inspector
t B Approved by V Date—el Y
�
Contactor Macadce ectrical City-Engineerr Date Approved by Date I " - }
Ci o
Atteste
City Clerk
Distribution:
Original Fxccured Cooties Conformed-FileCoov ---
Contractor (1) Engineering File (1)
City Clerk (1) Senior Public Works Inspector (1) 1
.Economic Development (1)
Finance (1)
APPROVED BY CNY MANAGER
Dq,�APPROVEDBYCVIYCOUNCIL
2 �
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: Macsdee Electrical Construction Date: April 11,2008
4755 Lanier Road Projecc No.: 07-19 !
-- Chino,CA 91710 Projecc: Ramon/Indian Signal
Change Order No.: Two (2)
Contract Purchase No.: 0000715:0
Account Numbers: 261.4491.50261
Agreement No.: 5608
I
CIiANGFS IN WORK/COST
Increase to Contract Quantities
New Items
A. Install 2" Conduit Into Controller Lump Sum $2,770,00
B. Install 2" Conduit for Advance Detection Lump Sum $6,917.00
C. Install(3)Advance Detector Loops Lump Sum $3,150.00
Total-Change Order Increase Amount $12,837.00
I
REASONS FOR CHANGES:
A. Existing conduits from the pull-box to the controller cabinet at the SW corner ofRamon and Indian
are no longer of sufficient size following the installation of new cables and conductors required as a part of
this project. As it exists,the conduit in the controller cabinet was suitable for its originally intended use,
However,the newer traffic signal technologies being installed at this location require additional conduit to E
complete the installation of new components.
B. Existing 1"conduit for Westbound Advance loop detection at Ramon and Indian is unusable due to
age and all existing conductors are locked in place preventing installation of new detection cables. This
item allows for the installation of approximately 60 feet of2"conduit via directional boring along the North
side of Ramon Road,extending East from the NE comer. Additionally,2 detection cables will be installed
and connected from the controller to the advance loop location.
C. There is no advance loop detection for the westbound approach on Ramon. This item allows for the e
installation and connection of three advance detector loops.
5 working days will be added to the contract to allow for scheduling and completion of this work
Note: The lump sum/agreed prices above are inclusive of all applicable markups.
1
SOURCE OF FUNDS
The following account will be utilized: 2614491-50261
I
Summary of Costs Contract Time
Original Conttad Amount: $35,769.00 Original Completion Date: April 14,2008
This Change Order: $12,837.00 Days Added for this C.C.O.: --5--
Previous Change Order(s): $8,348.00 Previous Days Added: --5—
Revised Contract Amount: $56,954.00 Revised Completion Date: TBD
I have received a copy of rhis Change City prov-
Order and the above AGl3EFD PRICES ar G/ 1j _ O
e acceptable to the conrractor. Submittedby Date
Senior Public Works Inspector
O
By / Approved by �� Date
Co tractor:Maca ee Electrical CityEngineer
Date f5 ,-,e6 Approved by Date
City-Mlnager
k
Approved by is I k Date
Economic Development G-
Accestud
City C _ =
Distribution: - �~
Original Pxecuted Q ics Confirmed-File Coot/
Contractor (1) Frigmecring File (1)
City Clerk (1) Senior Public Works Inspector (1)
Economic Development (1)
Finance (1)
gPpROVED BY CITY COUNCILAPPROVED BY CITY MANAGER
1,L:$1a,S37
2
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: Macadee Electrical Construction Jute; March 27,2008
4755 Lanier Road Project No.: 07--19
Chino,CA 91710 Project: RarnoiOndian Signal
Change Order No.: One (1)
Contract Purchase No.: 00007150
Account Numbers: 261.4491.50261
Agrecmmt No.: 5508
CHANGES IN WO1WCOST
Increase to Contract Quantities
New Item
Install approximately 80 lin&feet of 3" rigid steel conduit Lump Sum $8,348.00
Total-Change Order Increase Amount $8,348.00
REASONS FOR CHANGES;
j As a part of this project the contractor was to remove all existing traffic signal conductors from the existing
conduits at Indian Ave and Ramon Rd. and replace them with new. The existing conduit on the South side
of the intersection is obstructed and the conductors cannot be removed. Significant efforts were made to
clear the conduit but were unsuccessful. This change order allows for the installation of anew 3"rigid steel
conduit via directional boring from the southwest to the southeast comer of the Ramon/lndian intersection.
The Lump Sum/Agreed Price indicated above is inclusive of all Labor,materials and equipment required to
complete the conduit placement.
5 working days will be added to the contract to allow for scheduling and completion of this work
F
Note: The lump sum/agreed price above is inclusive of all applicable marls ups.
SOURCE OF FUNDS
The following account will be utilized, 261-4491-50261
1
i
Summary of Costs Contract Time
II
Original Contract Amount: $35,769.00 Original Completion Dace: April 14,2008
This Change Order: $8,348.00 Days Added for this C.C.O.: S
Previous Change Order(s): $0.00 Previous bays Added: •-0--
Revised Contract Amount; $44,117.00 Revised Completion Date: April71,2008
i
i
I have received a copy of this Change City pprova
Order and the above AGREED PRICES 3-Z$ g
are acceptable to the contractor. Submitted by Date
Senior Public Works Inspector
$y Approved by L/V Dare
tractor: acadee Electrical City-gngineer
Dace 2 0 Approve 4 i Date, -
71�-City�ManagX i
Approved by Date
—
Economic Development
Atteseed- y_ ate 0-S;1.3 4�ZfsbB
City Clam r -
Distribution:
Ana Executed Clsiels Conforme File Co
Contractor (1) Engineering File (1)
City Clerk (1) Senior Public Works Inspector (1)
Economic Development (1) I
Finance (1)
APPROVED BY CITY COUNCIL APPROVED BY CITY MANAGER
a
2 i
i
F
AGREEMENT
THIS AGREEMENT made this L day of in the year 200�, by
and between the City of Palm Springs, a charter city, 0ganized 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
MACADEE ELECTRICAL CONSTRUCTION
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:
PROTECTED PERMISSIVE SIGNAL CONVERSION PROJECT
PHASE 1 -- INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO. 07-19
The Work is generally described as follows:
Modification of existing traffic signal, including relocation of existing vehicle heads, traffic
signal rewiring, installation of traffic signs, installation of Type E loop detectors, installation
of traffic signal controllers, emergency pre-emption systems, uninterrupted power supply
systems, relocation of equipment, and other associated work at the intersection of Ramon
Road at Indian Canyon Drive,
ARTICLE2 -- 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 the applicable
provisions of the Standard Specifications, as modified herein- They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. Accordingly, instead of
requiring any such proof, the City and the Contractor agree that as liquidated damages or
delay (but not as a penalty), the Contractor shall pay the City the sum of$576.00 for each
calendar day that expires after the time specified in Article 2, herein.
:sT
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO,07-19 AGREEMENT FORM . .-
--- ---- -- -11/2/2007 - - - - -- - ---- AGREEMENT AND BONDS-PAGE 1
ARTICLE 3 -- CONTRACT PRICE (35,769.)
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
1 to 2 , 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 provisions of 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 as
amended by the Special Provisions will have the meanings indicated in said Standard
Specifications and Special Provisions. No assignment by a party hereto of any rights
under or interests in the Contract Documents will be binding on another party hereto
without the written consent of the party sought to be bound; and specifically, but without
limitation, monies that may become due and monies that are due may not be assigned
without such consent (except to the extent that the effect of this restriction may be limited
by law), and unless specifically stated to the contrary in any written consent to an
assignment, no assignment will release or discharge the assignor from any duty or
responsibility under the Contract Documents.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT--PHASE 1
CITY PROJECT NO.07-19 111212007 AGREEMENT FORM
-- - - .... _
AGREEMENT AND BONS-PAGE 2
The City and the Contractor each binds itself, the 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: CONTENTS APPROVED:
CITY OF PALM SPRINGS, CA.
= ; y
City Clerk City Manager
Date: C:�Ao&r foog Date:
By
City Engineer
Date: /�ZZl4-
T
APPROVED TO/FORM: APPROVED BY CITY COUNCIL:
By C Date: u1/09/08Agreement No. 5608
Cit Attorney
Date: Gl l �J APPROVED BY CITY COUNCIL
A .D$ 2 J kebo$
Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or airy vice
President- The second signature must be from the secretary, Assistant secretary, Treasurer, Assistant Treasurer, or Chief
Financial Officer.
CONTRACTOR NAME:
Macadee Electxical Construction, Incfheck one,Individual„Partnership corporation
4755 Lanier Road
Address
Chino, Cz� 91710 _
By gY
S gnature(No rj ed) Signature (Notarized)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
_....,...,... w.- ....-ti lG:..�=...: G. ka/.i].ti;=^.:vt_.._= _ ari_..,;_�._• ...•., _ n. .c.a., i. F. ..F.r r-r .rr�ti=
State of Califor
ss.
County
On ` — Date d before me,
Date Name a tl of officer Jane Cea,Newry Pubh�)
personally appeared �_ 2
-c �—,
Aersonally known to me
❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are subscribed
CAROLS J.LOVE to the within instrument and acknowledged to me that
Commiss1on71151e787 he/she/they executed the same in his/her/their
Notary public-CoOu nip authorized capacity(ies), and that by his/her/their
-mow son 3emerdino county My Comm.ExplreisAug 30,2a]e- signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted,
executed the instrument.
WITNESS my hand and official seal.
Place Notary Seal Above
Slgmturo of Notary Public
OPTIONAL
Though the fnformarion below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: / — r 21 — 40 i> Number of Pages:
Signer(s) Other Than Named Above: ,
Capacity(ies) Claimed by Signer(s)
Signer's Name: Signer's Name:
❑ Individual ❑ individual
❑ Corporate Officer—Ttle(s): ❑ Corporate Officer—Title(s):
❑ Partner--❑ Limited ❑ General ❑ Partner---❑ Limited ❑ General
❑ Attorneyin Fact
Top of thumb here ❑ Attorney in Fact ran of thumb here
❑ Trustee LJ Trustee
❑ Guardian or Conservator ❑ Guardian or Conservator
❑ Other: ❑ Other:
Signer Is Representing: Signer Is Representing:
�K-?c.�V^:',vj:,�;,rc.�::xc.•c<.c,:w.p�.:��c�>^G::G:�.;r�:=�.ti`ti�;Yti...•--�-
Q 2004 National Near,Assocwoon•9230 Cn Go,.Avc,PO box 14o2•ChaFwmih,CA 0131&2502 Item No 5907 Reorder.Call Toll-Free 1-900-1
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 Macadee Electrical Construction, Inc.
By
Title Corporate Secretary
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE
1
CITY PROJECT NO,07-19 WORKER'S COMPENSATION CERTIFICATE
1112J2007 AGREEMENT AND BONDS-PAGE 5
BID DOCUMENTS
Only the following listed documents, identified in the lower right corner as "Bid
Forms" and reproduced on colored paper, shall be fully executed and submitted
with the Bid at the time of opening of Bids.
Bid (Proposal)
Bid Schedule(s)
List of Subcontractors
Non-collusion Affidavit
Bid Bond (Bid Security Form)
Bidder's General Information
Failure of a Bidder to fully execute and submit all of the listed documents with the
Bid will render a Bid as non-responsive and subject to rejection.
u
1
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07-19 COVER SHEET
11/2/2007 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:
PROTECTIVE— PERMISSIVE
SIGNAL CONVERSION PROJECT
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 #1 Date 11/19/2007
Number #2 Date 11/26/2007
Number Date
Number Date
Bidder has familiarized itself with the nature and extent of the Contract Documents, the
Work, the site, the locality where the Work is to be performed, the legal requirements
(federal, state, and local laws, ordinances, rules, and regulations), and the conditions
affecting cost, progress, or performance of the Work, and has made such independent
investigations as Bidder deems necessary.
In conformance with the current statutory requirements of California Labor Code Section
1860, et seq., the undersigned confirms the following as its certification:
I 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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 BID(PROPOSAL)
CITY PROJECT NO.07-19 BID FORMS-PAGE 2
1112/2007
14OV-19-2007 MON 10:47 AM CITY OF PALM SPRINGS FAX NO, 7603228360 P, 01/01
OF ?AL" Sp
City of Palms Springs
Depaurncnc of Public Works and Engineerinb
�• 3200 r' Tahgnilz Canyon Way • Palm SPrnngs, C;;ihrn•iva )22h"?
"r 7el (760) i33-F253 • Fax, 17601 322•8360 W.U. wwwa palm-eywigs c.,us
ADDENDUM NO. 1
To all prospective bidders under Specifications for Protective Permissive Signal Conversion
Project Phase 1 - Indian Canyon ❑r and Ramon, City Project No. 07-19, which are to be
received by the City of Palm Springs at the office of the Procurement and Contracting
Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2.00 p m. on
Tuesday, December 11, 2007:
I. The following changes shall be made in Specifications, Part I - Notice Inviting Bids
1. Paragraph N1 has been revised to read-
"N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Protective - Permissive
Signal Conversion Project, City Project No. 07-19, will be received by the Division of
Procurement and Contracting of the City of Palm Springs, California, until 2:00 P M. on
December 11, 2007, at which time they will be opened and read aloud. The
Engineer's Estimate is $33,000.
Date: November 16, 2007 BY ODDER OF THE CITY OF PALM SPRINGS
By �/�/� -
David J Barakian, P.E.
Director of Public Works/City Engineer
Civil Engineer C 28931
Posy Officr Sox 2743 0 Pa1m Springs, California 92263-2743
Yw-LID-euul NUN 11 ;41 ,i1 U11Y Uh I`KM SI'k1NUS hRX N0, 7603228360 P, 01/01
F PALM s'
.4��� City of Palm Springs
Department of Public Works and Engineering
•. Mo 3200 E TuhyulLz Canyon Way • Nlm Springs,Califurilb 92262
�I"""" �~ 'Ibl.(760):323.8253 • Fix:(760)322-h�60 • Web www,i palm-sprlrngs.cn uh
cqC 1 FO RN'P
ADDENDUM NO. 2
To all prospective bidders under Specifications for Protective permissive Signal Conversion
Project Phase 1 — Indian Canyon Dr and Ramon, City Project No. 07-19, which are to be
received by the City of Palm Springs at the office of the Procurement and Contracting
Manager at 3200 E, Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 p.m on
Tuesday, December 11, 2007
I The following changes shall be made in the Bid Forms, Bid Schedule:
1. Description of work. Revisions are shown in Bold type face
"Ramon Road at Indian Canyon Drive traffic signal modification, complete and in place as
shown on the plans, including, but not limited to: removing three (3) Marblite poles, grind out
one foundation for said poles; construct new foundation for one (1) 24-4-80 signal pole,
installing one (1) traffic sigiial pole assembly consisting of one (1) 24-4-80 pole, one (1) 35'
omf., LI II GG (0) D ouL Livi, signal h�ade, ona (1) ia' LMA, and himinnro nno riarlpstrinn Slonal
head, one pedestrian push button and one (1) LED IISNS (all furnished by City), removal of
lhma (a) PYictinn cional heads: Installation of two (2) new 5-section signal heads(furnished by
City), Installation of one (1) I ype Kr.i-1 trarilc Sign (IUTIIlslICU IJy CILy), IIIOLc IIGL]u,' .., , .,,„a,
"3trobccom II" Optioal Proomption and Priority C ontrnl Sy0prn nnnslstlnq one Model Emitter
of four (4) Tamar Model 209X-SD optical detectors, Tamar Model 2080-M3 optical signal
processor (OSP), M913 detector cable, and associated equipment (furnished by the City),
Installation of a Clary SP 1000MSN Universal UPS System for LED Signal Applications,
complete with UPS Power Module and Power Interface Module, and Battery System and
associated equipment installed in the new supplemental cabinet (furnished by the City),
Remove two existing pedestrian push buttons, Install 7 additional pedestrian push
buttons (provided by the City) on existing signal poles per the pole schedule found on
the signal plan; furnish and installation of twenty seven (27) Type "E" inductive loop
detectors; furnish and installation of 200' t/- of 2" galvanized conduit, and all appurtenant
work. Traffic signal rewiring with new conductors as necessary to implement the revised traffic
signal phasing."
Date November '16, 2007 BY ORDER OF THE CITY OF PALM SPRINGS
By OA—
David J. Barakian, P E.
Director of Public Works/City Engineer
Civil Engineer C 28931
Post Office Box 2743 • Palm Springs, California 92263-2743
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).
Dated: 1 9113/nO7
Bidder: m,cadee TnC
By: E9 )
(Signature)
Title: Corporate Secretary
PROTECTIVE-PPRMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 BID(PROPOSAL)
CITY PROJECT NO-07.19 BID FORMS-PAGE 3
11/2/2007
BID SCHEDULE
Lump Sum Price for Construction of:
PROTECTIVE— PERMISSIVE SIGNAL CONVERSION PROJECT
PHASE 1 —INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO. 07-19
RAMON ROAD AT INDIAN CANYON DRIVE
In Palm Springs, California
Description
Raman Road at Indian Canyon Drive traffic signal modification, complete and in place as
shown on the plans, including, but not limited to: removing three (3) Marblite poles; grind out
one foundation for said poles; construct new foundation for one (1) 24-4-80 signal pole;
installing one (1) traffic signal pole assembly consisting of one (1) 24-4-80 pole, one (1) 35'
SMA, three (3) 3 section signal heads, one (1) 12' LMA, and luminare, one pedestrian signal
head, one pedestrian push button and one (1) LED IISNS (all furnished by City), removal of
three (3) existing signal heads; installation of two (2) new 5-section signal heads (furnished by
City); installation of one (1) Type R73-7 traffic sign (furnished by City); installation of a Tomar
"Strobecom 11" Optical Preemption and Priority Control System consisting one Model Emitter of
four (4) Tomar Model 209X-SD optical detectors, Tomar Model 2080-M3 optical signal
processor (OSP), M913 detector cable, and associated equipment (furnished by the City);
installation of a Clary SP 1000SR/SN Universal UPS System for LED Signal Applications,
complete with UPS Power Module and Power Interface Module, and Battery System and
associated equipment installed in the new supplemental cabinet (furnished by the City);
furnish and installation of twenty seven (27) Type "E" inductive loop detectors; furnish and
installation of 200' +d- of 2" galvanized conduit, and all appurtenant work. traffic signal rewiring
with new conductors as necessary to implement the revised traffic signal phasing.
TOTAL BID PRICE - FOR BID SCHEDULE
For the lump sum price of:
$ 35,769.00
(Price in figures)
Thirty Five Thousand Seven Hundred Sixty Nine Dollars
(Price in words)
Macadee Electrical Construction, Inc.
Name of Bidder or Firm
PROTECTIVE-PERMISSNE SIGNAL CONVERSION PROJECT- PHASEI
CITY PROJECT NO. 07-1$ BID SCHEDULE
111212007 BID FORMS- PAGE
QUANTITIES OF WORK:
The quantities of work or material stated in the unit price items of the Bid Schedule 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 Schedule for the deleted item of Work.
Macadee Electrical Construction, Inc.
Name of Bidder or Firm
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT N0.07-19 BID SCHEDULE
111212007 BID FORMS-PAGE 5
INFORMATION REQUIRED OF BIDDER
LIST 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 Contractors Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which
will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as
Otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the
wards "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
1.
2.
3.
4.
5.
6.
7.
8-
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO,07-19 LIST OF SUBCONTRACTORS
11/2/2007 BID FORMS-PAGE 6
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID
State of California )
ss.
County of San Bernardino )
tcade:ef:lectrical
being first duly sworn, deposes and says that
she IS Of
construction, Ingthe 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.
Nate: The above Non-collusion Affidavit is part of the Proposal. Signing this Proposal on
the signature portion thereof shall also constitute signature of this Non-collusion Affidavit.
Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
Bidder Kevin mccarthy
By
Title
Organization mar.acjpp. Flactrical Construction,_TLC_
Address 4755 Larder Road
chino, cA 91710
PROTECTIVE-PERMI551VE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07-19 NON-COLLUSION AFFIDAVIT
1112l2007 BID FORMS-PAGE 7
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
�r.r�,s.^�.Se;..r�w^��Ta":�aM•.ti::c.:5.:3.._:.�.. _� ._"�w:^�.... -....�ti_f. _.. _.._�.� ,r. .. , r. �.r
State of Californi
ss.
<
County>>of Qom- ��- fir ✓�
On ,2 —,j Z , before me,
Data tl N Ile of ' r te � Notary Pudic")
personally appeared
N imr:O or Signer(:)
,personally known to me
❑ proved to me an the basis of satisfactory evidence
to be the person(s) whose names) is/are subscribed
to the within instrument and acknowledged to me that
CAasion; o10 he/she/they executed the same in his/her/their
t commission Y. 7510787
,- Notary Public-Callforni authorized capacity(ies), and that by his/her/their
ja �e son Bernardino County - signature(s) on the instrument the person(s), or the
Pnycomm. plresAug3o,200a entity upon behalf of which the person(s) acted,
executed the instrument.
WIT ,S Amy-hand and off, ial seal.
Place Notary Soal Above
Signature Diary Public
OPTIONAL o)J
Though the information below 1s not required by law, it may prove valuable to persons relying on the document
and could prevent Fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: _ _._.— Signer's Name:
❑ Individual ❑ Individual
❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s):
Ll Partner--LJ Limited ❑ General _ ❑ Partner—❑ Limited ❑ General -El Attorney Attorney in Fact To of mums tiara ❑ Attorney in Fact r
P Top of mumb here
❑ Trustee ❑ Trustee
❑ Guardian or Conservator 7 Guardian or Conservator
❑ Other: 7 Other:
Signer Is Representing: Signer Is Representing:
,N 4 n,:4:ti.��' �..��ti ti .V F ti. � 4 �%:ti ,,,..�r�.::<.'%..: <:%i,Y•c, ti'.ti ti ti.-(.::4:V'::.v 4 4�,....4�.� Fes:4��.. V•.4<4
0 2004 National Notary Association•9350 De Soto Ave. P.0 Box 2402•Chatsworth CA 91313-2402 Item No.5907 Recedee Call Toll-Free 1-600-676-6627
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:
Macadee Electrical Construction, Inc.
4755 Lanier Road
Chino, CA 91710
2. CONTRACTOR'S Telephone Number: (909 ) 627-1336
Facsimile Number: ( 9o9 ) 627-3772
3. CONTRACTOR'S License: Primary Classification C-10
State License Number(s) 583125
Supplemental License Classifications
4. Surety Company and Agent who will provide the required Bonds on this Contract:
Name of Surety AlliantTnsurance_services - pam Mrrr 7+hy
Address _ _327R Wal3d FmlirP Rlvrl, Snita 100
OntariQ. CA 21764
Surety Company Al l i ant Tncnranrp_SPryi cis—
Telephone Numbers: Agent ( 909) _4r1_3-51-jR Surety ( 909 ) 941-66ag
5. Type of Firm (Individual, Partnership or Corporation): (-r)rP -atinn
6. Corporation organized under the laws of the State of: California
7_ List the names and addresses of the principal members of the firm or names and
titles of the principal officers of the corporation or firm:
John McCarthy - President 4755 Lanier Road, Chino, CA 91710
Debra McCarthy - Vice President 4755 Lanier Road, Chino, CA 91710
Kemin McrarLhy _ CprSec 4755 Lanier Road Ching CA 91710
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07-19 BIDDER's GENERAL INFORMATION
1112/2007 BID FORMS-PAGE 9
BIDDER'S GENERAL INFORMATION (Continued)
8. Number of years experience as a contractor in this specific type of construction
work: 22 Years
9. List at least three related projects completed to date:
a. Ownercity of Norco Address 2870 Clark Avuxue, Norco, CA 91760
Contact xsA Engineering Class of Work Traffic si Ils
Phone_(909) 594-9702 Contract Amount $290,569.00
Project Traffic signal instaIlate Completed 12/05
Contact Person�1 ay Telephone number
b. Owner Address z1R2� 5 [nnl CA 91765
Contacta sidle & A, ,- Class of Work
Phone Contract Amount $611 .535.00
Project
&TrcaCr' fa iagaL Date Completed 7/07
Contact F'ersor��John Hide Telephone number 909 839-7040
C. Owner City of rynress Address 5275 Oran e Ave C cell CA 90630
Contact Engineer Class of Work
Phone (714) 229-6700 ContractAmount 558 . 878. 00
Project Traffic signal mstam�te Completed 9107
Contact Person xej_k ate lephone number 71 4 229-6700
10. List the name and title of the person who will supervise full-time the proposed work
for your firm: xevin McCarthy - Corporate secretary
11. Is full-time supervisor an employee x 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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07-19 BIDDER'S GENERAL INFORMATION
1 1/212 0 0 7 BID FORMS-PAGE 10
CITY OF PALM SPRINGS, CALIFORNIA
PUBLIC WORKS AND ENGINEERING DEPARTMENT
NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND
SPECIAL PROVISIONS
FOR CONSTRUCTION OF THE:
PROTECTIVE PERMISSIVE
SIGNAL CONVERSION PROJECT
PHASE 1 - INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO. 07-19
IN THE CITY OF PALM SPRINGS
OCTOBER 2007
OF ?ALA4 S
u cn
RppRAT E�
C,1� �EDRN�P
David J. Barakian, P.E., City Engineer
Bids Open: December 11, 2007
Dated: October 10, 2007
CITY PROJECT NO. 07- 19
The Special Provisions contained
herein have been prepared by, or
under the direct supervision of, the
following Registered Civil Engineer:
PR�ZL Ca
OFFi
��SQP�Ip1, o
rm
David J. Barakian, P.E.
City Engineer
Civil Engineer C 28931 �gL�FQRNIA
Approved by:
XL
David J. Barakian, P.E.
City Engineer
Civil Engineer C 28931
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07-19
11/2/2007 SIGNATURE PAGE
NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND
SPECIAL PROVISIONS
TABLE OF CONTENTS
PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS
Notice Inviting Bids
Instructions to Bidders
Bid Forms
Bid (Proposal)
Bid Schedule
List of Subcontractors
Non-collusion Affidavit
Bid Bond (Bid Security Form)
Bidder's General Information
Agreement and Bonds
Agreement Form
Worker's Compensation Certificate
Performance Bond
Payment Bond
Certificate of Insurance
PART II -- SPECIAL PROVISIONS
Section 1 - Specifications and Plans
Section 2 - Proposal Requirements and Conditions
Section 3 - Award & Execution of Contract
Section 4 - Scope of Work: Beginning of Work, Time
of Completion, and Liquidated damages
Section 5 - Control of Work
Section 6 - Control of Materials
Section 7 - Legal Relations and Responsibility
Section 8 - Prosecution and Progress
Section 9 - Measurement and Payment
Section 10 - Construction Details
PART III --APPENDICES
Caltrans Standard Plans
x w w w w
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT--PHASE 1
CITY PROJECT NO.07-19 SPECIAL PROVISIONS
11/2/2007 GENERAL CONTENTS-PAGE 1
CITY OF PALM SPRINGS
PUBLIC WORKS AND ENGINEERING DEPARTMENT
PART I - BIDDING AND CONTRACTUAL
DOCUMENTS AND FORMS
PROTECTIVE-PERMISSIVE
SIGNAL COVERSION PROJECT
CITY PROJECT NO. 07-19
Notice Inviting Bids
Instructions to Bidders
Bid Forms
Bid (Proposal)
Bid Schedule
List of Subcontractors
Non-Collusion Affidavit
Bid Bond (Bid Security Form)
Bidder's General Information
Agreement and Bonds
Agreement Form
Worker's Compensation Certificate
Performance Bond
Payment Bond
Certificate of Insurance
w w w w w
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07-19 PART 1 CONTENTS
11/2/2007 PAGE 1
AFFIDAVIT OF PUBLICATION POSTING AND NOTICE
State of California )
County of Riverside ) ss
City of Palm Springs)
I, CARRIE ROVNEY, Administrative Assistant, of the City
of Palm Springs, California, hereby declare, under penalty of
perjury under the laws of the State of California, that the
attached Public Notice Inviting Bids for CP No. 07-19,
Protected Permissive Signal Conversion Project, Phase I,
Indian Canyon Drive at Ramon Road, was transmitted to •the
Public Record on November 8, 2007 for publication in The
Public Record, an adjudicated legal publication on December 14
and 21, 2007, submitted to the following trade journals and
Plan Room Lists: McGraw-Hill Construction, Bid America, Hi-
Desert Plan Room, Associated General Contractors, Reed
Construction Data, Construction Bid Board, Southern California
Builders Association, Construction Bid Source Interactive and
Building Industry Association, posted on the Public Works and
Engineering Website on November 15, 2007, and available for
public review and copy at the City of Palm Springs Public
Works and Engineering Department, City Hall, 3200 East
'Tahquitz Canyon Way, Palm Springs, for the period commencing
on November 14 through December 11, 2007 .
Carrie Rovncy, Aid inistra e Assistant
�Cit �L—P'alm pry `iny —C ornza
CITY OF PALM SPRINGS
NOTICE INVITING BIDS
PROTECTIVE—PERMISSIVE, SIGNAL CONVERSION PROJECT
CITY PROJECT NO. 07-19
N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Protective — Permissive
Signal Conversion Project, City Project No. 07-19, will be received by the Division of
Procurement and Contracting of the City of Palm Springs, California, until 2:00 P.M. on
December 11, 2006, at which time they will be opened and read aloud. The Engineer's
Estimate is $33,000.
N-2 DESCRIPTION OF THE WORK: The Work comprises the modification of the
existing traffic signal located at the intersection of Ramon Road and Indian Canyon Drive,
including the installation of a 24-4-80 traffic signal pole, signal mast arm, luminaire mast
arm and luminaire, replacement of existing vehicle heads, traffic signal rewiring, installation
of traffic signs, installation of Type E loop detectors, installation of emergency pre-emption
system, uninterrupted power supply system, relocation of equipment, other pertinent
equipment, installation of LED IISNS and other associated work. Additionally the project
includes the removal of 3 marbelite poles, the installation of 2 marbelite street light poles
and installation of overhead wiring.
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 Schedule inclusive, and reject all
other-bids, as it may best serve the interest of the City.
(b) As a condition of award, the successful bidder will be required to submit payment
and performance bonds and insurance.
N-4 BID SECURITY. each bid shall be accompanied by a certified or cashier's check or
Bid Bond in the amount of 10 percent of the total sum of Bid Schedule 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.
subcontractors shall pay not less than said specified rates and shall post a copy of said wage
rates at the project site.
N-S 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 $40.00 per set and
are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm
Springs, CA 92262. No refund will bel 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 Division of
Procurement and Contracting at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262.
The envelope shall be plainly marked in the upper left hand corner with the name and address
of the Bidder and shall bear the words 'Bid For.." followed by the title of the Project and the
date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed
in the same envelope with the Bid.
Date Vv. y 2DD
By A/
David J. Barakian, PE
Director of Public Works/City Engineer
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO 07-19 NOTICE INVITING BIDS
111212007 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-
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 INSTRUCTIONS TO
CITY PROJECT NO.07-19 BIDDERS-PAGE 1
1 1/212 0 07
(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
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
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 INSTRUCTIONS TO
CITY PROJECT NO.07-19 BIDDERS-PAGE 2
1112l2007
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
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 Band, as
the case may.be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond
as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming
substantially to it in form.
7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the
City will return all bid securities accompanying such of the Bids that are not considered in
making the award. All other Bid securities will be held until the Agreement has been
finally executed. They will then be returned to the respective Bidders whose Bids they
accompany.
8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein.
Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one
Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of
schedules. All bid items shall be properly filled out. Where so indicated in the Bid
Documents, Bid price shall be shown in words and figures, and In the event of any conflict
between the words and figures, the words shall govern. The envelope enclosing the
sealed bids shall be plainly marked in the upper left-hand 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
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 INSTRUCTIONS TO
CITY PROJECT N0,07-19 BIDDERS-PAGE 3
11/2/2007
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
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
interlineations, 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 6 of the Standard Specifications and Special Provisions.
16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based
primarily on the lowest overall cost to the City, and will be made to a responsive,
responsible Bidder whose Bid complies with all the requirements prescribed. Unless
otherwise specified, any such awards 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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 INSTRUCTIONS TO
CITY PROJECT NO 07-19 BIDDERS-PAGE 4
1112l2007
17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall
execute a written Agreement with the City an the form of agreement provided, shall
secure all insurance, and shall furnish all certificates and bands required by the Contract
Documents within 15 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 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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 INSTRUCTIONS TO
CITY PROJECT NO.07-19 BIDDERS-PAGE 5
11/2/2007
(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 -
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 INSTRUCTIONS TO
CITY PROJECT NO.07.19 BIDDERS-PAGE 6
1 1/212 0 07
BID DOCUMENTS
Only the following listed documents, identified in the lower right corner as 'Bid
Forms" and reproduced on colored paper, shall be fully executed and submitted
with the Bid at the time of opening of Bids.
Bid (Proposal)
Bid Schedule(s)
List of Subcontractors
Non-collusion Affidavit
Bid Bond (Bid Security Form)
Bidder's General Information
Failure of a Bidder to fully execute and submit all of the listed documents with the
Bid will render a Bid as non-responsive and subject to rejection.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07.19 COVER SHEET
1112/2007 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:
PROTECTIVE— PERMISSIVE
SIGNAL CONVERSION PROJECT
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 Band, and all Permits required by the Contract Documents.
Bidder has examined copies of all the Contract Documents, including the following
Addenda (receipt of which is hereby acknowledged):
Number Date
Number Date
Number Date
Number Date
Bidder has familiarized itself with the nature and extent of the Contract Documents, the
Work, the site, the locality where the Work is to be performed, the legal requirements
(federal, state, and local laws, ordinances, rules, and regulations), and the conditions
affecting cost, progress, or performance of the Work, and has made such independent
investigations as Bidder deems necessary.
In conformance with the current statutory requirements of California Labor Code Section
1860, et seq_, the undersigned confirms the following as its certification:
I 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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 BID(PROPOSAL)
CITY PROJECT N0.07-19 BID FORMS-PAGE 2
11/212007
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).
Dated:
Bidder:
By:
(Signature)
Title:
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 BID(PROPOSAL)
CITY PROJECT NO 07-19 BID FORMS-PAGE 3
11=007
BID SCHEDULE
Lump Sum Price for Construction of:
PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT
PHASE 1 —INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO. 07-19
RAMON ROAD AT INDIAN CANYON DRIVE
In Palm Springs, California
Description
Ramon Road at Indian Canyon Drive traffic signal modification, complete and in place as
shown on the plans, including, but not limited to: removing three (3) Marblite poles; grind out
one foundation for said poles; construct new foundation for one (1) 24-4-80 signal pole;
installing one (1) traffic signal pole assembly consisting of one (1) 24-4-80 pole, one (1) 35'
SMA, three (3) 3 section signal heads, one (1) 12' LMA, and luminare, one pedestrian signal
head, one pedestrian push button and one (1) LED IISNS (all furnished by City), removal of
three (3) existing signal heads; installation of two (2) new 5-section signal heads (furnished by
City); installation of one (1) Type R73-7 traffic sign (furnished by City); installation of a Tamar
"Strobecom II" Optical Preemption and Priority Control System consisting one Model Emitter of
four (4) Tomar Model 209X-SD optical detectors, Tomar Model 2080-M3 optical signal
processor (OSP), M913 detector cable, and associated equipment (furnished by the City);
installation of a Clary SP 1000SR/SN Universal UPS System for LED Signal Applications,
complete with UPS Power Module and Power Interface Module, and Battery System and
associated equipment installed in the new supplemental cabinet (furnished by the City);
furnish and installation of twenty seven (27) Type "E" inductive loop detectors; furnish and
installation of 200' +/- of 2" galvanized conduit, and all appurtenant work. traffic signal rewiring
with new conductors as necessary to implement the revised traffic signal phasing.
TOTAL BID PRICE - FOR BID SCHEDULE
For the lump sum price of:
(Price in figures)
(Price in words)
Name of Bidder or Firm
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT- PHASE
CITY PROJECT N0, 07-19 BID SCHEDULE
11/2/2007 BIDFORMS- PAGE4
QUANTITIES OF WORK:
The quantities of work or material stated in the unit price items of the Bid Schedule 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 Schedule for the deleted item of Work_
Name of Bidder or Firm
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07-19 BID SCHEDULE
11/212007 BID FORMS-PAGE 5
INFORMATION REQUIRED OF BIDDER
LIST OF SUBCONTRACTORS
As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and
business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of
the Contractors Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which
will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as
otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the
words "and/or' will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive
and may cause its rejection.
Contractors Percent
License of Total
Work to be Performed Number Contract Subcontractors Name&Address
1.
2.
3,
4.
5.
6.
7.
8.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07.19 LIST OF SUBCONTRACTORS
1102007 BID FORMS-PAGE 6
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.
Note: The above Non-collusion Affidavit is part of the Proposal. Signing this Proposal on
the signature portion thereof shall also constitute signature of this Non-collusion Affidavit.
Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
Bidder
By
Title
Organization
Address
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07-19 NON-COLLUSION AFFIDAVIT
11=007 BID FORMS--PAGE 7
BID BOND
KNOW ALL MEN BY THESE PRESENTS,
That as Principal, and
as Surety,
are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of.
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:
PROTECTED PERMISSIVE SIGNAL CONVERSION PROJECT
PHASE 1 —INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO. 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 attorney's fee to be fixed by the
court.
SIGNED AND SEALED, this day of 200_
PRINCIPAL:
Check one:_individual, partnership, _corporation
(Corporations require two signatures; one fmm 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
signature
By (NOTARIZED)
Print Name and Title:
signature
(NOTARIZED)
Print Name and Title:
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 BID BOND(BID SECURITY FORM)
CITY PROJECT NO.07-19 BID FORMS-PAGE 8
1112/2007
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:
Z 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:
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO.07-19 BIDDER'S GENERAL INFORMATION
1 V22007 BID FORMS-PAGE 9
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 Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
b. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
C. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
10. List the name and title of the person who will supervise full-time the proposed work
for your firm:
11. Is full-time supervisor an employee contract services ?
12. A financial statement or other information and references sufficiently
comprehensive to permit an appraisal of your current financial condition may be
required by the Engineer-
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1
CITY PROJECT NO-07-19 BIDDER'S GENERAL INFORMATION
11/2/2007 BID FORMS-PAGE 10
CITY OF PALM SPRINGS
PUBLIC WORKS AND ENGINEERING DEPARTMENT
PART II W SPECIAL PROVISIONS
PROTECTED PERMISSIVE SIGNAL CONVERSION PROJECT- PHASE 1
CITY PROJECT NO. 07-19
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
x x i x x
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT--PHASE 1 CONTENTS
CITY PROJECT NO.07-19 PART 11
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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT N0,07-19 SPECIFICATIONS AND PLANS
SECTION 1 -PAGE 1
Standard Plans -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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO,07-19 SPECIFICATIONS AND PLANS
SECTION 1 -PACE 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. Larry Moore (760) 778-3603
DESERT WATER AGENCY
Attention: Mr. Woody Adams (760) 323- 971
SOUTHERN CALIFORNIA EDISON COMPANY
Attention: Mr. Frank Jasso (760) 202-4278
SOUTHERN CALIFORNIA GAS COMPANY
Attention: Ken Kennedy (909) 335-7716
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 SPECIFICATIONS AND PLANS
SECTION 1 -PAGE 3
TIME-WARNER CABLE
Attention Mr. Dale Scrivner (760) 340-1312
WHITEWATER MUTUAL
Attention: Mr. Stan Clark (760) 325-5880
SPRINT
Attention: Mr. Lynn Durrett (909) 873-8022
UNDERGROUND SERVICE ALERT (800) 227-2600
1-2.5 - Emergency Information.
The names, addresses, and telephone numbers of the Contractor, sub-contractors, or
their representatives, shall be filed with the Engineer at the preconstruction meeting.
- - END OF SECTION -
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 -
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 PROPOSAL REQUIREMENTS&CONOITIONS
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 bonds with the City to
be approved by the City Council in the amounts and for the purposes noted below. Bonds
issued by a surety who is listed in the latest version of U.S. Department of Treasury
Circular 570, who is authorized to issue bonds in California, and whose bonding limitation
shown in the said circular is sufficient to provide bonds in the amount required by the
Contract shall be deemed to be approved unless specifically rejected by the City. Bonds
from all other sureties shall be accompanied by all of the documents enumerated in Code
of Civil Procedure 995.660(a)_ The Contractor shall pay all bond premiums, costs, and
incidentals. Each bond shall incorporate, by reference, the Contract and be signed by
both the Contractor and Surety and the signature of the authorized agent of the Surety
shall be notarized.
b. The Contractor shall provide two good and sufficient surety bonds. The Performance
Bond shall be for 100 percent of the Contract Price to guarantee faithful performance of
all work, within the time prescribed, in a manner satisfactory to the City, and that all
materials and workmanship will be free from original or developed defects. The bond
must remain in effect until the end of all warranty periods set forth in the Contract. The
Payment Bond (Material and Labor Bond) shall be for not less than 100 percent of the
Contract Price, to satisfy claims of material suppliers and mechanics and laborers
employed by it on the Work. The bond shall be maintained by the Contractor in full farce
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 995.510 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:
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 AWARD&EXECUTION OF CONTRACT
6 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 -
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO 07-19 AWARD&EXECUTION OF CONTRACT
6
SECTION 3-PAGE 2
SECTION 4 - SCOPE OF WORK; BEGINNING OF WORK;
TIME OF COMPLETION; AND LIQUIDATED DAMAGES
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:
25 WORKING DAYS
from the day specified in the Notice to Proceed issued by the City.
Said time of completion does 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 new 5-section
vehicle heads, signal and light poles, emergency vehicle preemption equipment,
UPS, cabinet and IISNS have been ordered by the City and will be available to the
Contractor at the City Yard located at 425 N. Civic Drive. All other equipment and
materials shall be ordered within three (3) days following award of this contract
(tentatively scheduled for December 19, 2007). Failure to order long 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 -
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 SCOPE OF WORK
SECTION 4-PAGE 1
SECTION 5 -CONTROL OF WORK
5-1 - Warranty Performance Bond. - The Performance Bond furnished by the
Contractor shall remain in force and effect, and shall not be exonerated for a period of
one year after the City's acceptance of the project; or, at the Contractors 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 Contractor's obligation of
performance.
5-2 - Access or Temporary Rights-of-Way. - All access or construction rights-of-way of
a temporary nature, other than shown on the plans, which the Contractor may find that it
required during progress of the work, shall be arranged for and paid for entirely by the
Contractor, at its own expense.
5-3 - Protection of Survey Monuments. - It shall be the Contractor's responsibility to
protect all the existing survey monuments, bench marks, survey marks and stakes.
Removal of such monuments, or displacement thereof, shall require their resetting per
City Standards for the existing type Of monument at the Contractor's expense-
5-4 - Surveying. — The City Engineer shall determine the location for new poles, loop
detectors pull boxes and other new or relocated equipment in the field-
6-5 - Authority of Engineer. - The Engineer shall decide all questions which may arise
as to the quality or acceptability of materials furnished and work performed, and as to the
manner of performance and rate of progress of the work; all questions which may arise as
to the interpretation of the plans and specifications; all questions as to the acceptable
fulfillment of the contract on 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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07.19 CONTROL OF WORK
SECTION 5-PAGE 1
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 condifions
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-
6-9 - 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 City10 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. i
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 -
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 CONTROL OF WORK
SECTION 5-PAGE 2
SECTION 6 -- CONTROL OF MATERIALS
6-1 City Provided Materials - The City of Palm Springs shall provide all new in as
described in Section 4 of these Special Provision to the Contractor. The-City-will furnish
to the Contractor, for installation at the various intersections, the following materials:
• One (1) traffic signal pole assembly consisting of one (1) 24-4-80 pole, one (1) 35'
SMA, three (3) 3 section signal heads, one (1) 12' LMA, and luminare, one
pedestrian signal head, one pedestrian push button, one (1) LED IISNS.
• Two (2) new 5-section signal heads;
• One (1) Type R73-7 traffic sign.
• One (1) Tomar "Strobecom ll" Optical Preemption and Priority Control System
consisting of four (4) Tomar Model 2190-SD optical detectors, Tomar Model 2140
optical signal processor (OSP), M913 detector cable.
• One (1) Clary SP 1000SR/SN Universal UPS System for LED Signal Applications,
complete with UPS Power Module and Power Interface Module, and Battery
System and associated equipment.
• One (1) UPS cabinet, side mount type M64425A for Clary UPS
• Two (2) type 1C128 Marbelite street lights, mastarms, luminare heads and
associated hardware for installation.
The Contractor shall verify the traffic signal equipment in stock at the City Yard necessary
to successfully complete the project at the start of the Work, and shall promptly notify the
City Engineer in the event it has determined that there is incorrect or insufficient traffic
signal equipment that will affect proper completion of the project. The City shall obtain
additional or replacement traffic signal equipment as determined by the City Engineer
upon notice by the Contractor that it lacks the correct or insufficient traffic signal
equipment necessary to complete the Work. All other traffic signal equipment shall be
furnished by the Contractor.
6-2 - Substitutions or Approved Equals. - Contractors requesting approval of "equal
products" shall submit their request, along with data substantiating such request, to the
Engineer no later than 20 days after bid opening. Data for approval of other materials
shall include complete calculations, technical data, samples and/or printed materials
relating to performance and physical characteristics of proposed substitutes.
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-
6-3 - 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
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO,07-19 CONTROL OF MATERIALS
SECTION 6-PACE 1
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.
6-4 - 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.
6-5 - Placing Orders. - The Contractor shall place the orders for all long lead-time
supplies, materials and equipment i for any and all water, telephone, electrical, gas,
sanitary sewer and traffic signal facilities within 3 working days after the award of
contract by the City of Palm Springs City Council (tentatively scheduled for
December 19, 2007). The Contractor shall furnish the Engineer with a statement from he
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.
6-6 - 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
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 -
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07.19 CONTROL OF MATERIALS
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 Code:
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
an 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."
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 LEGAL RELATIONS&RESPONSIBILITY
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
1773.8 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 Non-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 i 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."
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. -1 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:
7-1.01 E Trench Safety. '-As required by Section 6705 of the California Labor
Code and in addition thereto, whenever work under the Contract involves the
excavation of any trench or trenches 5 feet or more in depth, the Contractor shall
submit for acceptance by the City or by a registered civil or structural engineer,
employed by the City, to whom authority to accept has been delegated, in advance
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07.19 LEGAL RELATIONS&RESPONSIBILITY
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 3.5 on the Richter Scale, -and tidal
waves."
7-1.24 Notice of Completion. - In accordance with the Sections 3086 and
3093 of the California Civil Code, within 10 days after date of acceptance of the
Work by the City, the City will file, in the County Recorder's office, a Notice of
Completion of the Work.
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 masorfable 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-"
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO,07.19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PACE 3
7-1.26 Retainage From Monthly Payments. - Pursuant to Section 22300
of the California Public Contract Code, the Contractor may substitute securities for
any money withheld by the City to insure performance under the Contract_ At the
request and expense of the Contractor, securities equivalent to the amount
withheld shall be deposited with the City or with a state or federally chartered bank
as the escrow agent, who shall return such securities .to the Contractor upon
satisfactory completion of the Contract. Deposit of securities with an escrow agent
shall be subject to a written agreement for in-lieu construction payment retention
provided by the City between the escrow agent and the City which provides that no
portion of the securities shall be paid to 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
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'i 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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 LEGAL RELATIONS&RESPONSIBILITY
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
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.
(2) Subsurface or latent physical conditions at the site differing from those
indicated.
(3) Unknown physical conditions at the site of any unusual nature, different
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
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-FACE 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.
The Contractor is required to obtain 'an Encroachment Permit from Cathedral City for the
Work occurring at the Ramon Road/Crossley Road intersection, identified on Bid
Schedule D. The Contractor shall be responsible for paying all required Cathedral City
fees, if any.
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 Cade-
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-
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT--PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 6
Materials and equipment shall be removed from the site as soon as they are no longer
necessary; and upon completion of the work and before final inspection the entire
worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as
to.present a satisfactory clean and neat appearance, as approved by the Engineer. All
cleanup costs shall be absorbed in the Contractor's bid.
Full compensation for all work required in this section shall be considered as included in
the contract prices paid for the related items of work and no additional compensation will
be allowed 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
project, 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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT N0,07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 7
Traffic d Access. - he Contractor submit to Engineer,7 1.11 Tr Control an ess. T for shall the E g ,
traffic control plans for his approval. Any changes requested by the Engineer will be
incorporated into the traffic control plans prior to commencing work. The traffic control
plan must be a detailed plan showing the proposed phase construction, if any, all detours
planned within the construction site; and must include signage (each sign designation
shown), solar-powered arrow boards, delineators, barricades, etc.
The-Contractor shall provide and maintain all necessary traffic control to protect and
guide traffic for all work in the construction area, including solar powered arrow boards. All
traffic controls shall be clearly posted with signs prior to the beginning of any work. All
traffic restrictions listed herein are to supplement other traffic regulations of the City and
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 day
preceding a holiday will be permitted without prior approval of the Engineer.
Fridays shall be used for cleanup and paving where possible.
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
to the beginning of construction.
7-1.13 - Travel Lanes. - The Contractor is responsible for maintaining a minimum of one
lane open each-direction to traffic i during the construction. Emergency exits shall be
maintained to all residences and businesses at .all times during construction. In the
evening, the Contractor shall open the streets to regular traffic.
Flaggers will be required to insure the safe flow of traffic at intersections and businesses
that may be affected.-This work shall be included in the price for traffic control in the Bid
Schedule and no separate payment will be made therefore.
7-1.14 - Construction Signing, Lighting and Barricading. - Construction signing,
lighting and barricading shall be provided 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 State of California, Department of Transportation, "MANUAL ON
UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2003 EDITION AS AMENDED BY
MUTCD 2003 CALIFORNIA SUPPLEMENT', or subsequent editions in force at the time
of construction. These signs and barricades shall be indicated on and be an integral part
of the Traffic Control Plan.
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
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
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 8
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 During 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:
A. Minimum Scope of Insurance Required
1. General Liability Insurance is required whenever the City is at risk of third-
party
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO 07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 9
claims which may arise out of work or,presence of a contractor, vendor and
service
provider on City premises. At a minimum this policy shall:
• be written on a per occurrence basis; and
• include products and completed operations liability, independent
contractors
liability, broad form contractual liability, and cross liability protection.
2. Automobile Liability Insurance is required only when vehicles are used by
a
contractor, vendor or service provider in their scope of work or when they are
-driven
off-road on City property. Compliance with California law requiring auto
liability
insurance is mandatory and cannot be waived. At a minimum this policy shall:
• be written On a per occurrence basis;
• include coverage for Bodily Injury and Property Damage, Owned, Non-
owned
and Hired Vehicles; and
• include coverage for owned, non-Owned, leased and hired vehicles.
If an automobile is not used in connection with the services provided by the
contractor, vendor or service provider, a written request to waive this requirement
should be made to the City's Risk Manager.
3- Workers' Compensation and Employer's Liability Insurances is required for any
contractor, vendor Or service provider that has any employees at any time during
the
period of this contract. Contractors with no employees must complete a Request
for
Waiver of Workers' Compensation Insurance Requirement form available
from the
City's Risk Manager. At a minimum, this policy shall:
• provide statutory requirements of the State of California; and
• include $1,000,000 Employer's Liability.
4. Errors and Omissions (if applicable) coverage is required for licensed Or other
professional contractors doing design, architectural, engineering or other services
that warrant such insurance. At a minimum this policy shall:
• cover liability for malpractice or errors and omissions made in the
course of
rendering professional services.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 10
B. Minimum Limits of Insurance Coverage Required
$1 Million per Occurrencel$2 Million Aggregate
Umbrella excess liability may be used to reach the limits stated above.
Additional insurance requirements may be imposed by the City for services or
products that have a higher risk. Refer to the City's Risk Manager for information of
the insurance requirements for the following types of services or products:
1. Construction contracts which are awarded or administered through
City
departments other than the Public Works Department;
2_ Medical, excavation, drilling, trenching or shoring services, or services involving
explosives or pyrotechnics;
3_ Environmental consulting, engineering or related services or operations;
4. Custom manufactured products;
5. Products or services involving firearms, tobacco, alcohol, or controlled
substances;
6. Any unusual or high-risk activities, operations or products.
C. General Standards for Insurance Policies:
All insurance policies shall meet the following general standards:
1. Insurance carrier is to be placed with duly licensed or approved non-admitted
Insurers
in the State of California.
2. Insurers must have a Best's rating of B+, Class VII or higher (this rating includes
those
insurers with a minimum policyholder's surplus of$50 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 under the 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 Springy or (2) an
acceptable Certificate of Liability Insurance Coverage with an approved Additional
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-10 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 11
Insured Endorsement (see attached) 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
wo rk
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 forth 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.
The Workers' Compensation and Employers' 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
work shall not waive the contractor's obligation to provide them-
E. Acceptable Alternatives to Insurance Industry Certificates of Insurance:
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT--PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO 07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PACE 12
The City will accept either a CG 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 CG 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 premium) 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
Example A:
THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE
INSURED SHOWN IN THE SCHEDULE ABOVE, OR If EXCESS, SHALL
STAND IN AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE
NAJVIED INSURED'S SCHEDULED UNDERLYING PRIMARY
COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE
MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN
EXCESS OF THIS INSURANCE AND SHALL NOT BE CALLED UPON
TO CONTRIBUTE WITH IT.
Example B: SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE
CANCELLED BEFORE THE EXPIRATION DATE Tl-MKEOF, THE
ISSUING INSURER WILL gNDE VOR TO MAIL 30 DAYS*
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED
ITEREIIIryY �I�I�ur. rnrnnrr crTrtrwTnrrnncrrnrr r ne�rrn
F}13IaT-G �rrn===ON OR LIABILITY F AN UPON THE rcr c
ITS nnnnrre nn or�nr�r.-i,rrn�rnrcc
Tr.-ra-rrcrr.
*The broker/agent can include a qualifier stating "10 days notice far
nonpayment ofpremium."
Example C:
IT IS UNDERSTOOD AND AGREED THAT TIC, COMPANY WAIVES
THE RIGHT OF SUBROGATION AGAINST THE ABOVE
ADDITIONAL. JNSURED(S), BUT ONLY WITH RESPECT TO THE
JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED
HERETO.
- END OF SECTION -
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO,07-19 LEGAL-RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 13
SECTION 8 - PROSECUTION AND PROGRESS
8-1 - Schedule of Work. - A schedule of work shall be provided by the Contractor at the
pre-construction meeting. The Contractor's schedule, as submitted, is subject to approval
by the Engineer. The Contractor shall also provide a list of all subcontractors and
suppliers at said meeting. All subcontractors shall be present at the pre-construction
meeting.
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":
a) Powered Vehicles
b) Construction Equipment
c) Loading and Unloading Vehicles
d) Domestic Power Tools
- END OF SECTION -
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO 07-19 PROSECUTION&PROGRESS
SECTION 8-PAGE 1
SECTION 9 - MEASUREMENT AND PAYMENT
9-1 GENERAL
9-1.1 - Description: - Payment for the various items of the Bid Sheets, as further
specified herein, shall include all compensation to be received by the Contractor for
furnishing all tools, equipment, supplies, and manufactured articles, 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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 MEASUREMENT AND PAYMENT
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- Obtaining and paying for all required bonds, insurance and permits.
6- Posting all OSHA required notices and establishment of safety programs per Cal-
OSHA as required by Section 74.06 of the Standard Specifications.
7- Having the Contractor's superintendent at the job site full time as required under
Section 5-1.06 of the Standard Specifications.
S. Submittal of required Construction Schedule as specified in Section 8-1-04 of the
Standard Specifications.
9- Functional testing of new traffic signal controllers at a City approved manufacturer or
laboratory.
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
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO. 07.19 MEASUREMENT AND PAYMENT
SECTION 9-PAGE 2
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 -
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 MEASUREMENT AND PAYMENT
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 intersection of Ramon Road at Indian
Canyon Drive
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.
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-
PROTECTIVE-PERMISSIVE SIGNAL.CONVERSION PROJECT-
PHASE 1-INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO.07-19
11/2/2007
SECTION 10-PAGE 1
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. -
A. Description. Inspection of the work will be under the supervision of the Engineer
and will include monitoring and enforcing compliance of materials, equipment,
installations, workmanship, methods and requirements of the contract documents.
The Engineer may be represented on the work site by Inspectors and other duly
authorized representatives.
All submittals and correspondence between the City and the Contractor, related to
inspection of the work on this contract, shall be directed to the Engineer.
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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-
PHASE 1 -INDIAN CANYON OR AND RAMON RD
CITY PROJECT NO.07-19
11/2/2007
SECTION 10-PAGE 2
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
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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-
PHASE 1 -INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO.07.19
11/212007
SECTION 10-PAGE 3
10-3.3 --Vandalism. -The Contractor shall be responsible for protecting all new Portland
cement concrete construction from vandalism. Any vandalism identified on new concrete
construction shall be removed and replaced by the Contractor, as required and directed
by the City Engineer_
10-3.4 - Measurement and Payment. - Payment for construction of Portland cement
concrete improvements, complete in place, required to replace existing improvements
affected by the installation of traffic',signal improvements, as specified in the Standard
Specifications and in these Special Provisions and as directed by the Engineer, including
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 contractiaward by the City Council (tentatively scheduled for
December 19, 2007. All new traffic signal heads and traffic signs, poles, push
buttons, preemption systems and',UPS systems have been ordered by the City and
will be assigned to the Contractor: It shall be the responsibility of the Contractor to
place the order for all other traffic; signal equipment, generally identified in Section
6-5 "Placing Orders", of these Special Provisions: Within 15 days of award, the
Contractor shall furnish the City Engineer with a statement from the vendors that the
orders for all required traffic signal equipment has been received and accepted by said
vendor.
Prior to commencement of the traffici signal function test, all items of work related to signal
control shall be completed.
10-4.3 - Equipment List and Drawings. - The controller cabinet schematic wiring
diagram and intersection sketch on ISO Al Sheets 24 by 36 inches shall be combined
into 2 drawings, so that, when the cabinet is fully open, the drawing is oriented with the
intersection.
The Contractor shall furnish a maintenance manual for all auxiliary equipment, and
vehicle detector sensor units, control units and amplifiers. The maintenance manual and
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-
PHASE 1-INDIAN CANYON DR AND RAMON RO
CITY PROJECT NO.07.19
11/2/2007
SECTION 10-PAGE 4
operation manual may be combined into one manual, The maintenance manual or
combined maintenance and operation manual shall be submitted at the time the
equipment is installed. The maintenance manual shall include, but need not be limited to,
the following items:
A. Specifications
B. Design Characteristics
C. General operation theory
D. Function of all controls
E, Trouble shooting procedure (diagnostic routine)
F. Block circuit diagram
G. Geographical layout of components
H. Schematic diagrams
I. List of replaceable component parts with stock numbers
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. - Where the plans refer to the side
tenon detail at the end of the signal mastarm, the applicable tip tenon detail may be
substituted.
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.
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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-
PHASE 1 -INDIAN CANYON OR AND RAMON RD
CITY PROJECT NO,07-19
111212007
SECTION 10-PAGE 5
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 installed by trenching as provided below.
Installation of Conduit: Conduit shall be installed by jacking or drilling only, unless the
City Engineer determines the material underlying the pavement warrants trenching. At
locations where conduit is to be installed by jacking or drilling as provided in Section 86-
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 cut 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 1/2" 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 3116 inch
or larger brass bolt in the signal standard or controller pedestal and shall be run to the
conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be
visible after cap has been cast on foundation.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-
PHASE 1 -INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO.07-19
111212007
SECTION 10-PAGE 6
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 for rewiring the traffic signal with existing conductors or
as indicated on the plans. 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. .
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.
10-4.12 - 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
UPS system, including the batteries, shall be located in a supplemental cabinet attached
to the side of the existing cabinet, in accordance with the plans.
10-4.13 - 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 2140 optical signal processor (OSP), M913 detector cable, and associated
equipment (or approved. equal) shall be furnished by the City of Palm Springs and
installed by the Contractor. Emergency vehicle preemption equipment shall be installed
and shall include:
A. Tomar Model 209X-SD optical detectors, or equal, for each approach as
shown on plans.
B. Tomar Model 2080-M3 optical signal processor (OSP), sufficient for 8-
phase operation.
C. Tomar M913 detector cable
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,
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-
PHASE 1 -INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO. 07-19
11/2/2007
SECTION 10-PAGE 7
Emergency vehicle preemption sequence of operation shall be subject to the approval of
the Engineer prior to timing and turn-on of signals.
It shall be the responsibility of the Contractor to provide the services of a knowledgeable
representative of the manufacturer of the emergency vehicle preemption equipment to be
present for not less than the first day of the traffic signal lighting function test to ensure
proper installation and functioning of the equipment. The optical detector shall be a light-
weight, weatherproof, adjustable, bi-directional optical detector assembly. Internal
circuitry shall transform optical energy from the optical emitter assembly into electrical
signals for delivery via optical detector cable to the phase selection equipment.
The optical detector cable shall be a durable, shielded, 3-conductor cable with a drain
wire and the necessary electrical characteristics to carry power to the optical detector
from the phase selector and to carry' the optical detector signal to the phase selector_ It
shall conform to the written requirements of the manufacturer of the phase selector and
optical detector.
Phase Selector: This equipment shall interface between the optical detector and the
controller cabinet. It shall interface'with the signal controller and provide the following
functions while not compromising the control equipment fail-safe provisions:
A. Sufficient power to all optical detectors required for the intersection.
B_ Sensitivity to the optical detector signal via adjustable range potentiometers.
C_ Differentiation of signals by optical detectors from one or more emitters on a
first-come, first-served basis.
D. outputs to signal the controller to cause selection of the desired phase
green display for the approaching vehicle.
E. Smooth transition to non-priority operation upon passage of the vehicle
through the intersection.
Other: The Contractor shall provide a vehicle equipped with an emitter to test and verify
satisfactory operation of the equipment.
The price paid for furnishing and installing emergency vehicle pre-emption system
equipment, detector sensors and', cable shall be considered as included in the
Contractor's lump sum bid, and no additional compensation shall be allowed therefore.
10-4.14 — 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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-
PHASE 1 -INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO.07.19
11/2/2007
SECTION 10-PAGE 8
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 Sonotube® 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.
10-4.15 — 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).
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
Details," of the Caltrans.Standard Specifications, slots in asphalt concrete pavement shall
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
be used in slots which are 5/8-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.
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-
PHASE 1-INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO.07-19
11/2/2007
SECTION 10-PAGE 9
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.
10.4.16 — Luminaires. — New luminaires for traffic signals shall be provided by the City of
Palm Springs and installed by the contractor 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.
10-4.17 — Payment. - The lump sum contract price paid shall include full compensation
for all labor, materials, tools, equipment and incidentals, and for doing all the work
involved in installing all new traffic signal and lighting system equipment, complete and
fully operational in place as shown on the plans, including removal and replacement of
existing improvements, Construction of access ramps (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 price paid for vehicle loop detectors, as indicated on the plans shall be included in
the lump sum price contract price and 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, and no additional compensation will be made therefore.
END OF SECTION —
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-
PHASE 1 -INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO.07-19
11/2/2007
SECTION 10-PAGE 10
CITY OF PALM SPRINGS
PUBLIC WORKS & ENGINEERING DEPARTMENT
PART III APPENDIX
PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT
PHASE 1 -- INDIAN CANYON DR AND RAMON RD
CITY PROJECT NO. 07-19
Caltrans Standard Drawings
City of Palm Springs Standard Drawings
Manufacture's Drawings
PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT
PHASE 1--INDIAN CANYON DR AND RAMON RD
CITY ROJECT NO.07-19
11/2/2007 CONTENTS
PART III
^_.. Rp.nlnlnv curb It �. na-c ";;: ",. "CA'•c'c
Hv It^oLPn Lewbo' I50 m � m.ofvddnwvlk vt PtlpP N,ASS8iie c°ntlin°ns OlCratn,C°se A
$IOew°Ik I50 min ��5�� edge pi 51tleN°Ik N l rya 'I ThY°uph Co. C Cgrp rEmpa may be u'r'q / n
x c.4 III IT, �5 ]-a Mln Tor .°roar lnstnilvil°n: :lmllgr to Lfiv.z-� je, x�•
n $PP Note& rl]• IMIn� The,, shown In DcT°II A End Oni°il 0 I'd 11 eel'n°li rn[m[[e
sA^ JT l0 ano II --- '' case Pf cure ro p: u:pa in De•ail A m IHnr
Hold t •` S%Mox S deoi,ek . I n°T hove T ha +fie E°me.Core A ihrau911 )'WWSYI
E g9waIF C°sn C CJrD romps °I:° may 01 Used ET 9.?gnoY u'sr—
PCp if n _ IL))% py lbF hil( .d xJ `J
Y 5 OUCk vc°T°n:,q: 'tla COOdiT ions ml fC Nr`wW Jry N m "yLLC4
cltl vgl6 �,n Son '�y'f N Rds yp�� Oi0,0te. ry" e�n�Auu r.
�" Ala N •n i 1Y N'W1 a� �t tll:TanP from cure r0 book of
} I1' 5
'eo•mk is rod :nett f. gcapmmodaTe rnlmn:Iw ncq w,:and ra;A rn r.r•r n'e mmm
"5'nx r 1 Yomp °nG Ls' m (C-0 pl°irarm 'w
e lot Mox •Z`me sip; IS I A.x e'a;a aM"�{ ` s DlleO'OJIK toy bewDelncDaee ioiM1r Te,Y��pTm•Plans dorm N
O+ Cvr ' ° ." urn "�;.;•-"� -From etlaP •' ;aa rvOla: sot, pr �N'+vtlinm lr
L
r °r clegwvlk Nplp r ds In Coec s,°r c or nmy be Itlened °: ,n Cove 0.P c ', d ,I n _wnl3�� t casE e 3. when romp IA IOC.Tad In cc e r of Curb return,crq::.nik Cnnfiqurpnm mast De
A A m7lgr to that Eh..h far DAtail D N
I ' Y. n5 sire c°ntllTl°ns Prat CY e,•M1e TCT..hinq CurD :iae °ntl 'he fl-rea M
CASE `.ee Notes ID Dntl u J
`V 'Itl°w°Ik Eo C_u r�°, Sluevane slue Of me Ease c ramv nnml ne mn[1,Meted In revcr:rn ndslrlpn
CAS n If1
CASE p From edge so. Na x 5. If 1°Como On ° curve the ii Of the romp n,,,, tla+ be p Ilrl,
'AC SE B Nb1P 1 t •1gnw CIM-.\ Nor, i ° riot.N°x hu1 rile minimum v'tlrh of rile romp sh°u en 1 22 n (Y-D 1.
°fO
1 -- -Y. �= pT.,ore
5 �� �. Front L Side 1. n t raI11Ci'Totes vary uro fonnlymgx'muIn °` ID% °
150 m 150 edge i eLrn iq •Dnfgrm m IDnq�wPinal sltlewalk slop? adjocem rD Ion Dr Iii
sl0ewollt Nj N S tlewvk Ib f - f \ le II IT., ra01p,except In Co. C and Cd,C F. Q E (Snv ? IU lyp YP
Iry �y /SPP n0+e8 rvo \Na ie $ = Aeern en .. _ \, NNo
10 ° tl I N_ .9"J• qy ruin r• THE curb p all De °v linetl.°n ihpwn,PITh ° 300 min (12 1 11dC
Nam t 'v_ - I,T9'+a""'f Curb Ibp•h N IA',itiico border Nl,h ( mm 1 1/4 groowar, dppr°xlmvicly 20 iIlm 1 3/4 ) an
•rant or MO ` al r', Edda of I n ^r^ Carver See Uri3O lhq data l'
leave DT e .5: o�SS� r mPI
T \evW°lk` ` -Q7 ,ur �. 9. arm
n from romp: I wd Tub,put rcr: °r streams :nqN or °n,i:M1
1 l oT wure M I Ofla free °f ohrupl Cflanpea.
/ H, T��-SnN I' lox W curb lnq ILL�$$ '�4I Sag N°1 es 10 r
,(, 1:�."...... �Frgnf Y I i UPU CuYb 1V-D 1 dfld 9. MoxlmJm vl DOea of b rim nq and?r4^The r°°° S0C U0e ie Cu bTC M
��Mw 1A P(4^rnp Y.II x 'I go0e of A ° joennT to he curb romp Ond corm u°w• pqC sago T The ewe rglpp
ID/.Man C2Cwe S�r,9^Y 10%Mvx ° ." e :Itlgw°Ik iPON PDT exceed v pnmenr Air h in 1.2' m (i-U I If The POP On
It LVYp Ir Jd. dly. GT�uI-e n "^-""" '-- get°Irmo CASE F 600 m (24 CA5E LDii°m °r The ewp ,Dino Z
1 ~ Curb (oDTn sTro ghi C' IC Curb re-PS shCll have ° dP altio)1? Ynln JrfOCP Tn°r exicntr
tla: r Curn ---• Sao NDi° Y t9 rrla romp.OCTC[7°11O
"2 r� �I�sed N°Tn: 10 r _ In? fJll lf. °ntl in I Al .,m tl7peh
e �1'Y-0'C inTI tl II °mP 5 10 2 1� I1 E m Wargin0 swTocn: •boll rant°Yin ° Thn (fa T01s on his pbn 4r1d ThC
zy ,n y e_r I TOP 1 Poo ITTOPT: in r11? ibeci°I Vr°aT:'ops.
TY-024"TTn��� 2 15D Min (6'l Top _ fop nin
CASE G CASE E ECq` { I 11.The 5Dq? CP The tlSO Ic 1bIn arllind sulfa IS I Trr?si The don Vl
�' .- �«(a M 9ha. Pe bet wean I50 inn IS 1 and EDD min 181 rrpm me qqr ore ,...I
O I°rlinc
sltlgwmk � � ea elD 1p _ d
PP1.xTWoI Aly _ T �' 12 5ltlewtllk End romp }h mkne::, i,unnll be 90 min (]y; �nlmmum
/1 p, RA1S p TRGNCATFO TIC1M
G m 20 nLn rLil / Slanra l' R r '/ IS.11TLIj Will D°xee,nmh°IaHA vC Curb
and °II o1M1Ar nli-y Tocilin ru;. 13
Tq2 min (el.fi5 1 wien'n t115 If Probe 0,, n I rn CorD romp , p? r?I°eoretl °r
CenfAr ,, aalutlro TO Probe nl, ,., D er prior ,q,Or 1P c°njuncT On ri}n, r
�j/ � L n4Ar 54dn nq cWD rump c •ttJc ri On. ,�
{ �yGR00ViNG DETAIL A, Z
_ i :� D• ) q,
�q� JJJ ( lY For r I-Of'r condlri°ns r q gl anu "Piccalilli Of curb aPPlan Z
`N ��� p' �' will eA IT the COnTrD[TDr:opl Ian, un l e D: .fl ise Anpwn n
10'• ecR, YYY�' Y� Ural ACr Plans Lnn11 of Pay
` a oLP mE 2LI rsio`.r. 1e.n� ,_ kDuntleG-.I` }
Jj 600 mM I]4 Isirul 111 Curb S': Open, _
Y vltlgtl RAISED G CM San "
°"p1Pa DETAIL B RATTFRN IN-LIPI H.Te e RETROFIT DETAIL y
DE ELT Aa LE Ex':rinq Curb and noewalk d
TYPICAL GNE-RAMP --� STATE OF cnLIFORN, m
$Idnrolk WARNING S RE F ACE pF.P APTMCNT OF iRANEPORTA71ON
CGRNER INSTALLATION see Note 10 CURB RAMP DETAILS
Y
,2 w? NITIN I one 3 iowTlne rap Gr ran, ^ eP Thn'S It Plans for[°n'rrdCllvn°f Local STrnpls end road: MTOIP ilnjrL
`•S fq. __ rmundetl-� q-0I Ni �, In Tr p NC JF Ire°swemenT.Iniprnallon°I iyeTom PP UnP115 or Trlc l
ylq'' son lb hn 9-1 C1 -- qq and On rEd ET°ic'STangord Measures Ehown III the Poreniho:n$Il mThee
r°rolnlnq ewe � J' OndSUramemT:expre::ed The nv AIPTm:.11 per needs Prlly lu°I Y
L�f~~+-0.39% Mox Inhrenanpnahio 5eo no Foreword' 1 the WESPIlnp°I 1n15 vuvlmTion
p er Top at ramp IT np°Nssmy SECTION A-A "r IiD NO SCALE
Dv r4er gaunentl 2;_m-t9_4 Cp+•er necq[sary ALL DunENsl Du$ ARE IN
IS he T - £Towline - MILLIMETERS yNLf'uu OTHERWISE SHOWN
Crgccvak It Prpmtlge }� _ .. _t y,•-
r Ma x '2r Max
Q FTAIh A V T-T 2% Mpx� P 5TANperU PLAN AASAADATED JALTH 120 AV2-PACE Ed OFgTHE ETAIICAm PLANS BOOKEATEp JOLT ID@"
Pe N., 5 SECTION B-B
TYPICAL TW -RAMP CORNER INSTALLATION OADrAy3 n-Tlre atlewalrc aT rnp;'1r'AJ •N°e s SECT,SON C-C REVISED DUAL UNITS STANDARD PLAN RSP A88A
So* Nay 1
83
C� b'� Ip dwr , 2ng2 le•—n:kr. '
ohs,
SV2-TC SV-2-TO SV-3-TC SV-4-TC •y
Plan a view of other F� roan ,�.m..�e eta.G gnmrn w„�r,,mn�lr,ri,.�tlyirux
can mpummga L1�"
SV-2B SV-2-73 SV-3-T6 SV-a•T8
N
ABBREVIATIONS 0
Tv - TOP mcun,nu vnMdo signals N
oldo n.LhTO. vnglee clgnol:
-^-,yJ vt}.J �' L{�✓�' L `-' []F1 `�' T Terminal compo,mmxnt
l,4 - Numear of :,anal foanN n
O
5 -eno71.n lass etnnr.lee mm,.7.1
O Cl
O - rc
Ii-O z
H
LJ y
CD SV-I SV SVSV=1-T BV__2A SV-2-TA SV-3-TA SVSV-4-TA-TA
vi
1
SIDE MOUNTINGS d
NOTES
r
1 h.ulzomnl ioorone,rltI, aal000n.rG.mdn oy,lm 2
3.5rycnoi arm::rail eo mnp nnougnrio pormlr pr000r
IIO,%mxm o ANIZ: and pcckoloie In:TalloTlon
l.Eoe s,anaora flans 5E-40 ono ES-IC for oTTachm[m
nrrrne Cn}alla. N
9 4n orrov mmenTlpny nnoll be MO mm 1121 A
5.411 Crpvrammee vmlpnRy slvnal heads el mn ea n
III��Jlpl II�G - prevltla0 wlTh EookplOTos.
O G o
TV-I TV-I-T 7V-2 TV-2-T TV-3^1 TV-4-T
ETATF,or CALIFORNIA
OLPARTNENT OF TRAWPOIVTATION
SIGNAL, LIGHTING AND
TOP MOUNTINGS ELECTRICAL SYSTEMS
VEHICULAR SIGNALS AND MOUNTINGS SIGNAL HEADS AND MOUNTINGS
Tho:o YNndore non:far I.Ii"11c}lon of I..pl STroan 0.4 floaec nT 1n umrva 1q•vp
aynTemc oT moo:uramnm lgtnmoTlonGI sy:Tom t 1.6-A 151 r MsT lc iocnd WITee;o-es
ST.Nd.,oma M.rl.Town In4Al NGrantNonoc I L IN omrapn r}e express of I ILA
y Guol or inPo,Ondh xoLlo,ioa-N Foror'm .1 tPo
e heglMing of t,la puEllco-Ion.
NO SCALE ES-4A
Ate, MR � JUIY I :009
��_,:R,rn,v en pr,ru rua ra w,ns M m r emnwudmen,
METER F� o
SP-I SP=1-T-T 4P-2 SP_2-T
N 0
SIDE MOUNTINGS O N N
C
INTERNALLY ILLUMINATED SIGN
mFT[p Ou TYPE
WO NOTES u n ro = c11 N
. Mounrin° CW be orl[nr=o ,e p...Otlo moxlmum
Illulll M1°rlmnTalc n T° °tljoconT 1.o.11,
$. Pnumerl It nd"d: :M1oll G. °n....retl o TM10 b
MOO , , v,.e°re neuresT c , .a, rmlee.
J. olrncneT a . m e
moll o r=nv envucM1 To vormlr, areP.r
TP-I TP-1-7 TP-2-T �onm„n.he eivnvls. r
—� d See STomore Plen rr•ro i°r FTTochmom tl.gn° tlo Tod:.
TOP MOUNTINGS
PEDESTRIAN SIGNALS AND MOUNTINGS
m
0
ABBREVIATIONS
A
- TP- TO, pwncrrlvn alonol W
SP - .Ie- mevlTee pooes}rlcn -Ivn°l
1 - Torminol con,per1MInr
c e o - Nvmonr pt alOnol }aces
STAT[Or CALIFORNIA
OEPARTMENT OF TRArvSPORJArION
SIGNAL, LIGHTING AND
ELECTRICAL SYSTEMS
LIN SIGNAL HEADS AND MOUNTINGS
meso srn�nvre Rvnc Tor mnsrmc.Ien n`Lpvo saooT: nv Ruoe• =m m unrc:m mo
PEDESTRIAN SIGNAL FACE ,A cTeme vT hevsuromem:rn.ernmmn°I SraTvm r wfT•.l9 yr me rmv°v a wnnn S.vTea
ST.Idyldomseori noiM1nnenii°Th oornnfnn;gs I .Tnn nao:urommT:n.preanoo on Tno
SYMBOL TYPE - cev'oninc lofrInls oeolico�ipnle '01 Tno rvro.ory t Nei
NO SCALE ES-4B
Mrvrr n
Hole Shall
wg nn
ot•sor "r c[
bocypicte le
C.dmlum Plata 10 m" IT1/ 0 (5 5nfrorlon: / ry [P° \
b tt ugM1 m.•r arm Sba ] Codmwm PlPr.a \ dulr mot ' , r.;.ri 1
�r. 4n M1l: .T.."I. . 1 ;aT
STOP' ant[ ,-il➢-tl .
^Moor orm Or PIP. rInOn \ / nArn r• ,.: :. [
T $en 4nm
]reamlum piarpd 1 clr� lna[
eowrod Not.
olo}aa n .MM o-rc d'r n:.:n✓�
steel e.7 . row, etnn aerarl 1---' �9 .'�
I¢� — ,r Ito a open an......-6rl'er ro o+nr mr r:n rrm a,h n:Nr�"M�-ew
51gnPl hpuclnv s..I.b4nlnq •Ito moctlo. w / v oa r
Sa. NO. t IN. Q
LOcly ,tt .. P.M1 Go:k.r
lacµ rMh ar 600lrt9 coum0ouna rI'
ShQI- araaf look leh.r `5'S.rr'4 Nern ��10 mm Icy i o
dq m �quGP.r vgalOr o01T, Srvx °n to
I1'4I Nipple a hh19 ywaT, For ca.pv n•Ino For MWtT pP rau mTIr0a
MA5T ARM MOUNTING - TYPE "MAT" MAST ARM MOUNTING TYPC "MA5" 70P MOUNTINGS
For 2 NP$pipe. See Note I an Thle.hoot, for 2 NPS P.Pa, 5n1 Nn•n I an The eh..1. For A NPS blpe. See MOTO 2.n this :nceT. N
SIGNAL SLIP FITTERS
5;erranbne-� m 0 mm tie 1.SI'ebtlone r.
rya- 3 I/x NPS PIP° Tnr"nd '}}
lNe ri Pm� r
--911aa nInv Tp merrah flow'+ an III C
blonID Mosh.! a vn0 [Ipn.1 h.uxlnq or tITTINQ T..
rc fir eraII Is rnm LOCK RING SPECIAL 90' FLBOW -4
fl%p1 Curves iP us. '.h.r. mL1ar'a rtnp la not '11-1-1 ore tar . bn rpa., a•ce�pT 1h.:4 N
[� lvnm :r.naora .,IIp aignol houalnp or flttlnv .lTh apadal ells it-r.r .art1h,
O to- rrpnagrq —F
� MISCELLANEOUS MOUNTING HARDWARE w
WASHER DETAIL "C'
C7
SECTION A-A
NOTE5
p Urlll ono Top 14r Ir/[ NP$ 1, After mo;T arm olpr5l}os boon plyrrrbed ono r'
I',\aT.u:lo°a Pao -hrcm-� F4r GPI.• ,eo demurod drill II q th 1pfNola nAr MOn mo:T a
t / n I Plaa domall Tenon In Ilne r ih :Ilp float n01e Ploce o
In lnle cneoi 1.mm((n1 P Volvcnhole end v1f1 loahor undar Z
p.lT Head IM1rnuvn Hole end :neurp etrn M.;nar,
nuT,ono IOCRAVT.
1
ra 13 mm IV: . srnnnn.n ` = w156.Iooenlnpb between MAs,uai or MAs ]i]
ry r nptr volvammd r c I c� —` m.unrinps ono mpni arm aeco
-90 mm d .uk .,v0arvar.
mm
uu'/•rvl Min and •7 SO , lal rn1,ll 0o r.p m=u spa .Iro nrrnr = nlnac
� !/t 1 m Loeh va.nnr��._ I r�- w� 1 and nuT 5nn dII bo I� NPS. A
�pn"° (hE i4 -0 mm 1�°1 �! 5xatlon A`0
1/a '- Ln�m� lG)eam°r a o nd hoQ xner PTCn ml•.or C
Ili mFI IT/p -\ Gm o'F :tOnol n4400 of n lock rinp.
1 r '"-floT Ho:b.r SIIP flmPef" iWo r of 90 I
4 ] am�ccr v: :y1(�gw _ `Coyle vulde IOl rap Opominp moll ba Of TnOI When aaCptatlr
y mm Wa:nor:. ��11/; NP5 Ppe TM1reod Is uSnO.
IlrA IJ SO. D'1P11 C
TOP MOUNTING SIDC MOUNTING ]wm...r aM1=n have . ar.aa ,ee non Ursa .r
w^_ vleonmr 13,m7 squat. mom lumlmum. InN.mu.
o rAm 1 yi 1 d NUT_ TERMINAL COMPARTMENTS 1 v,1.
f` Slan.I sl.ndon'i <TArE OF CALIFORNIA
4 DEPAgiMPNi Or rgAN5PO9TATJON
C. awda. amlT SIGNAL„ LIGHTING AND
pn upper plat.
1, SEGTION a-a ELECTRICAL SYSTEMS
POLE PLATE SIGNAL HEADS AND MOUNTINGS
rha:P 5IgFd.rd Pl.ne for C..trbarlen of L.a.l 5Trn"a and"ad; C.nmgln U IT,In 11.
Far aldo mopnrlNU, eyeT.m;oP maewWemenil Iniornail.nal s....,of UNIT:l51.r'me'rlcl oP0 JIM"5•o-oe
5T°nnWq Moaeuro::I In 1N9 peraniryo5°;I1.itL6 meoa1r 11[ '%1'1.1q op lnw
T-e ev:Teme Pra oat neeoas.I11i O or lnierahano.obl.,son n 'Far.V.TO' r IN,
a1 of tnl:"'bum Nan
NO SCALE ES-aD
.e�P
NOTES ABBREVIATIONS
I All 0110ry f101cnT1onc Ohd all ml
arm Indication: shall be 50D mel (R 1. MAT MOST Prm n[ .punlrrG vBrrl4ly S Onola. GPiocrPr 5141 by rILn ,p"ren"try yr
Top 0r^4LOrb)nt •116' aL"S _ u...
3.All MOST Orm MOun70d •IOrlp n4005 4ockplp'e Julv r 1
and aIIOrOOromTed vI:IClllly IOnal 11O5 Mfmt amm moumetl veM '_OOa de Sidles eJ.IYGL,„1
heotls SM1oll be pr.,1dSd rI,t LOdep101pS. 9140 at'.M.PnL IF.T ..Sher. �e '"
eS-1014
O.I wRh O vm nae i"n, y 'v yleWµ
MA$•9A Most OrM mounietl venlde Sl�nal: / O.shOT Or mu v.r.pml'nnm vrne,mn
MA$-AO eco ET70ahmonT -rl 9On.l S C11uns. Tep e1 ylpn.l .caln0 o.mlP4m,tl
MAE-AC holr5rn0 n•
VAS-GA MOST a ndrlcly 510no16 \ BOc4014iB SreANe'reWrvne u'a nlln C^hn Wo/dnMuwmYw
_L
MAS-59 SIOO oT1 OCM1mnq ln�5 OIONOI cc.Tons
J- —EnPL.e.lSr
11/1 rvP5 gpple� 4Ch OS�sr
EMERGENCY VEHICLE
DETECTOR MOUNTING
n�
0
TE mm
Il4 N 61 Mm �B.ckPI.TO- ` w4Jlrer N
m --cdnmlaae E.o-:
�T MpsT 17M / �'/4 xn /6il mm 4
® �n �R MOST Or1n SlIR 'ITTer�- 9.chplulx ep/ C
—suP 11TT.1- O / O V IYV A
O ,Ma:T a
C �Y Mo:T Orm O \ TTOr SIIP f1
O Moct Or. `. .— rz
O O c
IIP 11TTar I
(� TS mm V pnckpl.Ta `SIrP PITTOr orl ~
N _
9 :-WOy Eklllnl sUFPOr7Vl
rI1M1 3P mm 11'/;I HUESA i
MAS-4A MA5•45 MAS-4C MAT MAS II C
(Im` prtaepmenT sldn 077ochmanT 51O.r .ereelhmhM7 T., I'T"Ol rem step 17TOchm...w —w.ehcr 1pry 5 .
—G mnr N/1 a -:o Noe w , �
n 1i _TyhA1Tju -Lock waSMr 10 m ?y 1 L1 9
Ulmwln —�70 nm*_,��_. ,.c o.T.0 A ITj'I^MI l0'; 1� l"—�C.v.r s z
p 1l0' xis mm
TI J� T 1 uh DETAIL A I% o xaF, m
IIP flrr.r (n
A O ��. ®// Ilc trier sun ftrr.�
e_ \�� O M.P7 arm t 7 - ' m
��//
c /\^r' J'
O eocxploTd lj- ` /
T,mm ]I— SIDE VIEW 5YATE of CAuroAw..
6 1 Min DEPARTMCNT Or TRANSPORTATION
Mas-sa Mas-se SIGNAL, LIGHTING AND
p 51da�.TTaehmanr m. e7TaeM1man. ELECTRICAL SYSTEMS
SIGNAL HEADS AND MOUNTINGS
MAST ARM MOUNTINGS mesa siand.rd Pmnn for[vn:rraaTl.n.r L..m ErreeTa and aa.m eanrarn•�drx In•w.
ayecrme, epc.rom T InT.rnp110111 Synrem or umTs Isl Or 'ma rk^I Ond um•ptl sipTns
Standard M..:ur^u O111 In t7,ppOrOnihuo:II ihx rnx..ur00 Omc expr0Csn0 In Tnn
o.•rypf....c ace TOT npcpcsOnnlll'nn n0 pOrT h:trOhlcarl0nc S hm 'FWN''Ord'at The
NO SCALE E$-4E
LUMINAIRE ARM DATA
PAOJEC}[p MNFNM MpI1NrING 1
}w[NNEss A min _ polo � G �fr
lCxCiH op p POLE IICICIR 1$, I-- � G r �-—'�
n l,fi m IL 1 A]mm 1],. rl2 m 116.i51: m 19 mm r IP xpr np rmm x i mm x 13i mm rn o u q iiinrrzm ,
3.p m IA'I pY mm 19jp II O m IR.$51 f E mm I'A -IINC - Iq•r 1 ry_yroaltic romov401e ,r II/1 " /" x '1 ✓iVG�.mez
y 1 July 1. 'Jon^
31 m 11p'1 ].pA mm 10.1196'I 95 mM 3 S 116 m IID.01` 45 mm r IpnC XS rolnrlOM cop u• urnnr r oa[ -^ —'C
—A—�ip mm r2}'e r Mln {
lotpl Z. ipp .,rr]ysj eyl
].r m 1121 95 mm I]r^'1 119 m 1Y`r 0'li pCle plpie. �_ $ mnc",",ur r°rpwcivmlan ie�nn ucnnyr�n
9.6 m IISI Oe mm 19r 12.p m I]9.51+ Idl/21 wmmaw.nn nc.rnncyc Wert:mcwin ?�• r.
x 6.1 m r20r1955 mm IO.li9]1 I]i mm I51 II,]m 1]i 01. 11 i _ @,nor rc.meA,eq zt iu 4�mlm la mW/xmrnaeev
x so WinIzr/ a W 1 ort 10171{a
I �` II r
it typo ]p -arm lmngfM1 LB m (GI -9.6 m u61 mpxlmum cnpcptl pgap: rpr I I I
olocrrlcplmnqucR4NY:" _ TR
x x rYpe lP crm IenOrM1: 61 m Irp'1 - e9 mm -4 j m'
- �
�I lA1 NOTES
6 I. Sneer .'Oel moll no., p minlmum y1C1tl of 2iy MPp
I11 190000 pbuntl:One
wpra Inch)
Pre nine ggggggggqqyy,,,,����r�� N
luminolrn 2.For n11p ba:o goemin sea 5rantlarq P1nn E$•LF. Q
s1 rzp' DETAIL A - TYPE 30
l Far iyOn f 91xptl boce.u:e CCCpn 2,bpee plpier oncnen Q
ynr" Jr bolt: tl }ougp4rlpn On Sipna q Pan Ci-6A. �
i.6 II51 unm-p r r I•o q HIGIN STRENGTH CAP SCREWS 9 for T... 21 flxn0 bpep. so Typo ]2 bpe0 BA, onenar
iypn ID Snn put011 o I6 mrr. I�rl-III 15 IIY,I bplic g roundlIon on 5rpntlorq Plpnc CS-6G. Q
r\ ��Lrpngl M1, mm loch:) 5.HOntlnpm !no11 pe Ipcmetl on tlown"I"pn :Id. or C
\ trprtm unmss getetl orncrv¢o wan..`F.. T.I �inreatl4 pll Inch �
.00 ipblo r s1[e.,r1m Incnea G.for ptltllnanal vnnerpl noroe,rn fpr I. 5rpntlorq Plan CSdm.
C
In mmt 4 Polo Z
1%1 —Apr so „ Ip m x lAp mm Ipp him
x 165 mm w x fiy_1 Hpngnple
r-Prpmtlo rmm�v4ole ¢rp „ Vim„ r4 —I
IY m 1;:1-Ip NO x 6A ore rarnrlpm coo ps m r lnrpranq Wrn i.G mm 11/1 rl rp 9a m W
Izr/.1 Iona xs cap •CrP�t —1 n _1 vmn 1G rp pur:ma pals. l m
i0
t01 a1 iOF
polo platw. A9 nlnr ry / F_ I�1 CovA, lOcoie on tlown:rnfero eltlem +5 x l mm II1/4
y �� 3/,l ry. Ot rraf flc ur ..c prM1crvmo no r,rq pn
NW rM1C plonq. �Apphlnq flop, tpchx vCltl (n
^, K Lam Ixr/1 p Hole III- _ r /�Pnln �pll Cl
elec`eD atlaC: rot
Ol
p _ inppl cpntluarar:� n f = Aa mm _ /
efi IrN�r lyl[ e mm T b
/
r IYo1
ri:1 •. I I r
�._.
Inc M�� 1 J� z
I i / ep:a 1 2
DETAI„ q - TYPE 31 caIII}- 1 m
poion R-\ N n
y} 71
511p Opce R� LR51rmn m
�s DETAIL E
Canqun—
Il0 pm Tr-c•�y 65 non 11 In
M
CS-rN Si#C Or CALIFORNIA
ELEyATIDN — —i pf;PpA THEM OF iRnNSPCAIArIl
��[Il Pilo _ \—Marpl:ln,r..„ pt LIGHTING STANDARDS
raMnaprlpn open .iio lolrrt TYPES 30 AND 31
H;F i pp 3l,rpuntl 70.µroe :reel pals i52 m x 2n mm POLF. SPLICE roses^5iondirb FIMA„er cpn:rr.prmn pr Laaoi'nreere anq Roaa•° n 1n anrr:m r.
455xmm 1lo i9i j p lo.r m us1 mr inickneec syaom: r mno;uremmil Inrarnarlonpr 5ycran f unn:IS1 or rmarrc iOonE unlrnq SrOrO[
S Pondertl Nev:vrc::np„n m rPs pprenmO:n:11 iflt mOdDurpmpn1 n1pretceq In 710
ryyO 30 r untl rpperotl :tool pelo 'rem x x'ax mm vo:ymom:urn npi net a 11 eaual ac rprercnpnaeoblo 5rrn rno
tprevorq of III
]' x er 1 Mln pl]x Ip.l m 1]5'1 bgl in dflleec eL gzq�nnVIt O'iM1l:pJElicprlon.
].6°9 mm la 11A61. ND $C.�LE ES—sE
F.nrn lnnigQJeP9Th
F Hsp hex he
mr°°°.�
Z Stan L�'Q Pyle Too°aa. omfn 7 `{ xnlo url.mum. --
Qso mm 12,,Id e r .......j.
z1 noN efadetl y
oil \ EE-iN pin�}r cvlr 2 NF3 pipe, J. l.Nn:ID02 r .A•-
$Iqn� COD eAnwplprA .1 ^ e ^`_,;,;w6::dS, n:w',„,..a eP`,N;°;rcn•�-
3 ]00 mni pvTTpm q0 11daS1930 '
lEE pyE k0 li2 61,p
lr Yl$]0 IvcO I a � Y-+ _ r 16ol vti nav�h:°weo~Iln ro Dl,b rh rn fb wl-'vn//r nrLaLo[a
mm
Ifi$Ip91. n}vYn CT
rleln,/ 1'n pTre � O � Ch n.al peg.-
° Er-TM
�y( rryye�
c �� � P�� PrplCcine I�inn[n
MO1ecnlaC
^mac un NP:R5 CNCn Q T11 2 Loin clpxe
e OprAIEn rvf WYed T Y rw �_ 4
Anon IISNS nBvvn � J A'- r5•N
An Nws m /II'/9 i EeTiM -1-C
inTyy}'mm• A
1'/1 _ r PTnlnriG4CnA�n E N
xpndnpld 7� -
FInlBnad ...do rpr nm� SECTION A-A &LEVAT ON F
-
.� SIGNAL ARM CONNECTION DETAILS
ELEVATION `m
b
TYPE IB-4-129, D `31tl1, ?. ES-7N = C
23-4-129, Dplr no .
O Tj O �`� y
founolomlar'� J, ppli p - 6 inrli 1 y,h� � � / 3 p 3pp mm i r
27-4-129 � O ies IiLaS I`9 sonmm x SAO mm
fit x 221 ]D kp(6: IL:I, �.
�. Axq pf yrm- /o/ �, /.�� Imernml 1.11.1 naretl / O
TrppT m nlvn--- O
�i
W WMINAIRE RPM DATA V' r• '/i 191
5 Cvuplln0 ppT F
ligderaON rnh...p N
M uln p Mvuniln M1T rinn IIiN3 :M1°rn
Fro@cinG RIr; pp inlennabs 9 m (301 Ip.i m f]EI / - 'Ov = °r' pinnc-
Lenarn m PC1p Pme Pyle HICH STRENGTH rAP 'CRBw BASE PLATE I
fn
1
1.0 m IL 1 DID mm l2A [ 93 mm 13 i'l 9.5 m III.E 1 r II,I m 13L.91= I6 mm a II"C •Aim I�I, q
2.n m la l ifip,nm 130'1 x pY mm b'•l i.0 m I32 L v lu m (37.1, - L°naIn mm Ancnpa
3l m n01 990 mm 139 1: yD mm {}� l 3 0V mm IO IIN Ip p m u3.e l>• ILE m 13i i I• I k°nanme.i m 1 rz•1 rz9p mml Ip.3 m IS!111 119 m 130.Y•1- Tnrnnn:�peY Inch r Flnl:nne preee /nr 11a__
4.6 m I1E'l IREO mm IEl r_ 10o mm IA' 1p,5 m }9 A 1[ 12 0 m 1]9 J'I c -- Slcv mm Ilnenmel _ r/ e i J
ppT
pDLE DA rA _ pA;E PLATE D44�
Lummpira s"Al clI PIL[ FpurvpATIOiplp L°°p W11tl *'f'7
00 dunxnvrlve Secilpn pI pYm Ym Aeln-TYpe Cpce V°Ipetry ATnCk• TM1ck^ CIpH PllnCIVM iep neon 6 9pTiem }pp L OpIT n vIScc wminplYv 13e[ EIOr'01 OC Depth rpYcetlrpl,nppmlLpnam clreleArm uyrm Arm Dorm y ES m I Ii t mm (91 23B mmNepv 1F0 mp I10"�9.1 m 13013 mm Ill 3_11 mn_101 2oj mm 19 1 3 7 m UPI• 1I n 1301.19A-A-R9 10.7 m 155rmm li 'I . m96 m lli_I E,2 m nl l mm 191 6.01 mm Npnpin I
29 km/M1 I0 Dom1n•9-129 p 9.1 m qDr mm 19 I 3.1 m 110.1 zm mm 19 r °$i mm A95 mn 3e mm ID 3.l m n21^ IO.i m u51 919 mm 2 i m ELEVATION
YO mpM1lIO.i m 135'1mm fi ril eL m nn :3e mm ies mm li nel In/.I n1/:1acl 9 24A-4-129 19A-4-129IA R m Its 1• TYPE 19-4-129
2G-9-IM 9.1 m lIp r mm 191 101 IY3/ 30]mm IP'I 1p3m35mm IY r 1 M. 7 i25"I .6 m n5rlE,mm _e s nN1 Ills l` a.y m o1,1• 26-4-29 24-4-129 Ohd 26A-4-29
mm 19 rl rvpne Nunp
.1n'Ap070:prm length to Do used unfann CIYmrrlge nvrpd pn°I°na STATE OF CALITORI A
0r.PMYMENT OF TRANEP°IITATION
slrNAl. ARM DATA SIGNAL AND LIGHTING STANDARDS
Frp�cpTne MFn MpunTma H op Thlpkne:n ego- E�S-c
_cpxHare Arm rt Pet:IL CASE 4 ARM L0ADING
ulelvnr sypmnv xmpn[ .TFp1. clYpinle na rnmknp:cmmxnpna " MnxWIND VELOCITY-729 km/ h (8Q mph)
lzsl lm ll0l c.lm lz26•Ix l6R mm111r' 305 mm 3gi mm ARM LENGTHS 7.6 m-13.7 m (251-49.1 m 150'I .l m II^'I 203 mm (B"1 Ilz 1 112 1 11'/1 IyTpece3i dprd PlAnn{eY Cpncfrupilvn pi LAAI urrpi:pod flppdV10 i n U4l I.3 m IIp'1 l.0 p1 123)x . m 222 mm (B ` 6.01 mm 1NC•if m 3i. IO.E cy:Tpm:A£mxpcwementpsEIi $Tvrec
• (0 2391r 3YC m -iN[a 1 m }30 m ]a m 45 Im sfogppYd Nvvnlrr::h.vh 16 TAu pvrehtho:pc 1,TMa mudcurQMChT: xpreteed 1 TUT 12.:m qa•r 230 mm 19 1 11'3 lm Iq Im r1'/;nl n}'.1 15 TW 9
13.1 m (451 A'6 m 11E'1 12 m 12lslr .56 mm 10' .l 9 0; :Y:TAIn• Yn not necp::oQ101m n0 vtYiM1L•npTo udll[o[Ie�1i yen TM1v Fvr.,C,e el hs
NO SCALE ES-7F
xmtl-tl0.n LO DIM[NSION TABLE •1 °=,i... naeTK ';h "np",rH ":.
Cali r 1_.—_I LONCRETE OCR NON-PCC LID. CONCRETE OR NiN-pCf,COVERS y
Lift hold M1 Pg Minimum• Mlnlmum OopTM1 Mlnlmum N x M"n""L'm DnpTM1 Etlpq [tl
STA,
L r- -I A Np.p] SS mm ' lue 6f.^tnna an So mm0[S01 (GOim (�3
ll9 O mm Ifi OO 6mm"VO n Ago mm 12]/A 1 S5. mm 1❑ I RG mmRl I� 1 £SD mm Rfll ]mm pl' x l ia.. n t
�_ TM1eknp•• TnlcMnaa inlekngc: Iaper
Poi pOx [Iro
1
InterLotl whn u - ryp.; 2,mm IL) _sfio 221 il0 mm Ile_ IA1 0 mm L L r 3Lu.L
OO wn[ee 2-0aF 1 ryo.6 50 mm 11'•I•600 mm I,,1 910 mm IYE 1 SAO ID mm 1 1 i10 mm Il0 rA0 mm IIOc 450 mm Ill• ]2 mm l I I 5C mm Il 1 ]mm •iu[mm g °
s nnrv.nvnnprm u r
n ererr c/Cmnwn" w.�pen••ar
Ibne N0"0 •r•+•e+^.dw mmvm°rer m.r.rvm n
-___ _____ rf Etclu-0In0 vandal l vdo '� 70P PIT. ll0u °' °*++•`••✓^hn•w'c cwu ec m°pn. Ah�yv�;eV
� °mr
R°Infgr•enq M.m,rr II A 11b I T,yam Im wp I A pt ry m{/rmmewc-ev
12 mm COV"I MIn 9}eel
pcmrp er.0pl•anl:etl
rrnr `obrdOrfor, TOP VIEW DIMENSION TABLE
sqn uetq 5 —1 rPn }loon
13 mm 1'/:I IrD CONCRETE BOX NON-PCC BOX STEEL COVFBS
rElvanSoe 2-0ar IenprM1 slpeva fnahptl pull Mlnlpiym OepTM1 Mlnlmum OepiM1
•0,Gotl }ramp puT ylin Winlmumx Mi„'nlhm MM Etlpc Fnpn
Pull brpe5 ban tlYptle Box TnlpRnea6 ' . Or, LO WO L W c gn99 Dax alp L x n n+rV R }nleknnTt i0per
bax yr •a ExT.h,.h _ _ Cxignapn
5 2ID nun x 25 mm q]o mm °25 n�m
aontlmg �' N0.]''/;In AG film r I'/;r YOG mm nz sin mm r.D$ L ]ro mm nnyr I i 1IG i r'n 1❑ 1 o0,i; nip• App1r s1D mm aG a ]Go mdi 1 qj'. i G 13 mm 1 y;r None p
lumper, Sao
rvarp 5 8 3DG mm 1¢1 riG[wl BB'/:r v m1G mm I9 r- ]]o mm . 25 Pii" coo mm : zs mm GOa; NO Apa1r 650 Ann rzr I e 41C mm I' r: o u mm I'/:"I None d
NO.,m es mm n?•� 1251 . n D
PCC •1 es —_ ._
SO mm r "�" °"- _ rip.c RI ;O mm R 1 lOD mm 12 900 mm Ifs'/q i rDn mip pAl/p I,�to I( e sSTriN r(0 mm A xS mm Does Npr nnny eoo mm 13T 1 y SO mm fla r n 13 mm y;I Npn" N
1E'"Mir. 5L`-° x[y dutlln0 cpnpyll rob +nc IOC plmn'I'll Q
nu rgvntl-� NOTES ON PULL BOXES C
oG A,
a;m Ming
Cie., Crucngb 1, Tr mrlC pull Cox :nail ba orC-o.d vnn .dJ c one appnm concrn+e el COLMT STATION Cpun1 Anerar cpaatl MOMITOr r,Iraul•c JY
an around Croumm�0 to hl'C rock sump fpa Ting.STe°1 ewrrr +nu 1wv emb.lI ebd nmi enr nlA as Tlrr
SECTION A-h 2,STael rolnrorern0 "h011 ny dr regularly oboe In Tna xPondarG Probueis 91 COMMIIN1roT[0N Communlenrlpr' CICU17s
No.3�2(T). NO,5(T) AND ^r The rosppCnw mChLFA[lurnr, Im CALTRANS"on ml pull Co.., n.pnp• pull Co..,ir° kne SPRINKLER-CONTROL
No. BIT)TRAFFIC PULL SOX 3.To ph4 Pull�be.eel spo be rlirnu oa, a raaoxlnnpr°a o.Ilplrpxop If H TELEPHONE Tolaonpne au-.mo. Z_
Immndla lily CtllpcenT 70
ale prATWO wtl by a 0 I.",Cll.n 121 TOS COMMCwICAPONS TOS Cpmmunlplionc •rusk Illo.
LA Colin °Y ...prprocTlm Cammr.ot,Or. •M1e box moll bo MI wRM1
•co 300 mm (I 0b.r0 K„rrvi„i a"a protld. WMbl. 1.rdr. IOPOI 13) 1G5 POWER T05 power. N
.11 pull baxe9 Bnpvn 1n TM1C vIC INry of yfg9 9M1C11 Ca plpene ndfOLani
S 10 ln,r POOR pY Ourb Cntl pull boxnp srvpu pCCj.C.. To 4f Cntlprtic Iwl TOE POWER ixlapnpnp tlpmprca lion cOU np• pOvpr.
cnon bn obcea Cr Klee of found071dn £pcing CY from Trcf`1a, unlecc
A`1 r Snn 1iq Tn 2 uTn"r Jll npred When pull Co. Is I1.1110 tl I" sld,IWdK or' o }n" 151 CCTV Closoa clr;AIT relaylSiOn Clra111e "I
ART q£ fne pull box Sh.11 Co o0lue inn xa That TnC Top AI III pull bo. v
..w•-.---P.1 Is 'Wsnno rl}I° 'no Top Of 7110 :ICoaolk IGI'iMS 1roiPlC monitpYnO atoTlpn ClrCulm
it6 Ad9.Pull box CO,Aet 5nall be marketl m lmId W1: ql CMS Ch.11. blo mnb60gn sign.11OLrc
5 II ~ r al No S'/: pull box 121 HAR llgnwpr CdVL•ory 1041p clrcu-S r
II 515NAL rrof ,Ili' 9lprml clrcul7K wl-n pr WITITO'i :TrteT Cntl/., Io, 5.Soloing Iumpar far ..'Al epvars Knoll be 1 m Ii01 IC,, minlmum.
ImM 1�," p%rocK ugnnno [Irpyl rs
t901Meae }eel R 6 The 1AIII n tllmenLlpns Of +nx ppanln`In 1hroh In' c r CTc moll DO
snub Con, ny}; ry`V / Lemmnry }° bn 21 ST LICHTINC Sttrnpl antl/pr Sign IIghTIng Clreull9 vryere no V0170go Th :omn 9 the cover d dhf hht a apt The dihQ71 pane wltl•n i]Imnn>IOm
Cne rpgnryr9 1/ S5 mm 11'1 MIM TO s Cb.yO 600 V. snail bo ]irrn I%r 19roorm-.
3 per bex.Rq^pSa LI'Y np1aL i5 mm 131 l high. m
1, padr for a TOP VIEW sdd Nora a 31 o"ISRVICE sor.mo clrn.11,p'...,,.n Karslap p01u1A WrO a.rwaa r,e a PIS Cntl OW.- chml to InrdrahobgeatV, .nn Cmlrnrmo 9 nmrtl m6. C,
.Kahn"cf lend famale 91 wn"" I"Tercnong,d rITn - dOrtl Vol. or Tip fold 1
apntlmo umo,rr- Saud ne T pa:ur toms ageu bO fwanAd wlinln]mm Ie I Top
I;m m1'/'I MIn Grounding beamng nl SPRwMLER-cnNTR' Svr nklor control mrCulms, sn v ar 1os: pdo" of p1 ncrarp COvi 0 Cntl pun doxos Ord lawn 6 mm 1�%f I C�
20 m "I IAa* LIP / -Cro-0".:^e Npre ] % minlmum fad[...
51 CALTRMIS On 111 Dull bpx.K C Cppr Pull Cuxn, mCrKoe
SPRINKLER-CONTR J.Pull boxos 'gall nor be Inc Tolk-0 wI-h1m the bountlorlA9 of new or calif qp
T SOO Note 2 Curb ramp},
Crpu 6l TELPHONE TalnphA09 Y9r vice 9,pull baud: £ee 1pcTro11 .. 0o
50.10 o n411v jumper i 4np1 cno,PIES Knpu ea laca•0e ar mu 9eme
O
OC rp oraund buaM1ll bI No.S,6,9 pr 9A pull bek9a moll bd plgeetlS ltljaaent aitl)boCKl OfecrrobllOr etlgo0nV1 Otolderd.iullpj 11"
mm 11 TRAFFIC SIGNAL Trof llc Bard circuits NTh or I[tII"uT :trOOT Ina/ur TM1L• Is ImprOKT eClr C do TOY pn V'I In ChOThor d9Wtable P707OCTOd Ong
Soul around Sandal sign IdhrinCl Clrcylrs C..SSII IOLprlan. STATE OF CALIFORNIA
Wltr mCrT.r 21 STREET LIGHTING 5ttnpr *color sign Ilghnng AA�Fvlfe inhere no VOITOI DEPARTMENT OF TRANSTORTATION
[xrvnamn — •ExtanKl.n when box h.usac C abarp 600 V. SIGNAL, LIGHTING AND
do mm TranKfarmar, bana:n a1- g ELECTRICAL SYSTEMS
I6 MIn when KPemillea. ]1 STREEi LICHTINC-HIfH VDLTP CE iireei Cno/Or' d n IgnTlpg CVCuITi
Grapnel `Cleem CruEhod rook sump whore v.7.1. IO Cbov, GOD v PULL BOX DETAILS
elomv "^�Prnwg too when OPOCTI.d on 91 SERVICE Snrbmn Olrtulfg bOwtSOn cOrVCO ogrrvi nntl corvlCa elze0nr'i,pi. Thaso 5rpneard Plans for Coremruifla"pf LOGO Simon A1i-0 npOdS mnTpm[rolti h TWO
rMn box M1ouces iransformor SI SPRINKLER-CONTROL"Springier control Cli-Culle SD V or IOLs Iy.Tam.S,moOswdm"tlfl lntemmlpnpl SyAPom Of N"Ite laI Or 'mo lrlc I Intl urine SIO IOa
SECTION B-B smnmre Maesuron l —1n inn onran0 05111.rnp A w00 er ro xprax•nn of rnv
INSTALLATION DETAILS 61 IRRIGATION ur nil Ta TC IrrlgCTI.h Conlranm ISO V ar copra r°crK*SmK ar0 a' ""c K ny Iupl 0r 1mArenepgeablp ; n 'Fanrvartl no
1p eeglnnlnG of fNa vuMlpmlpn.
TI RAMP METER'Ramp MeTer clrOUITS. NO SCALE ES 8
z
0
v
c
m
r-
n
�] ZONE C.B.D. - FACE OF CURB TO PROPERTY LINE
d ZONES R-2 THRU 8, C, AND M - 8'
N ZONE R-1 - 5
A.C. PAVEMENT MIN. SIDEWALK SLOPE m 1/4"
Y
�, Z � \ HILLSIDEE STREETS 2 9 '
mm
_ m
C 67 b FOR FINISH SEE SECTION
0 303-5.5 OF THE STD. SPECS. SIDEWALKS SHALL BE CONSTRUCTED USING 4" THICK p
�r CURB & GUTTER FOR PUBLIC WORK CONSTRUCTION CLASS 5000-C-3250 PORTLAND CEMENT CONCRETE c
SEE C.P.S. STD, DWG 200 LATEST EDITION Ln
a1 UZ
m
NOTES:
1, FOR EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303-5,4,2 AND 303-5 4 3 OF THE
rn STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. THE SPACING FOR
o a m 1" DEEP WEAKENED PLANE JOINTS SHALL BE 10 FEET, SCORING SHALL BE DONE EVERY 5 FEET.
EXPANSION JOINTS BETWEEN SIDEWALK AND ADJACENT CURB SHALL BE FILLED WITH TYPE "A"
x j n SEALANT CONFORMING WITH THE REQUIREMENTS PRESCRIBED IN SECTION 201-34 OF THE STANDARD
mo m O m SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, UNLESS SPECIFICALLY WAVED BY THE CITY ENGINEER.
Z
4 m - 2. DECORATIVE SIDEWALKS SHALL BE ALLOWED IF STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER
W g d THAN THE PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST
m c EDITION, AND ARE APPROVED BY THE PLANNING COMMISSION.
70 o 3. PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS - SIOEWALK FROM FACE OF CURB TO
C PROPERTY LINE
4 INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA - SIDEWALK FROM FACE OF CURB
zo m TO PROPERTY LINE.
5 SIDEWALKS IN EXCESS OF 5 % SLOPE, SHALL HAVE A MIN. 6' X 6' LANDING AREA EVERY 400' ATall -aQ
s m y o A 2% SLOPE. -D
2
G. A MINIMUM 46" CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS ;v
o Y A 7 MODIFICATIONS BASED ON SITE-SPECIFIC CONDITIONS SHALL BE REVIEWED BY THE DEVELOPMENT m
m m COMMITTEE 0
B. SEE ALSO BIKEWAY REQUIREMENTS COLORED CONCRETE IS REQUIRED FOR SIDEWALKS ALONG
zo N DESIGNATED STREETS
iV a 9 FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS.
10
o m, µ
777
.•,i"1ni
ill ,v;�, .�• ��i , .v, . .
pl
t I„
r: - I
%r
k�
BBS Cabinet
44x2Bx12, Clary Style
pq:T Nr:.Wtn pi++[FT
RrrrrMCrr,,uir...`
I III rSll.. c+"'�'r• � .rGrr[cIE_
a
Description: The BBS (Battery Backup Systems) Cabinet is a NEMA 3R rated cabinet designed
to house battery back up systems. It is ventilated through the use of louvered venks, filter, and one
thermostatically controlled fan. It is equipped with a 3-point lock system and two shelves. It is made
of 0.125"thick aluminum
Dimensions, 44"H x 26"W x 12"p cr.si%i:�n
Weight: 88 lbs.
v 00 rxm 12-r�
Cx61r+�r^J'1�
A
2000
F06 ANC,O 3�LT5
BBS BASE MOUNTING DETAILS
Base Mounted Part Numbers:
M64425-1A(BBS Cabinet, 44X26X12, Base Mounted Anodized, Clary Style)
M64425-1C (BBS Cabinet,44X26X12, Base Mounted, Powder Coated, Clary Style)
M64425-1 N (BBS Cabinet,44X26X12, Base Mounted, Natural, Clary Style)
Side mounted Part Numbers
M64425A(BBS Cabinet, 44X26X12 Anodized, Clary Style)
M64425C (BBS Cabinet, 44X26X12, Powder Coated, Clary Style)
M64425N (BBS Cabinet,44X26X12, Natural, Clary Style)
PERFORMANCE _ " 2365 Oak Ridge Way•Vista,CA 92083.USA. Phone 760-727-8100•Fax 760-727.8264.www.mccaln-inc.com
rumle,baspi www.pelcoinc.cam
'r Ao5 340 8 434 FNh
P 405-340 73435 ASSEMBLY SHEET
aco PnCIXX.T3, INC.
REF.: rmC:ASTRO—SIGN—BRAC, STELLAR SERIES PELCO NO.:
BAND MOUNT FOR OVERHEAD STREET AS-0128
NAME SIGNS
SIGN-
Y
2 FG_ I
AS-3004 (2 SIGN CLAMPS & HDw3 KITS REO'D)
CLAMP KIT SIGNS 1'-6" to 3'-0• LONG
5 � �
4Av
. I slcN !u woLE
6 15" LENGTH LENGTH CTC
8 5 T A
1 1'-6" 1 . 12
9 10 z4•
3'—a' 4• 30"
i
/ 13 SIGN
/ r
12
i
T
FtG. 2
(4 SIGN CLAMPS k HDWR KITS RED'D)
SIGNS 3'-6" to 6'-D• LONG
SIGN TUBE HOLE
LENGTH LENGTH CTC B
$ T A
3'-6' 40' 36" 12'
4'-0• 42" 14"
4'-6' 48' 16"
5'-0' S4 18
6—6' 4" 50" 20•
VGK— _ _ _ _ 6'—O• 66" 22'
6'-6' 82• 72 2fi
10,
T
FIG. 3
(6 SIGN CLAMPS k HOWR KITS REO'D)
SIGNS S'-6" to 10'—O' LONG OPTIONS
SIGN TUBE HOLE HOLE CTC DIMENSION (A)
LENGTH LENGTH CTC B C
s T A BAND LENGTH:
8'-6" in 96" 19' 2a' 29" FITS 4"-8.6" POLE DIA.
9'-0" 1 ' 102" 20• 22' 36" FITS 4"-10.8" POLE DIA.
9'-6• 11 ' 1aB 21' 24' 42" FITS 4"-12 7" POLE DIA.
114 2z' z6 48" FITS 4"-14.6" POLE DIA.
56" FITS 4"-17.2" POLE DIA.
STAINLESS UPGRADE AS-0204—SS)
PAINT
9/5/00 REV E-11/19/03 SHEET 1 OF 2
JAfJ�_5ert�ices - Gity o� Palrn Springs
F' 5'IGN_A- �
_l
a -m - o -R --o
Single 51ded
c'9
a -d -
cm
2.5 33.2 3� 6.2— —23.7 �2.5
68.1
TR07113BA; 1.50 Radius, 0.5" Border, V4hKe on Gresn;
'Ramon Road' Ciearviewfty-2-W; 72" NOM.
Backbrace Rigid Mount
<L 6ACKGROUNU COLOR]NFORMATION SION FEATU.RE8t,-- -
wf,it�Ult abrite LED Illumination
IrIII " 3hr1 Elrrr.rocut Film • Black Hou=ino Frame
.1 l • CleaMear Font
ro
Color. EC Film 5crfc�:
green 1177 Backbrac6 ourl8 U.C.
.' � e:1.1LiCJ.e9�y
'lobes c-:em3e sp'ci.•3,al LV<i sp_.r9 a�i n d[M1 4all b lo"d,+ OS P.J T::.,—m,afm•nia[uo
I<[-:m=9:all c.nr.rm d;H:1.`.'=_5-a'La�.56ha1_k krYsn'a1='3".s[vnisy zpa.y mapp:':I to ei'+=_s•um�rl-
u,a�ra� TR0 7 1 9 B --'•-n' JAM Services - City of Falm 5rringe
Jura
i
wM 07 t2W7 f s r„e
-- '- - C-re3`Ail er omlller€�lcarrranal.wln M. Ong
o[�R.-.rf 53n 0 J.�s oa,azz t= ., Ells la�r�r.mz e"-no pnl s-n:cea.conl _
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 92263
A CONTRACT To PERFORM PUBLIC WORKS UNDER LABOR CODE SECTION 1777.5 HAS BEEN AWARDED TO:
2. NAME OF GENERAL CONTRACTOR 3. CONTRACTOR'S LICENSE NO
Macadee Electrical Construction -583125
4, MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5, CITY
4755 Lanier Road Chino
6. ZIP CODE 7. TELEPHONE NUMaER
91710 909-627-1336
S. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY)
Protective Permissive Signal Conversion Project, Phase I
9. CONTRACT OR PROJECT NUMBER 10 DOLLAR AMOUNT OF CONTRACT AWARD
CP 07-19 $ 35,769.00
11 STARTING DATE(ESTIMATED OR ACTUAL) 12 COMPLETION DATE(ESTIMATED OR ACTUAL)
MONTH DAY YEAR MONTH DAY YEAR
03 1 05 108 PSE NUMBERS) 04 1 09 108 1 (USE NUMBERS)
13, TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL,HOSPITAL,ETC.) 14-
Traffc Signal-Street E] NEW CONSTRUCTION O ALTERATIONS
15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER ETC.) THAT WILL 5E EMPLOYED BY THE CONTRACTORS)
Electrician
16.
Is language Included In the Contract Award to effectuate the provision of section
1777.5,as required by the Labor Code?................................................................ Yes No
Is language included In the Contract Award to effectuate the provisions or Section Yes No
1776,as required by the Labor Code?.................................................................
17. SIGNAT 16 TITLE 19 DATE
L
�Y� Manager 02/04/08
20. PRIN Y ED NA I 21. TELEPHONE NUMBERS
Craig L. Gladde ag&, Procurement 8r Contracting 760-322-8368
Duplication of this form is❑urmrssible
DAS 13(rev.5101)
! PUBLIC WORKS CONTRACTS
BID RESULT CHECK LIST FOR CITY CLERK OFFICE:
/ 1 AGR# AMOUNT
City Project No: MO# DATE
Dates Published: I 7 I I d DIV IND APP NOTICE Y ❑N ❑
I
Bid Date & Time: aZ /
PROJECT:
SUCCESSFUL: 1, 6.
IGG-
2. tnc
3. /�f Q ✓�7� Z T� 8.
4.
5.
IN�QNIPLETE SIDS: C
on-responslvel
WHY:
t
CONTRACTOR BACKGROUND CHECK: �Ap �( 1tf Required? YI N ❑ (ATTACH IF REOUIiiEo)
j Affidavit of Non-Collusion Signed & Notarized? Ylgr N -
Information required of bidder page completed? YX N --Type & Amount of Insurance Required: Aj Z4 1-&171 ASPC 7
NIIACH AYOVMS AnE WECFU) C1 1
Contractors License No. �� 5 Type(s) �EL_/-}W_k� &C/J Status('ll.l'_4 f�iGyQGG��X,
I
I No. of days to complete work _ Working i Calen ar
Estimated Start Date: Estimated Completion Date: L)
No. of days in which to execute contract after Notice of
Award (date City Clark transmits contracts for execution):
c -
G Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?)
I
Any Addenda? Y ❑ N No. Addenda Signed by Contractor? Y ❑N ❑
BONDS: `J
PERFORMANCE BOND__10 � % PAYMENT BOND__ ID(/ % CORRECTION REPAIR BOND °6
BID BONDS: BLANK BID SPECS.
Successful Bidder:
CASHIER'$ CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra Sets of bid
specifications for contract execution
I Unsuccessful Bidders:
CASHIER'S CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Attached: Y ❑ N ❑
Which Contractor(s): ❑ Provided Previously
I
- DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y 9 N ❑
Labor Code 1777.5 Y r2�yf N
IJ ❑
Labor Cade 1776 Y N ❑
California Standard Specifications ZML EDITION
Standard Specifications for Public Works Construction EDITION
DATE: D 11 D BY: �� / Ale l sO
-_ ------. . . .. - - _.._..._ - - ------ -
DEPT: 5 CYl / (2 (I??G _ __
CONTRACTOR BACTGRODND CRECK
crTY PROJECT NO. aj
PR-OJECT_t P�-p
COP F TRACTOR- AAA r A p ,o LicNo. :
Verified
INSTRUCTIONS:
ThIs form shall be filled out by the Engineering Design staff when;
reviewing contractor background (APPARENT LOW BIDDER) . prior to award
of contract by City Council. The form may be waived if a eontract.or
does repeatedly acceptable work for the City. This shall be attached
to the INFORMATION REQUIRED OF BIDDER form and filed in the referenced
City Prefect file, after routing. At least two references shall be
Contacted and a third reference made if less than acceptable work
Comments were made by any one of the first two contacts.
-------------------
ReEe no Check 11 :
Person Contacted• phone G, Z ; 3tTJ�
Agency/girm: City:' 4
Nature Of Work;
Contract Amount: rate Completed- Ut
Comments Sy Above Perso ?1�
Reference Check f2:
Person Contacted: W� WL� CG(�- Phone a o
Agency/Firm: City: V
Nature Of Works
Contract Amount: $ Date Completed: `Q c
Comments By Above Perso V
w
Reference Check #3: (Opt o al
Person Contact —� Phone # -7I `4 2-29
Agency/Firm; City: ( ,� psi
Nature Of War :
Contract Amount: Date Completed:
Camme is By Above Person:
al
completed By: rr JE:�'l (l Gy Hate: b
Reviewed By: ��
Contracts Administrator
CC:. City Engineer
Director of Public Works
adding the dates and hours of closure to the signs. Removal of signs and furnishing and
p ing of barricades, if necessary, for posting of signs will be provided. All signs shall be
rem d within 24 hours after the effective date.
7-1.16 - S ty and Health Provisions. - The Contractor shall conform to all applicable
occupational fety and health standards, rules, regulations and orders established by
the State of Ca 1 nia. Working areas utilized by the Contractor to perform work during
the hours of darkn , shall be lighted to conform to the minimum illumination intensities
established by Califor - Division of Occupational Safety and Health Construction Safety
Orders.
7-1.17 - Public Safety Duriin on-Working Hours. - Notwithstanding the Contractors
primary responsibility for safety the jobsite when the Contractor is not present, the
Engineer at his option after attempt) to contact the Contractor, may direct City forces to
perform any functions he may deem n essary to ensure public safety at or in the vicinity
of the job site. If such procedure is imp ented, the Contractor shall bear all expenses
incurred by the City.
Full compensation for conforming to the provis s in this section 'Public Safety," shall
be considered as included in the contract price aid for the various items of work
involved and no additional compensation will be allo d therefore.
7-1.18 - Equipment Moving. - When moving from one Co truction location to another, a
pilot vehicle shall lead all construction equipment. Flashing li ts, flags and warning signs
shall be used as necessary to ensure public safety. All costs f equipment moving shall
be included in the prices for all bid items in the Bid Schedule an o additional payment
will be made therefor-
7-1.19 - The Contractor, An Independent Contractor. - It is understood d agreed that
the Contractor is and at all times shall be, an independent Contractor d nothing
contained herein shall be construed as making the Contractor, or any indivi I whose
compensation for services is paid by the Contractor, an agent or employee of the ity, or
authorizing the Contractor to create or assume any obligation or liability for or on be f of
the City.
L7-2 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:
A. Minimum Scope of Insurance Required
1. General Liability Insurance is required whenever the City is at risk of third-
party
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 9
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
I
• include products and completed operations liability, independent 1
contractors
liability, broad form contractual liability, and cross liability protection- 1
1
2. Automobile Liability Insurance is required only when vehicles are used by 1
a
contractor, vendor or service provider in their scope of work or when they are
driven 4
off-road on City property. Compliance with California law requiring auto 4
liability
insurance is mandatory and cannot be waived. At a minimum this policy shall: /
• be written on a per occurrence basis; 4
• include coverage for Bodily Injury and Property Damage, Owned, Non- I
owned
and Mired Vehicles; and
• include coverage for owned, non-owned, leased and hired vehicles.
If an automobile is not used in connection with the services provided by the
contractor, vendor or service provider, a written request to waive this requirement
should be made to the City's Risk Manager.
3. Workers' Compensation and Employer's Liability Insurances is required for any
contractor, vendor or service provider that has any employees at any time during .
the
period of this contract. Contractors with no employees must complete a Request
for r
Waiver of Workers' Compensation Insurance Requirement form available .
from the
City's Risk Manager- At a minimum, this policy shall:
• provide statutory requirements of the State of California; and
• include $1,000,000 Employer's Liability. f
4. Errors and Omissions (if applicable) coverage is required for licensed or other
professional contractors doing design, architectural, engineering or other services
that warrant such insurance. At a minimum this policy shall:
cover liability for malpractice or errors and omissions made in the �I
course of
rendering professional services.
00
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 LEGAL RELATIONS&RESPONSIBILITY so
SECTION 7-PAGE 10
B. Minimum Limits of Insurance Coverage Required
$1 Million per Occurrencel$2 Million Aggregate
U mbrella excess liability may be used to reach the limits stated above.
Additional insurance requirements may be imposed by the City for services or
products that have a higher risk_ Refer to the City's Risk Manager for information of
the insurance requirements for the following types of services or products:
1_ Construction contracts which are awarded or administered through
City
departments other than the Public Works Department;
2. Medical, excavation, drilling, trenching or shoring services, or services involving
explosives or pyrotechnics;
3_ Environmental consulting, engineering or related services or operations; i
4. Custom manufactured products;
5. Products or services involving firearms, tobacco, alcohol, or controlled
substances;
6. Any unusual or high-risk activities, operations or products.
C. General Standards for Insurance Policies:
All insurance policies shall meet the following general standards:
1. Insurance carrier is to be placed with duly licensed or approved non-admitted
insurers
in the State of California.
2. Insurers must have a Best's rating of B+, Class VII or higher (this rating includes
those
insurers with a minimum policyholder's surplus of$50 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 under the 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 fnr the City of Palm Springs:or (2) an
acceptable Certificate of Liability Insurance Coverage with an approved Additional
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE:1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 11
Insured Endorsement (see attached) with the following endorsements stated on the 411110
certificate: rF
1. "The City of Palm Springs, its officials, employees and agents are named as 4°
an 410
additional insured" ("as it relates to a specific contract" or "for any and all 4111%
work
performed with the City" may be included in this statement). 41"
W
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 4X
work 411%
performed with the City" may be included in this statement). See Example A below. P
As an alternative to the non-contributory endorsement, the City will accept a waiver sX
of subrogation endorsement on the General Liability policy. At a minimum, p
this endorsement shall include the following language: P
"This insurance company agrees to waive all rights of subrogation against the #M
City of Palm Springs, its officers, officials and employees for losses paid under 00
the terms of this policy which arise from the work performed by the named
insured for the City." P
am
3. "The insurance afforded by this policy shall not be cancelled except after thirty
days spa
prior written notice by certified mail return receipt requested has been given 1111"'
to the dINK
City."Language such as, "endeavor to" mail and "but failure to mail such notice
shall 1111106
impose no obligation or liability of any kind upon the company, its agents i9
or dm%
representative" is not acceptable and must be crossed out. See Example B below. MINIX
The Workers' Compensation and Employers' Liability policies shall contain waiver of APO
subrogation clause in favor of City, its elected officials, officers, employees, agents OW
and volunteers. See Example C below.
Aw
In addition to the endorsements listed above, the City of Palm Springs shall be named So,
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
work shall not waive the contractor's obligation to provide them.
E_ Acceptable Alternatives to Insurance Industry Certificates of Insurance:
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO.07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 12
The City will accept either a CG 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 CG 20 37 10 01. In addition, the City will accept the
fo Ilowing:
• A copy of the full insurance policy which contains a thirty (30) days' cancellation
notice provision (ten (10) days for non-payment of premium) 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
Example A:
THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE
INSURED SHOWN IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL
STAND 1N AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE
NAMED INSURED'S SCHEDULED UNDERLYING PRIMARY
COVERAGE, IN EITHER EVENT, ANY OTHER INSURANCE
MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN
EXCESS OF THIS INSURANCE AND SHALL NOT BE CALLED UPON
TO CONTRIBUTE WITH IT.
Example B: SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE
CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE
ISSUING INSURER WILL .r^3Y&T3`.r^� ^� MAIL 30 DAYS
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED
HEREIN Cu wrn rrrr.
OBLMATION nb LIABILITY nR AXlV r YND r PON T E N TITRE
""rA3O'rp3t -1r�.1T1'r7CCZZ��� u'�..Tom.`,.y
ITS Al1T1T.i��RES0, I`A TR1cQ
i�v'.rRa.a-r �nu...�......h..ter..
*The broker/agent 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.
i
- END OF SECTION -
PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT-PHASE 1 SPECIAL PROVISIONS
CITY PROJECT NO-07-19 LEGAL RELATIONS&RESPONSIBILITY
SECTION 7-PAGE 13,,
Check A,Ucense: Contractor's License Detail Page 1 of 2
Skip to L31 f) h one I Content 15ooter I Acrrlssihllity Search CSLB l
GOV CONTRACTORS , k �� J,ii�rijr.,���j'T
r- STATE LICENSE BOARD
fLIiI; I;blllllll I!•lifiill;{! III'! II'III ! lilllll' i !1,1I{ II ' WI ! , I ' I ' " ili hill WH Mi ' ! ! ' I
1 05 OS 07
jCONSUfAERS;• '-L.COIVfiROiORS. I APPLICANTS C` 'JOf18HFYMfF1 pull-1=081(s LlIIL01t1G-OFFICIALS 4EIIERht lud 0
• • ^ DETAIL
Abour G5La
CSLB Newsroom
Board and Committee �DISCLAIMER:A license status check provides information taken from the CSLB
Meetings license database. Before relying on this information, you should be aware of the
Disasterlwormation following limitations.
Center
CSLB Lehmrr • CSLB complaint disclosure is restricted by law(B&P 7124,6). If this entity is subject to public
complaint disclosure,a link for complaint disclosure will appear below. Click on the link or button to
FregLiCntly Asked obtain complaint and/or legal action information.
QU55h0:S • Per B&P 7071 17, only construction related civil judgments reported to the CSLB are disclosed.
Online Sarvices • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
r Oiec:k A License or • Due to workload,there may be relevant information that has not yet been entered onto the Board's
HIS ReOlstrabon license database,
e f ilinga Construction
Complaint
°ro,;eseing Times License Number: 583125 Extract Date: 12/14/2007
c Cm,cnk Application Business MACADEE ELECTRICAL CONSTRUCTION
;Iloii�s Information: 4755 LANIER ROAD
a Soo,ch'or a Surety CHINO,CA 91710
Banc!Insurance Company Business Phone Number. (909)627-1336
m Search fora Workers' Entity: Corporation
Compensation Issue Date: 12/19/1989
Company Expire Date: 12/31/2009
How to Participate License Status: This license is current and active.All information below should be
reviewed.
Classifications: CLASS DESCRIPTION
CIO ELECTRICAL
Bonding: CONTRACTORS BOND
This license fled Contractor's Bond number 675360 in the amount of
$12,500 with the bonding company
SURETY COMPANY OF THE PACIFIC.
Effective Date:0110 1/2 0 0 7
Contractors Bonding History
80NO OF QUALIFYING INDIVIDUAL
1. The Responsible Managing Officer(RMO)JOHN JOSEPH MC
CARTHY 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: 12/19/1989
Workers' This license has workers compensation insurance with the
Compensation: TRAVELERS INDEMNITY COMPANY OF CONNECTICIL
Policy Number-DTEUB5637165007
http://www2.csib Ca.9ov/General-Information/interactive-tools/check-a-license/License+Detail.... 12/14/2007
Check A License: Contractor's License Detail Page 2 of 2
w
Effective Date'08/15/2007
Expire Date:08/15/2008
Workers'Compensation H15lory
Consumers I Contractors I Applicants I Journeymen I Public Works I Building Officials I General Info
CSLB Home I Conditions of Use I Pnvacy I Contact CSLB
Copyright®2007 State of California
http://www2.cslb.ca,g ov/Genera I-Information/i nteractive400ls/check-a-I icenselLi cense+Detai I.... 12/14/2007
VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID
BID ABSTRACTDUE
-.1 a DATE: 1V,
D I N G T0: �7r f i U /� r NYC
V 12� ' Cr7j�5S/�_ CJ �.
Si no� Cnnrer[•iM Plrt
NT1TY COMMODITY ITEM
G
CQ
I
eobve Oaf" IA517.ro
EEX4trC VIM' 4ent'000 Nt✓k4� R -_ �LLtn
Cheek A; IeC"ense: Contractor's License Detail
Skip to CSL6 Home I Cgrktent I Footer 1 Aoces,1bbiY earth CSLB
CONTRACTORS
STATE LICENSE BOARD 4111�1?I
� I1,(i.fkf•` I(i,;i,1=3lIlI >;�Pi'ttl�il;llfiE I(Ili �( !( lllLf lfillll II' � I! IIIIfII tiillll lllii; l�lllfilllllillil � ll1 �' 1
�,Ct11HSU7AFF{3` • C,UNTRr1GYp83, ;• -�,APPLt6fitJ��' ' :OeHAIEYMEN PU811C W08K9 IUILUIt(6AFFlCIhLS � GENEIthL UI�
4;
About CSLB CONTRACT
a
M6 Newsroom
Board and Conmmlrtpe DISCLAIMER:A license status check provides information taken from the CSLB
Meetings license database. Before relying on this information, you should be aware of file
Qisestrr Information following limitations,
Centor
CSII-:Le"faran/
CSL6 complaint disclosure is restricted by law(B&P 7124.G). If this entity is subject to public
complaint disclosure,a link for complaint disclosure will appear below. Click on the link or Mutton to
Fregt,ently,asked obtain complaint and/or legal action information,
QuosironS . Per 6&P 7071.17,Only construction related civil judgments reported to the CSL6 are disclosed.
Online services * Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitrartion•
m CheckA Liwnsa yr • Due to workload,there maybe relevant information that has not yet been entered onto the Board's
HIS h"egis:rauen license database.
o PrLnq a Cnnsfrucngr
rrnrnplarnt
a Crac�ssury"fires License Number: 583125 F,xtractDate: 1211412007
s Ch ackAppUcadnn Business MACADEE ELECTRICAL CONSTRUCTION
t" "$ Information; 4755 ZANIER ROAD
u 5ear ch im a Surely CHINO,CA 91710
Bond Insurance
Con.pany Business Phone Number.(909)627-1336
Entity: Corporation
w Ser,r:.n for a Nrorkers'
Cnrmpenaatiort Issue Date: 12J19/1989
Company Expire Date: 12131/2009
How to Participate License Status; This license is current and active.All information below should be
reviewed.
Classifications: CLASS OESCRIPTIoM
C10 ELECTRICAL:
Bonding: CONTRACTORS BOND
This license fli=i r -
CONTRACTOR BACKGROUND CHECK
CITY PROJECT NO.
PFGOJECT: [ ` $
CONTRACTOR, AA� r �_ � _ Lic.No. : Q312
��`� � Verified
INSTRUCTIONS.
This form shall be filled out by the Engineering Design staff when
reviewing Contractor background (APPARENT IOW BIDDER) , prior to award
of contract by City Council. The form may be waived if a contractor
doles repeatedly acceptable work for the City. This shall be attached
to the INFORMATION REQUIRED OF BIDDER form and filed in the referenced
CLtr Project file, after routing.' At least two references shall be
contacted and a third reference made if less than acceptable work
eo=ents were made by any one of the first two contacts .
-------------------
Reference Check #l:
Person Contacted: Phone t
Agency/Firm: City:
Nature Of Work: -
Contract Amount: fate Completed: L't
Comme is By Above Persq :
Reference Check f2:
Person Contacted: VWlm WAX!1 Phone I �O o
Agency/Firm: City:
Nature Of Works
Contract Amount: $ Date Completed:
: G
Comments By Above Perso w
Reference Check f3: (Opt o al � ,/ 2�� ��
Person Contact .dtjicv Phone 71 `4
Agency/Firm: 71 f city: y,^
Nature Of Work: I A !�
Contract Amounts Date Completed: