Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05401 - STEINY & COMPANY PROTECTED PERMISSIVE SIGNAL CONVERSION CP 05-07
DOC # 2008-0379961 07/11/2008 08:00R Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside L.arry W. Ward Assessor, Couniy Clerk & Recorder °�v� ' II �II � � �� IIIIIIIII ��IIIIII 1111111111IN S R U PAGE SIZE OA MISC LONG RFD COPY M A L 465 425 PCOR NCOR SMF7C764M Recording Requested By And � When Recorded Return To: City of Palm Springs Atm.City Clerk XJ P.O.Box 2743.Palm Springs,CA 92263-2743 (SPACE ABOVE THIS LINE FOR RECORDING USE) (EXEMPT FROM RECORDING FEE PER GOV.CODE,p 610}) NOTICE OF COMPLETION �11 NOTICE IS HEREBY given that: 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 ofthe City of Palm Springs is authorized and directed to execute,on behalf of said City,any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall,3200 E_Tahquitz Canyon Way,Palm Springs,California(P.O.Box 2743,Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the I I'day of January 2008. 5. The name of the contractor(if named) for such work of improvement was: Steiny and Company,Incorporated, 12907 East Garvey Avenue,Baldwin Park,CA 91706. 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;Protective Permissive Conversion. 7. Nature of Interest:Fee Owner S. The property address or location of said property is:Various Traffic Signal locations:Ramon Road at Paseo Dorotea,Sunrise Way at Tachevah Drive,Sunrise Way at Amado Road,East Palm Canyon Drive at Cherokee Way,Ramon Road at Crossley Road,Tahquitz Canyon Way at Farrell Drive. Work also includes Type"E"inductive loops for two locations: East Palm Canon Drive at Sunrise Way and Farrell Drive at Via Escuela,Palm Springs,CA 9. City Project No.05 07,Agreement Number:5401,M N JJ CITY OF PALM SPRINGS: REVIEWED BY: T DATED: 20-< Senior Public Works inspector tchael K.Lytar BY: � DATED: Od- Director of Public Works/City Engineer David J.Barakian LAMES THOMPSON,being duly sworn,says: That he is the City Clerk of the aforesaid City ofPalm Springs,California,the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion,and knows the contents thereof,and that the facts stated therein are true; that as said City Clerk,he makes this yer+fi Lion on behalf of said municipal corporation. / City Clerk-James Thompson Index No. 0408 ti CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Steiny&Company Dare: May 12, 2008 12907 E.Garvey Ave. Project No.: 05.07 Baldwin Park,CA 91706 Proect•. Signal Conversion Project Change Order No.: Three (3) Contract Purchase No.: 716668 Minute Order No.: 7978 Agreemetu,No.: 5401 CHANGES IN'WORK/COST Increase to Contract Quantities New Items: Correction to Change Order No. 2 Lump Sum $407.19 CHANGE ORDER INCREASE AMOUNT S407.19 REASONS FOR CHANGES.- Change Order No. 2 allowed for the complete re-wiring of the traffic signal at Farrell Drive and Tahquitz Canyon. The work was to be completed on a time and materials basis and the cost was estimated at $20,500. The actual time and materials required to complete the work were monitored and the final price including all applicable mark ups was determined to be $20,907.19. This change order, in the amount of $407.19,will compensate the Contractor for the difference between the estimated cost and the actual cost to complete the work. D. SOURCE OF FUNDS Account number 133-4298-50204 will be utilized. 750 N f_ Summary of Costs Contract Time Original Contract Amount: $295,555.00 Original Completion Date: July 11,2007 This Change Order: $ 407.19 Days Added for this G.C.O.: --0— Previous Change Order(s): $40,012.14 Previous Days Added: --as required-- Revised Contract Amount: $333,974.33 Rovised Completion Dare: Jan. 11,2008 I have received a copy of this Change City Approval: Order a d the above AGREED PRICES ar acca table to the contractor. Subnurred by Date .�- ✓�'�2 Senior Public Works Inspector By Approved by A Dare S ([ tY Contr�C[or: Steiny&Company City-Engmel r Dare v\\ \ L to Approved by, Dare IV '�(J City anag Attests c - _- City Clerk - Distribution: Oneinal Executed Copies Confarau:d-File Copy _ Contractor (1) Engineering File (1) - City Clerk (1) Senior Public Works inspector (1) - Finance (1) APPROVED BY CITY COUNCIL z * CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Steiny&Company Dare: September 19,2007 12907 B.Garvcy Ave. Project No.: 05-07 Baldwin Park,CA 91706 Project: Signal Conversion Project Change Order No.: Two (2) Contract Purchase No.: 716668 Minute Order No.: 7978 Agreement No.: 5401 CHANGES IN WORK/COST Increase to Contract Quantities New Items: Removal of all conductors and cables from Time and Materials $20,500.00 poles, signal heads and traffic signal conduits at the intersection of Farrell Dr. and Tahquitz Canyon Way and replacement with new cables, conductors or equivalent as necessary to ensure proper function of the traffic signal and all emergency vehicle pre-emption and video detection systems. ESTIMATED CHANGE ORDER/INCREASE AMOUNT $20,500.00 REASONS FOR CHANGES: While performing recent upgrades to the traffic signal at Farrell Drive and Tahquitz Canyon Way,it became evident that the existing cables and conductors are in a severely dilapidated condition due to age. Currently the signal is operating in a limited capacity, and it is necessary that all conductors and cables within the traffic signal be removed and replaced. The price above represents an estimate to complete this work on a 'time and materials'basis and is inclusive of all work necessary to completely re-wire the signal and all the systems within it, including Video Detection and Emergency Vehicle Pre-Emption. Staff will monitor the actual time, labor, materials and equipment required to complete the work and modify this change order accordingly. The final change order amount will be determined in accordance with section 9-1.03 of the Standard Specifications of the California Department of Transportation, dated May 2006 Note: Estimated costs include all applicable mark ups. Final Change Order costs will be determined at the completion of the work. D. SOURCE OF FUNDS Account number 1334298-50204 will be utilized for the repairs. 1 ©v�1G112`La��_ If�Y�ti�NI Vl4 �-0?���4�e�L V If Y —Summary of Costs Contract Time Original Contract Amount: $295,555.00 Original Completion Date: July 11,2007 This Change Order: $20,500,00 Days Added for this C.C.O.: -•5-- Previous Change Order(s): $19,512,14 Previous Days Added: --15-- Revised Contract Amount: $335,567.14 Revised Completion Data TBD I have received a copy of this Change City Approval: Order thee above AGREED PRICES yL9� 1 7 are acceep table to the contractor. Sulmuttcd b (�. Dace 11' a Senior Public Works Inspector By Approved by Dace Contractor City-Engineer Richard T®soriero,Yee President Date M)y2i1 bu lu Approved by Giry• Dare �'�'1�� -- M n ge - - - - Atteste ate��� 201o5 ` City Clerk - Distribution: - Orieinal Executed Copies Confgrmed:File Copy Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) APPROVED BY CITY COUNCIL V� `` O 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Steiny&Company Date: June 6,2007 12907 E.Garvey Ave. Project No.: 05-07 Baldwin Park,CA 91706 Protect:. Signal Conversion Project Change Order No.: One (1) Contract Plllehase No.: 71666E Minute Order No.: 7978 Agreement No.: 5401 CHANGES IN WORK/COST Increase to Contract Quantities New Items: Make changes per plan sheet 5 of 7, Lump Suin/Agreed Price $19, 512.14 delta note 1 revision, install 1 additional rigid steel conduit and electrical conductors and add enviromnental testing of traffic signal controllers. TOTAL NET CHANGE ORDER/INCREASE AMOUNT $19,512.14 REASONS FOR CHANGES: The future expansion of VIP Motors at the corner of Cherokee Rd. and East Palm Canyon will include revisions to the existing median islands and frontage road on the South side of the street. At the request of the developer, the traffic signal controller will be relocated to the Southeast corner of the intersection. In addition, an existing 1 A pole on the on the Southwest corner will be relocated so that it will not conflict with future street modifications. The relocation of the controller will require the installation of rigid steel conduit and any conductors necessary to provide power from the existing electrical service point to the new controller location. In addition to the controller relocations, the contractor will provide environmental testing for the three new traffic signal controllers being installed as a part of this project. This environmental testing simulates various climactic conditions in order to ensure proper function in temperature extremes. The total amount indicated on this change order represents a LUMP SUM/AGREED PRICE, to complete all work indicted above. All costs pertaining to relocations at Cherokee and East Palm have been provided for by VIP Motors and funds have been deposited with the City for this purpose. Note: No additional mark ups will be added to any item on this Change Order. All costs are final. D. SOURCE OF FUNDS Account number 133-4298-50204 will be utilized for environmental testing in the amount of$3,277.60. The remaining $16,234,64 has been provided by VIP motors and will be deposited into a special project account 160-4510-60125. i l k Summary of Costs Contract Time Original Contract Amount: $295,555.00 Original Completion Date: July 11,2007 This Change Order: $19,512.14 Days Added for this C.C.O.: --15— Previous Change Order(s): $0 Previous Days Added: —0— Revised Contract Amount: $315,067.14 Revised Completion Date: August 1,2007 1 have received a copy of this Change City Approval: Order and the above AGREED PRICES are acceptable to the contractor. Submitted by t Date Senior Public Works Inspector By O Approved by �'OKI, Date - Contractor City-Engineer Ri,;hzrd Tesofiero,Vice PresiddenE r Date 2S 9 Approved by Date' 1'a M ger Attested by ty Clerk f�Ci r _- Distribution: Original Executed Copies Conformed-File Coov Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) Y ti?i isuY'E i BY CITY Coma APPAdV€D BY CITY MANAGER 1 2 AGREEMENT THIS AGREEMENT made this j0day of �, in the year .2 Dad_, by and between the City of Palm Springs, a charter city, or anized 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 STSINY & COMPANY 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 CITY PROJECT NO. 05-07 The Work is generally described as follows: Modification of existing traffic signals, including relocation of existing vehicle heads, traffic signal rewiring, installation of traffic signs, 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 following locations: • Ramon Road at Paseo Dorotea • Sunrise Way at Tachevah Drive • Sunrise Way at Amado Road • East Palm Canyon Drive at Cherokee Way • Ramon Road at Crossley Road • Tahquitz Canyon Way at Farrell Drive ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 AGREEMENT FORM 11/1/06 AGREEMENT AND BONDS - PAGE 1 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 $1,000 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with 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 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 AGREEMENT FORM 11/1/06 AGREEMENT AND BONDS- PAGE 2 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. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this A eement to be executed the day and year first above writte City ana ATTEST: CITY OF PALM SPRINGS, Date Ao'h�m+ 00 001 CALIFORNIA APPROVED BY CITY COUNCIL City Clerk �Dj Z/z APPROVED AS TO FORM: APPROVED BY THE CITY COUNCIL: A By_ 0����1� ✓d� Minute Order No. 7978 City Attorney Date 12/13/06 Date / Agreement No. &5� ��A'61 CONTENTS APPROVED: By r City Engineer Date ! 4 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 AGREEMENT FORM 11/1/06 AGREEMENT AND BONDS- PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief.Financial Officer. CONTRACTOR: Name. Steinv and Company, Inc Check one: Individual_Partnership X Corporation Address: 12907 E. Garvey Avenue Baldwin Park, CA 91/0b 8igndture(notarized) Signat re (arized) Name: Richard Tesoriero Name: Gayle C. Kanpelman Title: Vice President Title: Secretary (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman'of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of ❑ State of ❑ County of ❑ss County of ❑ss On On before me, before me, personally appeared personally appeared personally known to me (or proved to me on the personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within whose name(s) is/are subscribed to the within instrument and acknowledged to me that instrument and acknowledged to me that he/she/they executed the same in his/her/their he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or signature(s) on the instrument the person(s), or the the entity upon behalf of which the person(s) entity upon behalf of which the person(s) acted, acted, executed the instrument. executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 AGREEMENT FORM 11/1/06 AGREEMENT AND BONDS - PAGE 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles ss. On January 05, 2007 before me, Kathy M. Bruce-Notary Public Dele Name end Tltle or officer(e g"Jane Ooe,Nolery Publm") personally appeared Richard Tesoriero and Gayle C. Kappelman Neme(s)or signertq x0 personally known to Ine ❑ proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that 4e/s4e/they executed the same in his/her/their authorized capacity(ies), and that by I,�/their 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 KATHy M.BRUCE - C7� a ems,. Commission# 1475989 H z Nofary Public•California Los Angeles Count /'`/ My Comm.Expires Apr 9V2008,p Slgnuure Notary Public OPTIONAL Though the information below Is not required bylaw,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of thrs form to another document Description of Attached Document: AGREEMENT Title or Type of Document. City of Palm Springs-Premissive Signal Conv. Proj#05-07 Document Date N/A Number of Pages 4 Signer(s)Other Than Named Above: N/A Capacity(ies) Claimed by Signer Signer's Name Richard Tesoriero and Gayle C. Kappelman ❑ Individual Topofthumbhere x❑ Corporate Officer-Title(s) Vice President&Corp. Secretary ❑ Partner(s)- ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing: Steiny and Company, Inc. THE AMERICAN INSTITUTE OF ARCHITECTS 0 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we STEINY AND COMPANY, INC. 12907 E.Garvey Avenue (Here insros lull name and address or legal title of Contractor) Baldwin Park,CA 91706 as Principal, hereinafter called the Principal, and SAFECO INSURANCE COMPANY OF AMERICA SAFECO Plaza (Here insert lull name an address or legal title of surety) Seattle,WA 98185 a corporation duly organized under the laws of the State of WA as Surety, hereinafter called the Surety, are held and firmly bound unto (Here ,nseri lull name and address or legal title of Owner) CITY OF PALM SPRINGS 3200 Tahquitz Canyon Way, Palm Springs,CA 92262 as Obligee, hereinafter called the Obligee, in the sum of Ten percent of amount bid.Dollars ($ 10%of Amount Bill, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Were insert lull name,address and description of project) Protective-Permissive Signal Conversion Project City Project No.05-07 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified In said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 1st day of December 2006 s� ST ND " MPANY INC. In) A n 1 .1l(J✓ (Principal) (Seal) 1 1 1�(Witness)� tt / (Principal) Vice President (Title) C ^ SAFECO INSURANCE COMPANY OF AMERICA /# dJ CJ (Surety) (Seal) Rhon'dB C.Abel (Witness) (j 11 / (� l r e Apodaca" lde) Attorney-in-Fac_t AIA DOCUMENT A310•BID BOND•AIA®•FEBRUARY 1970 ED•THE AMERICAN �r INSTITUTE OF ARCHITECTS, 1735 NY. AVE., N.W., WASHINGTON, D.C. 20006 S CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of River7siide, Or1�P ,_4 I amj beforeme,Shawn R. Bradfield, Notary Publi ale Name and Title,of 011 car(e.g.,"Jane Doe,Notary Public") personally appeared Richard Tesoriero Names)of 5lgnerb) personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person whose name is/are ao. subscribed to the within instrument and SHAWN R.BRADFIELD acknowledged to me that he/sheHlaey executed Commission# 7416757 a z the same in his/IierFtheir authorized NotaryPublic-California > capacity , and that by his/herdlheir Riverside County MY COMM.Expires May 9,20�7signature (s.),on the instrument the person or My Comm.Expires May 9,2007 the entity upon behalf of which the person'(\s) �"-- -- acted, executed the instrument. WITNESS my hand and official seal. d,_) Signature of Nolary Public OPTIONAL Though the information belowis not required bylaw,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: \_p d 4 � 6(I , Document Date: t\1 � Q Number of Pages: Signer(s) Other Than Named Above: X 1 pocin(QIJ Capacity(ies) Claimed by Signer Signer's Name: Richard Tesoriero ❑ Individual Top of Ihomb N4,e �Tcorporate officer—Title(s): Vice President /❑_Partner—❑ Limited El General ❑ Attorney-in-Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Steiny and Company, Inc. ©1999 National Nolary Association•9350 De Solo Ave.,P.O.Be.2402•Chal,.cM,CA 91313-2402•..n.b.calc.ta,., Pace.No 6907 Bemder Call ID14Fren 1-800 876-6627 ACKNOWLEDGEMENT State of California County of Orange On Deppmher 1 , 7006 before me, Rhonda C.Abel,Notary Public (here insert name and title of the officer) personally appeared Jeri Apodaca personally known to me (or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledge to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their 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. RHONDA C.ABEL U COMM.t 1597948 �� � ' • NOTARYPIIBUC-CAUFOR NIA � Signature ORANP.Al' P! Q �T�-9-- COMM EXP. AUG 9 2009 (Seal) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR NUMBER OF PAGES ❑ OTHER: SIGNER IS REPRESENTING: DATE OF DOCUMENT NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE S-4067/GE 1106 FRP Safeco Insurance Company of America { POWER General Insurance Company ofAmerica �-: Safeco Plaza ,v OF ATTORNEY Seattle,WA 98185 KNOW ALL 8Y THESE PRESENTS: No. 9675 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation,does each hereby appoint *****RHONDA C.ABEL,JERI APODACA;LINDA ENRIGHT;JANE KEPNER;NANETTE MARIELLA-MYERS; MIKE PARIZINO;RACHELLE RHEAULT,ROSA E.RIVAS;JAMES A.SCHALLER;Irvine,California****�'************** its true and lawful atforney(s)-in-fact,with full authority to execute on its behalf fidelity and surely bonds or undertakings and other documents of a similar character issued in the course of Its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this loth day of April 2006 STEPHANIE DALEY•WATSON SECRETARY MIKE PETERS,PRESIDENT,SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURETY BONDS ..the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bands and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V.Section 13 of the By-Laws,and (it) A copy of the power-of-attomey appointment,executed pursuant thereto,and (tit) Certifying that said powerofattomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." 1,Stephanie Daley-Watson ,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attomey issued pursuant thereto,are true and correct,and(hat both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 1st day of December _ 2006 c .C�ipgs �gE con Y� COP�trcx4" �1QP �O ?' CORPORATE ^„ SEAL a SEAL x�aaala..N �ay�lw/ f J% 1953 p'a a Isles f awas $ STEPHANIE DALEY-WATSON,SECRETARY ��` Safece®and the Sareco logo are registered trademarks of Safeco Corporation S-0974/DS 4/05 WEB PDF 1 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. 1 ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 COVER SHEET 11/1/06 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. 05-07 Bidder accepts all of the terms and conditions of the Contract Documents, including ' without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment ' Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date 1 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 BID (PROPOSAL) CITY PROJECT NO. 05-07 BID FORMS-PAGE 2 ' 11/1/06 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). tDated:o�Q.l°l�Il�lt� �,M40 ' Bidder: STEINY AND COMPANY,INC. ' By. C/ /( ' (Signature) Title: ).share resoriero,Vice Presided 1 t PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT BID (PROPOSAL) CITY PROJECT NO. 05-07 BID FORMS-PAGE 3 ' ""'06 BID SCHEDULE A ' Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 RAMON ROAD AT PASEO DOROTEA ' In Palm Springs, California ' Description Ramon Road at Paseo Dorotea traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of eight (8) existing signal heads; installation of four (4), new 5-section signal heads (furnished by City); installation of two (2) Type "E" inductive loop detectors; installation of two (2) Type R73-7 traffic signs (furnished by City); traffic signal rewiring with existing conductors as necessary to implement the revised traffic signal phasing; removal of existing traffic signal controller, cabinet, and foundation; installation ' of a new Model 170E controller assembly, Type 332 cabinet and foundation; installation of a Tomar "Strobecom II" 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, and associated equipment; installation of a Clary SP 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment installed in the new Model 170E controller ' assembly and Battery System installed in a No. 6 pull box, and associated conduit and equipment; traffic control; and all appurtenant work. ' NOTE: At this intersection, the City will furnish four(4), 5-section signal heads, and two (2) Type R73-7 traffic signs. All other appurtenant traffic signal equipment (Model 170E controller ' assembly and cabinet, emergency vehicle preemption system, uninterrupted power supply system, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. ' TOTAL BID PRICE - FOR BID SCHEDULE A For the lump sum price of: $ 3�I MI5 06 � ' (Price in figures) 0o ry�� �r o uu (Price in words) uu F� I v �v� STONY AND COMPANY,INC. Name of Bidder or Firm PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE A 11/1/06 BID FORMS - PAGE 4 1 • • BID SCHEDULE B 1 Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE 1 SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 SUNRISE WAY AT TACHEVAH DRIVE 1 In Palm Springs, California 1 Description Sunrise Way at Tachevah Drive traffic signal modification, complete and in place as shown on 1 the plans, including, but not limited to: removal of ten (10) existing signal heads; installation of four (4), new 5-section signal heads (furnished by City); installation of two (2), salvaged 3- section signal heads; installation of twenty-two (22) Type "E" inductive loop detectors; 1 installation of four (4) Type R73-7 and two (2) Type R3-4 traffic signs (furnished by City); traffic signal rewiring with existing conductors as necessary to implement the revised traffic signal 1 phasing; installation of a 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, and associated equipment; installation of a 1 Clary SP 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment installed in the existing Model 170E controller assembly and Battery System installed in a No. 6 pull box, and 1 associated conduit and equipment; traffic control; and all appurtenant work. 1 NOTE: At this intersection, the City will furnish four (4), 5-section signal heads, four (4) Type R73-7 and two (2) Type R3-4 traffic signs. All other appurtenant traffic signal equipment (emergency vehicle preemption system, uninterrupted power supply system, miscellaneous 1 housings, brackets, and associated equipment) shall be furnished by the Contractor. 1 TOTAL BID PRICE - FOR BID SCHEDULE B For the lump sum price of: (Price in figures) �I N4. OU S 0.n e,,L ,rs %- CO O (Price in words) na STEINY AND COMPANY,INC. 1 Name of Bidder or Firm 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE B 1 11/1/06 BID FORMS- PAGE 5 1 ' BID SCHEDULE C Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE ' SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 ' SUNRISE WAY AT AMADO ROAD In Palm Springs, California ' Description Sunrise Way at Amado Road traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of ten (10) existing signal heads; installation of ' four (4), salvaged 5-section signal heads; installation of two (2), salvaged 3-section signal heads; installation of twenty-two (22) Type "E" inductive loop detectors; installation of four (4) Type R73-7 and one (1) Type R3-4 traffic signs (furnished by City); installation of new conduit ' and traffic signal rewiring with new conductors and 3-wire/12-wire signal conductor cables as necessary to implement the revised traffic signal phasing; traffic control; and all appurtenant work. tNOTE: At this intersection, the City will furnish four (4) Type R73-7 and one (1) Type R3-4 ' traffic signs. All other appurtenant traffic signal equipment (conduit, conductors, signal conductor cables, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. ' TOTAL BID PRICE - FOR BID SCHEDULE C ' For the 7lump �sum �price of: $_mob '7'b� 51 'q`) s d o ' I (Price in figures) C�1���=Tict�srs-mc��-cam� 00�roD � (Price in words)T STEINY AND COMPANY,INC. ' Name of Bidder or Firm 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE C ' 11/1/06 BID FORMS- PAGE 6 BID SCHEDULE D Lump Sum Price for Construction of: PROTECTIVE - PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 EAST PALM CANYON DRIVE AT CHEROKEE WAY In Palm Springs, California Description East Palm Canyon Drive at Cherokee Way traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of existing Type 1-A standard and foundation; installation of new Type 19-3-100 standard complete with signal heads, Model R409 LED Edge-Lit IISNS, and luminaire; removal of nine (9) existing signal heads; installation of four (4), new 5-section signal heads (furnished by City); installation of three (3), salvaged 3-section signal heads; installation of twenty-six (26) Type "E" inductive loop detectors; installation of two (2) Type R73-7 and one (1) Type R34 traffic signs (furnished by City); removal of two (2) existing RSNS and installation of two (2) Model R409 LED Edge-Lit IISNS; installation of new conduit and traffic signal rewiring with new conductors and 3-wire/12-wire signal conductor cables as necessary to implement the revised traffic signal t phasing; removal of existing traffic signal controller, cabinet, and foundation; installation of a new Model 170E controller assembly, Type 332 cabinet and foundation; installation of a Tomar "Strobecom II" 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, and associated equipment; installation of a Clary SP 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment installed in the new Model 170E controller assembly and Battery System installed in a No. 6 pull box, and ' associated conduit and equipment; traffic control; and all appurtenant work. ' NOTE: At this intersection, the City will furnish four (4), 5-section signal heads, two (2) Type R73-7 and one (1) Type R34 traffic signs. All other appurtenant traffic signal equipment (Type 19-3-100 standard complete with signal heads, Model R409 LED Edge-Lit IISNS, and luminaire, Model 170E controller assembly and cabinet, emergency vehicle preemption system, uninterrupted power supply system, miscellaneous housings, brackets, and associated equipment)shall be furnished by the Contractor. TOTAL BID PRICE - FOR BID SCHEDULE D For the lump sum price of: 00 d0 $ 5t3� (Price in figures) ab —k- e6 /ob vie �utidrwl ��lJ�y�y�cu4(PriCeinwords) l� Hurr�f �WanY�l STEINY AND COMPANY,INC. ' Name of Bidder or Firm PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE D 11/1/06 BID FORMS- PAGE 7 BID SCHEDULE E ' Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 RAMON ROAD AT CROSSLEY ROAD In Palm Springs, California Description Ramon Road at Crossley Road traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of six (6) existing signal heads; installation of four (4), new 5-section signal heads (furnished by City); installation of six (6) Type "E" inductive loop detectors; installation of two (2) Type R73-7 and two (2) Type R34 traffic signs (furnished by City); installation of new conduit and traffic signal rewiring with existing conductors as necessary to implement the revised traffic signal phasing; removal of existing traffic signal controller, cabinet, and foundation; installation of a new Model 170E controller assembly, Type 332 cabinet and foundation; installation of a Tomar "Strobecom II" 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, and associated equipment; installation of a Clary SP 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment installed in the new Model 170E controller assembly and Battery System installed in a No. 6 pull box, and associated conduit and equipment; installation of two (2) new IISNS panels; traffic control; and all appurtenant work. NOTE: At this intersection, the City will furnish four (4), 5-section signal heads, two (2) Type R73-7 and two (2) Type R34 traffic signs. All other appurtenant traffic signal equipment (Model 170E controller assembly and cabinet, emergency vehicle preemption system, uninterrupted power supply system, IISNS panels, miscellaneous housings, brackets, and associated ' equipment) shall be furnished by the Contractor. ' TOTAL BID PRICE - FOR BID SCHEDULE E For the lump sum price of: (Price in figures) ' (Price in words —Th%A� Stu `Nbvsa J E),' I lA n)t,W —fw j,, F;w— WIZUz 1, �%ob ' STEINY AND COMPANY, INC. ' Name of Bidder or Firm PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE E ' 11/1/06 BID FORMS- PAGE 8 BID SCHEDULE F ' Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT ' CITY PROJECT NO. 05-07 ' TAHQUITZ CANYON WAY AT FARRELL DRIVE In Palm Springs, California Description iTahquitz Canyon Way at Farrell Drive traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of twelve (12) existing signal heads; ' installation of eight (8), new 5-section signal heads; installation of four (4) Type R73-7 and two (2) Type R3-4 traffic signs (furnished by City); traffic signal rewiring with existing conductors as necessary to implement the revised traffic signal phasing; traffic control; and all appurtenant work. NOTE: At this intersection, the City will furnish eight (8), 5-section signal heads, and four (4) ' Type R73-7 and two (2) Type R34 traffic signs. All other appurtenant traffic signal equipment (miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. TOTAL BID PRICE - FOR BID SCHEDULE F For the lump sum price of: $ �11 pp (Price in figures) S�x��nn 1Sw.� -TWO 9 IAf�c� �xn (Price in words) ' STEINY AND COMPANY,INC. ' Name of Bidder or Firm ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 06-07 BID SCHEDULE F 11/1/06 BID FORMS-PAGE 9 ' BID SCHEDULE G Schedule of Prices for the Construction of the: PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 ' Item Description Estimated Unit Unit Amount No. Quantity Price ' Install Type "E" inductive loop detectors at East Palm Canyon Drive UC n3 1 and Sunrise Way (one eastbound, left- 5 EA t ry� $ turn lane, and four westbound, left-turn lane). Install Type "E" inductive loop 55 Ig530.0 2 detectors at Farrell Drive and Via 6 EA $- $ Escuela (three eastbound presence, and three westbound presence) TOTAL OF ALL ITEMS OF BID SCHEDULE G: rice in figures) I S� ZXY p" �i u Af� (I c hP lu�� 6401S 11 � (Pric in w rds) TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH G (BASIS OF AWARD): �° 5 5 5 ✓ (Price in figures)kA 8" UD r f b (Pri a in words) au t t , Fi QUANTITIES OF WORK: ' The quantities of work or material stated in the unit price items of the Bid Schedules are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by ' implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and ' shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedules for the deleted item of Work. STEINY AND COMPANY,INC. Name of Bidder or Firm ' PROTECTIVE-PERM ISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE G ' 11/1/06 BID FORMS-PAGE 10 ' 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 1 the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name &Address ' 2. ' a. I—o�S 75531 9 �r gnu�ldM ' 4. 5. 6. 7. S. 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 06-07 LIST OF SUBCONTRACTORS 11/1/06 BID FORMS-PAGE 11 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER ' AND SUBMITTED WITH BID State of California ) ' ) ss. County ofl�V DX�)jd Q� ) I, R.id,ard iesorfero being first duly sworn, deposes and says that STEINY AND COMPANY,INC. the party making the foregoing Bid, that the Bid ' is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not ' collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or ' that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of ' the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or ' indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. 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 / Y AND COMPANY,INC, By Title Organization �Df pow-+ion Address TE€611Y AI'1C1 COMPANY,INC. 12907 Fast Carvey Avenue Baldwin Park, CA 91706-0993 ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 NON-COLLUSION AFFIDAVIT ' 1111106 BID FORMS - PAGE 12 M 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: Tl BIdY AND COMPANY,INC. 19QU Fart Garvey Avenue P.O. Box 8100 i2. CONTRACTOR'S Telephone Number: ( ) Facsimile Number: ( ) 626,33841343 i3. CONTRACTOR'S License: Primary Classification State License Number(s) State License No. 161273 ' Supplemental License Classifications , 1 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety �(r<A,N C C� �.QJf n . �'n �m ni C CA Address a n n_ j2mii.fld o�iVr1.��1 ��Q to( ' Surety Company Telephone Numbers: Agent(oq ) UDL-tor Surety LP-4 - 5. Type of Firm (Individual, Partnership or Corporation): CbrPa041v�� 1 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: ' Chairman J.C.Steiny vice Preiidwd Rd111rd Tesofto Seffe" C.KOPPOMM PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT ' CITY PROJECT NO. 05-07 BIDDER'S GENERAL INFORMATION 11/1/06 BID FORMS- PAGE 14 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 o1U-A40-CflO('A_ 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 employees 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 ' CITY PROJECT NO. 05-07 BIDDER'S GENERAL INFORMATION 11/1106 BID FORMS- PAGE 15 • Major construction projects in progress as of this date: Owner Orange County Transportation Authority(OCTA) Project Location SR 22 Freeway HOV Lane Design Valuation $22,140,890.00 Contact Person David Smith (GMR) Telephone No. (714) 712-1600 Owner City of Santa Monica Project Location FY 2005 Street and Park Lighting Project(SP1970) Valuation $2,089,527.00 Contact Person Gene Higginbotham Telephone No. (310)458-8721 Owner Los Angeles County Metropolitan Transportation Authority Project Location Goldline Valuation $44,423,656.00 Contact Person John Yen Telephone No. (323) 980-2504 • Construction projects completed as of this date: Owner County of Los Angeles Project Location Inglewood Avenue, ET AL TSM0010152 Valuation $662,222.00 Contact Person Cliff Craig Telephone No. (626) 458-5100 Owner City of Los Angeles Project Location San Diego Frwy Corridor Valuation $10,261,000.00 Contact Person Mehrdad Moshksar Telephone No. (213) 978-0252 Owner City of Pasadena Project Location Fair Oaks Corridor Transportation Valuation $1.814,489.00 Contact Person Dave Ortega Telephone No. (626) 744-4312 More Available upon Request Californfia Home • • Wednesday, December 06,2006 .... - -r— ALMW bV -- Y of Y — t elcorne 1a orn Califia I .+fir License Detail CALFORNIA CONTRACTORS S AATE LICrMSE SCAM Contractor License#161273 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law ( (LP 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 obtain complaint and/or legal action information. • Per B,'&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 12/06/2006 * * * Business Information STEINY AND COMPANY INC P O BOX 74901 LOS ANGELES, CA 90004 Business Phone Number: (213) 382-2331 Entity: Corporation Issue Date: 07/01/1956 Expire Date: 05/31/2007 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications Class Description A GENERAL ENGINEERING CONTRACTOR C10 ELECTRCAL C-7 LOW VOLTAGE SYSTEMS B GENERAL SULDING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 6253061 in the amount of 010,000 with the bonding compano SAFECO @MSURAHCE COMPAMY OF AMERICA. Effective Date: 02/14/2004 a� Con rr@c2.©v's a®9o� Hoy ®cps BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) SUSAN STEINY certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 10/02/1992 BOND OF QUALIFYING INDIVIDUAL(2): The Responsible Managing Officer (RMO) JOHN OLERICH STEINY certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 07/01/1956 BOND OF QUALIFYING INDIVIDUAL(3): This license filed Bond of Qualifying Individual number 6239891 for WILLIAM BERNARD HADLEY in the amount of$7,500 with the bonding company SAFECO WSURIANCE COMPANY OF AMErdCA. Effective Date: 02/14/2004 O'CA E®r K0ffP, Gaus4mi? * * * Workers Compensation Information This license has workers compensation insurance with the V PS VE LERS PROPER a Y CASUAL Y Y COMPANY OF AWIER CA Policy Number: RTC2JUB5642B69A Effective Date: 07/01/2005 Expire Date: 07/01/2007 Wioii8 arrs C®rxapensgjon FH LrM Personnel listed on this license (current or disassociated) are listed on other licenses. PcrocmdLLt ®ftharLocsRsez Locanoc Hffioo L)o5- Contracton- Ha5ms 1PLr.cnmJ Namie ��Vesyn�rs©a� 4 �g ncs� Sateo erz®w Hama Re q LaGo ©2006 State of California. Conditions of Use Privacy Policy •PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CITY CLERK OFFICE: AGR# AMOUNT City Project No: 05'0-7 p �} Mo# DATE Dates Published: November 8 `+ 15 , Q000 DIV IND APP NOTICE Y ❑N ❑ Bid Date & Time: D2Ce(YlI�Gi— 51 a00(00 a:00Pr9 PROJECT: Pr0+e,C-V V2, Pee-missive, Signal Conversion *SUCCESSFUL: 1. Skeknv and Nmnug Inc. 6. 2. FreetfI�__a1u E( e&� ric _ 7. 3. R�lAYJ1l�, � � S 8. 4. 9. 5. 10. INCOMPLETE BIDS: Non-responsive) WHY: t CONTRACTOR BACKGROUND CHECK: Ifil ':;: tRDKr $`Vtr#Yfty zt#t: ` Required? Y ❑ N C� ^ (ATTACH IF REQUIRED) 1�. . .Y......:.....:..: :...:::::::.:... .:.:. :. Affidavit of Non-Collusion Signed & Notarized? Y ❑ N Information required of bidder page completed? Y 6d N ❑ Type & Amount of Insurance Required: P �p-rt-s e, See a-fta Lo-A (ATWCH AMOUMR ARE VEMED) Contractors License No. Type(s) A—,C Q),&7j Status ClAffW+ Qrj ac--E'I ve No. of days to complete work LID Working ✓ ,`Calendar Estimated Start Date: F2 � ht bri_wx -7, a(7D7 Estimated Completion Date: n_ (o , QW7 No. of days in which to execute contract after Notice of I I 1�I 1 1 Award (data City Clerk transmits contracts for execution): 15 Ca e n J�a A- l�-kq 5 Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) Any Addenda? Y ❑ N IJ No. Addenda Signed by Contractor? Y ❑N ❑ BONDS: PERFORMANCE BOND l 0 o % PAYMENT BOND Inc % CORRECTION REPAIR BOND �_ % BID BONDS: BLANK BID SPECS. Successful Bidder: CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra sets Of bid specifications for contract execution Unsuccessful Bidders: CASHIER'S CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Attached: Y ❑ N ❑ Which Contractor(s): El Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y 2' N ❑ Labor Code 1777.5 Y 5 N ❑ Labor Code 1776 Y 9 N ❑ California Standard Specifications QC)n(� EDITION Standard Specifications for Public Works Construction d00& EDITION DATE: la IDIa 10( BY: Carrie, EOUnCj DEPT: R&kp 'r- Works 9 Enqineeriy VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID BID ABSTRACT C_ �iti l DATE: I L(SG(L 4T. DING TO: VTITY COMMODITY ITEM 6 e fwalu P.� 3�/�f500O 331 oB 5:v" 00 cx 00 to r & onn ©� a s" lf60 goo 36k °° ' CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS AND ENGINEERING DEPARTMENT ' NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND 1 SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: PROTECTIVE PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 IN THE CITY OF PALM SPRINGS ' NOVEMBER 2006 ?0 L M S V cn m ' � apOR Al f.° qFO David J. Barakian, P.E., City Engineer ' Bids Open: December 5, 2006 Dated: November 1, 2006 1 CITY PROJECT NO. 05 - 07 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the ' following Registered Civil Engineer: pFOFESS/p V V f fil� �4— SLF Marcus L. Fuller w z Assistant City Engineer C-S a tCivil Engineer C 57271 f 1�31f o� Of CM 11OF�\� ! G1 IIa, Approved by: ' David J. Barakian, P.E. City Engineer Civil Engineer C 28931 ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT N0. 05-07 11/1/06 SIGNATURE PAGE tNOTICE 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 i PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT N0, 05-07 SPECIAL PROVISIONS ' 11/1/06 GENERAL CONTENTS- PAGE 1 tCITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT ' PART I - BIDDING AND CONTRACTUAL ' DOCUMENTS AND FORMS PROTECTIVE-PERMISSIVE SIGNAL COVERSION PROJECT CITY PROJECT NO. 05-07 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Bid Bond (Bid Security Form) Bidders General Information Agreement and Bonds Agreement Form Worker's Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 PART 1 CONTENTS 11/1/06 PAGE 1 CITY OF PALM SPRINGS ' NOTICE INVITING BIDS PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Protective — Permissive Signal ' Conversion Project, City Project No. 05-07, will be received by the Division of Procurement and Contracting of the City of Palm Springs, California, until 2:00 P.M. on December 5, 2006, at which time they will be opened and read aloud. The Engineer's Estimate is $250,000. ' N-2 DESCRIPTION OF THE WORK: The Work comprises the modification of existing traffic signals, including relocation of existing vehicle heads, traffic signal rewiring, installation ' of traffic signs, 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 following locations: • Ramon Road at Paseo Dorotea • Sunrise Way at Tachevah Drive ' • Sunrise Way at Amado Road • East Palm Canyon Drive at Cherokee Way • Ramon Road at Crossley Road ' • Tahquitz Canyon Way at Farrell Drive • East Palm Canyon Drive at Sunrise Way • Farrell Drive at Via Escuela N-3 AWARD OF CONTRACT: ' (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder on the basis of the total sum of Bid Schedules A through G inclusive, and ' reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid Schedules. ' (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. 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 Schedules A through G 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. ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 NOTICE INVITING BIDS ' 11/1/06 PAGE 1 1 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. 1 N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in ' accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: ' (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. ' (b) Complete sets of said Contract Documents may be purchased at $50.00 per set and ' are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. ' (c) An additional fee of $25.00 will be charged for sets of documents sent by UPS ground delivery. Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the 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 samf�e envelope with the Bid. ' Date j'�� I,, W/ ;2z-- By David J. Barakian, PE Director of Public Works/City Engineer ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 NOTICE INVITING BIDS ' 11/1/06 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 1 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 INSTRUCTIONS TO CITY PROJECT NO. 05-07 BIDDERS- PAGE 1 11/1/06 (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 INSTRUCTIONS TO CITY PROJECT NO. 05-07 BIDDERS-PAGE 2 11/1/06 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 Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond t 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 tof 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 INSTRUCTIONS TO CITY PROJECT NO. 06-07 BIDDERS-PAGE 3 1111106 1 ' 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 award will be made within the period stated in the Notice ' Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT INSTRUCTIONS TO CITY PROJECT NO. 05-07 BIDDERS-PAGE 4 1111106 f • • f 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract f 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 f 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, f 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 fSecurities shall be likewise forfeited to the City. f 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 fexecute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION — f (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: fFor any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor from any state, f 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 fcontractor is based as against the Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors: f (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 f ("local sub-contractor"). f (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 f 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. f (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. fPROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT INSTRUCTIONS TO CITY PROJECT NO. 05-07 BIDDERS- PAGE 5 1111106 1 � � 1 (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. 1 - END OF INSTRUCTIONS TO BIDDERS - 1 1 1 1 1 i 1 1 1 1 1 1 1 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT INSTRUCTIONS TO CITY PROJECT NO. 05-07 BIDDERS- PAGE 6 1 vv06 1 i BID DOCUMENTS i i 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) iList of Subcontractors Non-collusion Affidavit iBid 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. i 1 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 COVER SHEET i "",06 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. 05-07 Bidder accepts all of the terms and conditions of the Contract Documents, including ' without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. ' This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment ' Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following ' Addenda (receipt of which is hereby acknowledged): Number Date 1 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 t (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 BID (PROPOSAL) CITY PROJECT NO. 05-07 BID FORMS- PAGE 2 ' 1111106 0 • 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 BID (PROPOSAL) CITY PROJECT NO. 05-07 BID FORMS- PAGE 3 ""'O6 BID SCHEDULE A Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 RAMON ROAD AT PASEO DOROTEA In Palm Springs, California ' Description Ramon Road at Paseo Dorotea traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of eight (8) existing signal heads; installation of four (4), new 5-section signal heads (furnished by City); installation of two (2) Type "E" inductive loop detectors; installation of two (2) Type R73-7 traffic signs (furnished by City); traffic signal rewiring with existing conductors as necessary to implement the revised traffic signal phasing; removal of existing traffic signal controller, cabinet, and foundation; installation of a new Model 170E controller assembly, Type 332 cabinet and foundation; installation of a Tomar "Strobecom II" 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, and associated equipment; installation of a Clary SP 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment installed in the new Model 170E controller ' assembly and Battery System installed in a No. 6 pull box, and associated conduit and equipment; traffic control; and all appurtenant work. ' NOTE: At this intersection, the City will furnish four(4), 5-section signal heads, and two (2) Type R73-7 traffic signs. All other appurtenant traffic signal equipment (Model 170E controller ' assembly and cabinet, emergency vehicle preemption system, uninterrupted power supply system, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. ' TOTAL BID PRICE - FOR BID SCHEDULE A For the lump sum price of: ' (Price in figures) (Price in words) Name of Bidder or Firm ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 06-07 BID SCHEDULE A 11/1/06 BID FORMS- PAGE 4 1 ! ! 1 BID SCHEDULE B Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 SUNRISE WAY AT TACHEVAH DRIVE 1 In Palm Springs, California 1 Description 1 Sunrise Way at Tachevah Drive traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of ten (10) existing signal heads; installation of four (4), new 5-section signal heads (furnished by City); installation of two (2), salvaged 3- section signal heads; installation of twenty-two (22) Type "E" inductive loop detectors; ' installation of four (4) Type R73-7 and two (2) Type R3-4 traffic signs (furnished by City); traffic signal rewiring with existing conductors as necessary to implement the revised traffic signal 1 phasing; installation of a Tomar "Strobecom II" 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, and associated equipment; installation of a 1 Clary SP 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment installed in the existing Model 170E controller assembly and Battery System installed in a No. 6 pull box, and 1 associated conduit and equipment; traffic control; and all appurtenant work. 1 NOTE: At this intersection, the City will furnish four (4), 5-section signal heads, four (4) Type R73-7 and two (2) Type R3-4 traffic signs. All other appurtenant traffic signal equipment (emergency vehicle preemption system, uninterrupted power supply system, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. 1 TOTAL BID PRICE - FOR BID SCHEDULE B For the lump sum price of: 1 (Price in figures) (Price in words) 1 Name of Bidder or Firm 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE B 1 11/1/06 BID FORMS- PAGE 5 1 • • BID SCHEDULE C ' Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 SUNRISE WAY AT AMADO ROAD In Palm Springs, California ' Description Sunrise Way at Amado Road traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of ten (10) existing signal heads; installation of four (4), salvaged 5-section signal heads; installation of two (2), salvaged 3-section signal heads; installation of twenty-two (22) Type "E" inductive loop detectors; installation of four (4) Type R73-7 and one (1) Type R3-4 traffic signs (furnished by City); installation of new conduit and traffic signal rewiring with new conductors and 3-wire/12-wire signal conductor cables as necessary to implement the revised traffic signal phasing; traffic control; and all appurtenant work. ' NOTE: At this intersection, the City will furnish four (4) Type R73-7 and one (1) Type R3-4 traffic signs. All other appurtenant traffic signal equipment (conduit, conductors, signal conductor cables, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. TOTAL BID PRICE - FOR BID SCHEDULE C ' For the lump sum price of: (Price in figures) ' (Price in words) Name of Bidder or Firm PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE C 11/1/06 BID FORMS-PAGE 6 ' BID SCHEDULE D Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO, 05-07 EAST PALM CANYON DRIVE AT CHEROKEE WAY ' In Palm Springs, California Description East Palm Canyon Drive at Cherokee Way traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of existing Type 1-A standard and foundation; installation of new Type 19-3-100 standard complete with signal heads, Model R409 LED Edge-Lit IISNS, and luminaire; removal of nine (9) existing signal heads; installation of four (4), new 5-section signal heads (furnished by City); installation of three (3), salvaged 3-section signal heads; installation of twenty-six (26) Type "E" inductive loop detectors; installation of two (2) Type R73-7 and one (1) Type R34 traffic signs (furnished by City); removal of two (2) existing RSNS and installation of two (2) Model R409 LED Edge-Lit IISNS; installation of new conduit and traffic signal rewiring with new conductors and 3-wire/12-wire signal conductor cables as necessary to implement the revised traffic signal ' phasing; removal of existing traffic signal controller, cabinet, and foundation; installation of a new Model 170E controller assembly, Type 332 cabinet and foundation; installation of a Tomar "Strobecom II" 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, and associated equipment; installation of a Clary SP 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment installed in the new Model 170E controller assembly and Battery System installed in a No. 6 pull box, and ' associated conduit and equipment; traffic control; and all appurtenant work. 1 NOTE: At this intersection, the City will furnish four (4), 5-section signal heads, two (2) Type R73-7 and one (1) Type R34 traffic signs. All other appurtenant traffic signal equipment (Type 19-3-100 standard complete with signal heads, Model R409 LED Edge-Lit IISNS, and luminaire, Model 170E controller assembly and cabinet, emergency vehicle preemption system, uninterrupted power supply system, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. TOTAL BID PRICE - FOR BID SCHEDULE D For the lump sum price of: (Price in figures) ' (Price in words) ' Name of Bidder or Firm PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE D 11/1/06 BID FORMS- PAGE 7 BID SCHEDULE E ' Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 RAMON ROAD AT CROSSLEY ROAD ' In Palm Springs, California Description Ramon Road at Crossley Road traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of six (6) existing signal heads; installation of four (4), new 5-section signal heads (furnished by City); installation of six (6) Type "E" inductive loop detectors; installation of two (2) Type R73-7 and two (2) Type R3-4 traffic signs ' (furnished by City); installation of new conduit and traffic signal rewiring with existing conductors as necessary to implement the revised traffic signal phasing; removal of existing ' traffic signal controller, cabinet, and foundation; installation of a new Model 170E controller assembly, Type 332 cabinet and foundation; installation of a Tomar "Strobecom II" 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, and associated equipment; installation of a Clary SP 1000SR/SN Universal UPS System for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment installed in the new Model 170E controller assembly and Battery System installed in a No. 6 pull box, and associated conduit and equipment; installation of two (2) new IISNS panels; traffic control; and all appurtenant work. ' NOTE: At this intersection, the City will furnish four (4), 5-section signal heads, two (2) Type ' R73-7 and two (2) Type R3-4 traffic signs. All other appurtenant traffic signal equipment (Model 170E controller assembly and cabinet, emergency vehicle preemption system, uninterrupted power supply system, IISNS panels, miscellaneous housings, brackets, and associated ' equipment) shall be furnished by the Contractor. TOTAL BID PRICE - FOR BID SCHEDULE E For the lump sum price of: ' (Price in figures) ' (Price in words) ' Name of Bidder or Firm PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE E 11/1106 BID FORMS- PAGE 8 BID SCHEDULE F Lump Sum Price for Construction of: PROTECTIVE — PERMISSIVE ' SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 ' TAHQUITZ CANYON WAY AT FARRELL DRIVE In Palm Springs, California ' Description Tahquitz Canyon Way at Farrell Drive traffic signal modification, complete and in place as shown on the plans, including, but not limited to: removal of twelve (12) existing signal heads; installation of eight (8), new 5-section signal heads; installation of four (4) Type R73-7 and two ' (2) Type R34 traffic signs (furnished by City); traffic signal rewiring with existing conductors as necessary to implement the revised traffic signal phasing; traffic control; and all appurtenant ' work. NOTE: At this intersection, the City will furnish eight (8), 5-section signal heads, and four (4) ' Type R73-7 and two (2) Type R3-4 traffic signs. All other appurtenant traffic signal equipment (miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. t ' TOTAL BID PRICE - FOR BID SCHEDULE F For the lump sum price of: 1 (Price in figures) (Price in words) 1 ' Name of Bidder or Firm 1 1 ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE F 11/1/06 BID FORMS-PAGE 9 BID SCHEDULE G Schedule of Prices for the Construction of the: PROTECTIVE — PERMISSIVE ' SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 Item Description Estimated Unit Unit Amount No. Quantity Price Install Type "E" inductive loop detectors at East Palm Canyon Drive 1. and Sunrise Way (one eastbound, left- 5 EA $ $ ' turn lane, and four westbound, left-turn lane). Install Type "E" inductive loop ' Z detectors at Farrell Drive and Via 6 EA $ $ Escuela (three eastbound presence, and three westbound presence) ' TOTAL OF ALL ITEMS OF BID SCHEDULE G: (Price in figures) (Price in words) ' TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH G (BASIS OF AWARD): (Price in figures) ' (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedules are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by ' implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and ' shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedules for the deleted item of Work. Name of Bidder or Firm PROTECTIVE-PERM ISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BID SCHEDULE G ' 11/1/06 BID FORMS-PAGE 10 ' INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS ' As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of ' the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name &Address ' 1. 2. ' 3. t 4. 5. ' 6. 1 7. 8. PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 06-07 LIST OF SUBCONTRACTORS ' 11/1/06 BID FORMS-PAGE 11 ' 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 t 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 CITY PROJECT NO. 06-07 NON-COLLUSION AFFIDAVIT ' 11/1/06 BID FORMS - PAGE 12 ' 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 CITY PROJECT NO. 05-07 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this day of 200_. PRINCIPAL: Check one:,individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, ' President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) ' Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) ' Print Name and Title: Print Name and Title: PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT BID BOND (BID SECURITY FORM) CITY PROJECT NO, 05-07 BID FORMS- PAGE 13 1 1/1/06 0 0 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: ' 2. CONTRACTOR'S Telephone Number: ( ) Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification ' State License Number(s) Supplemental License Classifications 1 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address 1 1 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 ' CITY PROJECT NO. 05-07 BIDDER'S GENERAL INFORMATION 11/1/06 BID FORMS- PAGE 14 1 0 0 ' 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. 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 BIDDER'S GENERAL INFORMATION 11/1/06 BID FORMS- PAGE 15 ' AGREEMENT THIS AGREEMENT made this day of in the year 20, by ' and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ' ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: PROTECTED PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 The Work is generally described as follows: Modification of existing traffic signals, including relocation of existing vehicle heads, traffic signal rewiring, installation of traffic signs, 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 following locations: • Ramon Road at Paseo Dorotea • Sunrise Way at Tachevah Drive • Sunrise Way at Amado Road • East Palm Canyon Drive at Cherokee Way • Ramon Road at Crossley Road • Tahquitz Canyon Way at Farrell Drive ' ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in ' the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified 1 in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 AGREEMENT FORM 11/1/06 AGREEMENT AND BONDS - PAGE 1 ' 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 $1,000 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 -- CONTRACT PRICE ' The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid 1 and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the ' prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid ' Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers to , inclusive, and all Change Orders and Work Change Directives ' which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with 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 1 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 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 AGREEMENT FORM 11/1/06 AGREEMENT AND BONDS- PAGE 2 ' 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. ' The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal ' representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. 1 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. By City Manager ' ATTEST: CITY OF PALM SPRINGS, Date 1 CALIFORNIA BY City Clerk APPROVED AS TO FORM: APPROVED BY THE CITY COUNCIL: BY Minute Order No. City Attorney Date Date Agreement No. CONTENTS APPROVED: By ' City Engineer Date PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT ' CITY PROJECT NO. 05-07 AGREEMENT FORM 11/1/06 AGREEMENT AND BONDS- PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer, CONTRACTOR: Name: Check one:_Individual_Partnership_Corporation Address: By: By: Signature (notarized) Signature (notarized) IName: Name: Title: Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) ' State of ❑ State of ❑ County of Oss County of ❑ss On On before me, before me, personally appeared personally appeared personally known to me (or proved to me on the personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within whose name(s) is/are subscribed to the within instrument and acknowledged to me that instrument and acknowledged to me that he/she/they executed the same in his/her/their he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or signature(s) on the instrument the person(s), or the the entity upon behalf of which the person(s) entity upon behalf of which the person(s) acted, acted, executed the instrument. executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO, 05-07 AGREEMENT FORM 11/1/06 AGREEMENT AND BONDS - PAGE 4 1 ' WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) wI am aware of the provisions of Section 3700 of the California Labor Code, ' which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. ' Contractor ' By Title 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 WORKER'S COMPENSATION CERTIFICATE 1111/06 AGREEMENT AND BONDS- PAGE 5 1 PERFORMANCE BOND ' KNOW ALL MEN BY THESE PRESENTS, That as Contractor, and ' as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PROTECTED PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this_day of 200_. CONTRACTOR: Check one:_individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT ' CITY PROJECT NO. 05-07 PERFORMANCE BOND 11/1/06 AGREEMENT AND BONDS- PAGE 6 1 PAYMENT BOND ' KNOW ALL MEN BY THESE PRESENTS, ' That as Contractor, and as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the ' County of Riverside, State of California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, ' administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: ' PROTECTED PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 1 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or ' other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. ' PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this_day of 200_. 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT PAYMENT BOND CITY PROJECT NO.05-07 AGREEMENT AND BONDS- PAGE 7 11/1/06 � • s CONTRACTOR: ' Check one:_individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: ' signature (NOTARIZED) ' Print Name and Title: ' By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT PAYMENT BOND -- CITY PROJECT NO. 05-07 AGREEMENT AND BONDS- PAGE 8 11/1106 a 0 CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A ' B C D ' TYPE OF WORK PERFORMED AND LOCATION LIMITS OF LIABILITY IN THOUSANDS(0000) TYPE OF INSURANCE POLICY NUMBER ' EACH OCCURRENCE AGGREGATE ' COMPREHENSIVE GENERAL BODILY INJURY LIABILITY $ $ Including PROPERTYDAMAGE $ $ L1 EXPLOSION AND COLLAPSE ❑ u UNDERGROUND DAMAGE ❑ PRODUCTS/COMPLETED OPERATIONS BODILY INJURYAND 1-1 CONTRACTUALINSURANCE PROPERTY ❑ BROAD FORM PROPERTY DAMAGE DAMAGE COMBINED ❑ INDEPENDENT CONTRACTORS $ $ ❑ PERSONAL INJURY PERSONAL INJURY $ COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACHPERSDN $ Including. EACH ACCIDENT $ ❑ OWNED or PROPERTY DAMAGE ❑ HIRED BODILYINJURY ❑ NON-OWNED AND PROPERTY DAMAGECOMBINED $ ❑ MONORCARRIERACT EXGESS LIABILITY BODILY INJURY Including; AND PROPERTY DAMAGE COMBINED $ ❑ EMPLOYER'S LIABILITY WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY Inducing. EL $ (EACH ' ❑ LONG SHOREMEN'S AND ACCIDENT) HARBOR WORKERS OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS The undersigned certifies that he or she is the representative of the above-named insurance companies,that he or she has the authority to execute and issue this certificate to Certlficale Holder,and accordingly,does hereby certify on behalf of said Insurance companies that policies of Insurance listed above have been issued to the insured named above and main farce at this time Notwithstanding any requirement,term,or condition of any contract or other document with respect to which this cetficale maybe issued or may pertain,the Insurance afforded by the policies described herein is subject to at the terms,exclusions,and conditions of such policies. Copies Of the policies shown will be furnished to the Certificate Holder upon request. ' This Ceriflcate does not amend,extend,or alter the coverage afforded by the policies listed Cancellation Should any of the above described policies be cancelled before the expiration date thereof,the issuing company will mail 3D days written notice to the below- named certifcate holds,. NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY �orxawsoi"vrSENLniNE or orr's oenwesnrronv so m""s 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT _ CITY PROJECT NO.05-07 CERTIFICATE OF INSURANCE 11/1/06 AGREEMENT AND BONDS-PAGE 9 1 1 CITY OF PALM SPRINGS ' PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II - SPECIAL PROVISIONS PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 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 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT CONTENTS CITY PROJECT NO. 05-07 PART II 11/1/06 � i • ' 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 SPECIAL PROVISIONS CITY PROJECT NO. 05-07 SPECIFICATIONS AND PLANS 11/1/06 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. t 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) i 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 SPECIAL PROVISIONS ' ' CITY PROJECT NO. 05-07 SPECIFICATIONS AND PLANS 1111106 SECTION 1 -PAGE 2 1 ' 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: iThe name and address of the City's designated Project Representative shall be the Street Maintenance Manager, 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 Sherman Ferguson, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 ' VERIZON Attention: Mr. Larry Moore (760) 778-3603 ' DESERT WATER AGENCY tAttention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY ' Attention: Mr. Frank Jasso (760) 202-4278 ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 05-07 SPECIFICATIONS AND PLANS 11/1/06 SECTION 1 -PAGE 3 0 0 1 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 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 - t PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS ' CITY PROJECT NO. 05-07 SPECIFICATIONS AND PLANS 1111/06 SECTION 1 -PAGE 4 1 � � 1 SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS 1 2-1. 1 Plans and Specifications. - The contract plans furnished consist of general 1 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. 1 END OF SECTION - 1 1 1 1 1 i 1 1 1 1 1 1 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 05-07 PROPOSAL REQUIREMENTS&CONDITIONS 11/1/06 SECTION 2-PAGE 1 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 force and effect until the Work is accepted by the City and until all claims for materials and ' labor are paid, and shall otherwise comply with the Civil Code. c. The Contractor shall provide for a one-year extension of the Performance Bond to ' cover the one-year correction and repair period for correction or removal and replacement of defective work. Said Performance Bond shall be maintained at not less than 15 percent of the Contract Price during said one-year extension. d. Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 AWARD&EXECUTION OF CONTRACT 11/1/06 SECTION 3-PAGE 1 0 1 The provisions of Section 3-1.03 of the Standard Specifications shall be changed to read 1 as follows: 3-1.03 Execution of Contract. - The contract shall be signed by the successful bidder and returned, together with the contract bonds, within the number of days specified in the Instructions to Bidders. , - END OF SECTION - 1 1 1 1 1 1 1 1 1 1 1 1 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 05-07 AWARD&EXECUTION OF CONTRACT 11/1/06 SECTION 3-PAGE 2 1 tSECTION 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: ' 40 WORKING DAYS ' from the day specified in the Notice to Proceed issued by the City. In the event one or more Bid Schedules are not awarded and included in the Work, the ' Work shall be completed as indicated below, with the contract time being the sum of the allowable working days specified for all of the Bid Schedules awarded from the date specified in the Notice to Proceed from the City. Upon commencement of the Work associated with a given Bid Schedule, it shall be diligently prosecuted to completion before expiration of the contract allowed for the subject Bid Schedule in accordance with the following: Bid Schedule A: 5 WORKING DAYS ' Bid Schedule B: 5 WORKING DAYS Bid Schedule C: 5 WORKING DAYS Bid Schedule D: 10 WORKING DAYS ' Bid Schedule E: 5 WORKING DAYS Bid Schedule F: 5 WORKING DAYS Bid Schedule G: 5 WORKING DAYS ' The foregoing Bid Schedule order shall not be construed to mean order of work. Refer to Section 10 in the Special Provisions for any requirements that may be associated with the order work. ' Said times of completion do not include time associated with ordering long lead- time items. Contractor shall refer to Section 6-5 of these Special Provisions for requirements associated with ordering long lead-time items. All new 5-section ' vehicle heads and traffic signs 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 traffic signal equipment shall be ordered within three (3) days following award of this PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 05-07 SCOPE OF WORK 1 1/1106 SECTION 4-PAGE 1 contract (tentatively scheduled for December 20, 2006). 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 - ' 1 1 1 1 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS , CITY PROJECT NO. 05-07 SCOPE OF WORK 1 1/1/06 SECTION 4-PAGE 2 1 SECTION 5 - CONTROL OF WORK ' 5-1 - Warranty Performance Bond. - The Performance Bond furnished by the Contractor shall remain in force and effect, and shall not be exonerated for a period of one year after the City's acceptance of the project; or, at the Contractor's option in lieu ' thereof, the Contractor may furnish a Warranty Performance 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 Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements necessary for the ' proper prosecution and control of the work contracted for under these specifications. No direct payment will be made for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. The Contractor must give weekly copies of all survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are ' staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction or staking not in accordance with the established grades and/or alignment shall be replaced without ' additional cost to the City. The Contractor shall provide all construction surveying by a California registered land ' surveyor, including monument tie-out and corner record,filing, as required by the Engineer or his representative. ' 5-5 - Authority of Engineer. - The Engineer shall decide all questions which may.arise as to the quality or acceptability of materials furnished and work performed, and as to the ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 CONTROL OF WORK 1111/06 SECTION 5-PAGE 1 ® 1 manner of performance and rate of progress of the work; all questions which may arise as 1 to the interpretation of the plans and specifications; all questions as to the acceptable fulfillment of the contract on the part of the Contractor; and all questions as to 1 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. 1 5-6 - Inspection. - The Engineer shall, at all times, have safe access to the work during 1 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 1 all materials furnished shall be subject to his inspection. When the work has been completed, the Engineer will make the final inspection. 1 5-7 - Addenda. - Any questions or comments that prospective bidders may have concerning the plans, specifications, or Special Provisions should be directed to the 1 Engineer. Any written clarifications will be issued as addenda generated by the Engineer. Any addenda issued during the time of bidding shall be acknowledged as a part of the Contract Documents. 1 5-8 - Site Examination. - Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the work, and the general and local conditions 1 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 1 properly estimating either the difficulties or the costs of successfully performing the work. 5-9 - Flow and Acceptance of Water. - It is anticipated that storm, surface or other 1 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 1 shall assume all risk. 5-10 - Prohibition Against Subcontracting or Assignment. - The experience, 1 knowledge, capability and reputation of the Contractor, its principals and employees were a substantial inducement for the City to enter into this Contract. Therefore, the Contractor shall not contract with any other entity to perform in whole or in part the services required 1 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 1 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 1 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 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS 1 CITY PROJECT NO.05-07 CONTROL OF WORK 11/1/06 SECTION 5-PAGE 2 1 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. 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 - 1 1 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 05-07 CONTROL OF WORK 1 1/1/06 SECTION 5-PAGE 3 SECTION 6 -- CONTROL OF MATERIALS . 6-1 City Provided Materials - The City of Palm Springs shall provide all new 5- section vehicle heads and traffic signs to the Contractor. The City will furnish to the Contractor, for installation at the various intersections, the following materials: • Twelve (12) 5-section mast arm (MAS-5A) vehicle heads • Twelve (12) 5-section top mount (TV) vehicle heads • Eighteen (18) Type R73-7 traffic signs • Eight (8) Type R3-4 traffic signs 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 ionly 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 1 complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 6-4 - 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 for any and all water, telephone, electrical, gas, sanitary sewer and traffic signal facilities within 3 working days after the award of PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 05-07 CONTROL OF MATERIALS 11/1/06 SECTION 6-PAGE 1 0 0 1 contract by the City of Palm Springs City Council (tentatively scheduled for December 20, 2006). The Contractor shall furnish the Engineer with a statement from the vendors that the orders for said supplies, materials, and equipment has been received and accepted by said vendors within 15 working days from the date of said award of Contract. The following list of required materials is inclusive of the Work scheduled to occur at all of the intersections. A reduction in the scope of Work shall require adjustment to the quantities listed herein. It is the Contractor's responsibility to determine the final list of required materials, and quantities, necessary to complete the Work (including all miscellaneous housings, brackets, and associated equipment). The Engineer shall not be held responsible for identifying the following list of required materials. Total: 3 Item: Model 170E controller assembly, complete with Type 332 cabinet Total: 4 Item: 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 Total: 4 Item: Clary SP 1000SR/SN Universal UPS Systems for LED Signal Applications, complete with UPS Power Module and Power Interface Module, and associated equipment Total: 1 Item: Type 19-3-100 standard complete with 3-section signal heads (SV-1-T, MAS), Model R409 LED Edge-Lit IISNS, and luminaire Total: 2 Item: Model R409 LED Edge-Lit IISNS (to replace existing RSNS) 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. PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 CONTROL OF MATERIALS 11/1106 SECTION 6-PAGE 2 1 � � 1 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 1 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. 1 - END OF SECTION - i 1 1 1 1 1 1 i 1 1 1 i 1 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 05-07 CONTROL OF MATERIALS 11/1/06 SECTION 6-PAGE 3 1 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 1 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 on request. The Contractor shall post a copy of such determination at each job site. The Contractor shall, as a penalty to the City, forfeit $50.00 for each calendar day, 1 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 ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 05-07 LEGAL RELATIONS&RESPONSIBILITY 11/1/06 SECTION 7-PAGE 1 0 0 1 for any public work done under the contract by him or by any subcontractor under ' him." Travel and Subsistence Payments. - The provisions of Section 7-1.O1A(2)(a) shall be modified to read: "7-1.O1A(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.O1A(4) shall be modified to read: 7-1.O1A(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 t because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government Code, and every Contractor for ' public works violating this Section is subject to all the penalties imposed for violation of this Chapter." All references in said Section 7-1.O1A(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.O1A(5) shall be modified to read: , 7-1.O1A(5) Apprentices. - The Contractor shall comply with all applicable t 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 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.06-07 LEGAL RELATIONS&RESPONSIBILITY _ 1111/06 SECTION 7-PAGE 2 1 • • ' excavation of any trench or trenches 5 feet or more in depth, the Contractor shall submit for acceptance by the City or by a registered civil or structural engineer, ' employed by the City, to whom authority to accept has been delegated, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or 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. 1 "7-1.25 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice as ' provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its ' control so much of said moneys due or to become due the Contractor under this Contract as shall be sufficient to answer the claim stated in such stop notice and to provide for the reasonable cost of any litigation thereunder; provided, that if the PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS - CITY PROJECT NO.05-07 LEGAL RELATIONS&RESPONSIBILITY 1 1/1/O6 SECTION 7-PAGE 3 • ® 1 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." ' '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 riot 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 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. PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 05-07 LEGAL RELATIONS&RESPONSIBILITY 1111/06 SECTION 7-PAGE 4 1 ' 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. 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 1 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. ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 LEGAL RELATIONS&RESPONSIBILITY 11/1106 SECTION 7-PAGE 5 0 0 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 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 Code. 7-1.5 - Contractor's Representative. - The Contractor shall designate, in writing, before starting work, an authorized representative who shall have the authority to represent and ' act for the Contractor. 7-1.6 - Disposal Site. - The Contractor is required to specify the route and the disposal ' site of the material which is required to be removed and hauled away. The Contractor shall provide this information at the pre-construction meeting. The Contractor shall obtain City approval for storage or disposal sites located on City-owned property by executing a ' hold harmless agreement prior to stockpiling on City-owned property or hauling on City routes. The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or without the property owner's approval. PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS ' CITY PROJECT NO. 06-07 LEGAL RELATIONS&RESPONSIBILITY 1 1/1/06 SECTION 7-PAGE 6 ' 7-1.7 - Cleanup. - Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and ' free from rubbish and debris. The Contractor shall also abate dust nuisance, as required by these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. ' Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All ' cleanup 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 rp oject• 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. ' PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 LEGAL RELATIONS&RESPONSIBILITY 1111/06 SECTION 7-PAGE 7 1 7-1.10 - Damage to Adjacent Property. - The Contractor shall be responsible for any ' and all damage done to existing property and adjacent properties during all construction work under this contract; and the Contractor, at its own expense, shall make any repairs that result from its operation, to the approval of the Engineer and the affected property owner. 7-1.11 - Traffic Control and Access. - The Contractor shall submit to the Engineer, ' traffic control plans for his approval. Any changes requested by the Engineer will be t 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 laving 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 1 lane open each direction to traffic during the construction. Emergency exits shall be maintained to all residences and businesses at all times during construction. In the ' evening, the Contractor shall open the streets to regular traffic. Flaggers will be required to insure the safe flow of traffic at intersections and businesses ' that may be affected. This work shall be included in the price for traffic control in the Bid Schedule and no separate 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 PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS ' CITY PROJECT NO.05-07 LEGAL RELATIONS&RESPONSIBILITY 11/1/06 SECTION 7-PAGE 8 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 ' 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. 1 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. PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 LEGAL RELATIONS&RESPONSIBILITY 11/1/06 SECTION 7-PAGE 9 0 7-2 INSURANCE AMOUNTS ' Before commencing the Work, the Contractor shall furnish a Certificate of Insurance with the following liability limits based on the contract amount: $25,000 to $500,000: $500,000 Combined Single Limit $500,001 to $5 Million: $1 Million per Occurrence/$2 Million Aggregate Over$5 Million: Limits to be determined by the City's Risk Manager ' Umbrella excess liability may be used to reach the limits stated above. A. At a minimum, coverage must include: ' 1. Insurance Services Office Commercial General Liability coverage (occurrence form ' CG0001) 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto) ' 3. Workers' Compensation and Employer's Liability insurance as required by the State of California for all labor employed by Contractor or any sub-Contractor. ' B. The following general requirements apply: 1. Insurance carrier must be authorized to do business in the State of California. ' 2. Insurance carrier must have a rating of or equivalent to B++,VIII by A.M. Best Company. 3. Coverage must include personal injury, protective and employer liability. ' 4. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. ' 5. Contractor's insurance must be primary and non-contributory over any insurance the City may maintain, that is, any such City insurance shall be excess to limits ' stated in the certificate. C. Verification of Insurance coverage may be provided by either(1) an approved General ' and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable certified copy of the insurance policy (Declarations of Coverage) with the following endorsements stated on the policy: ' 1. "The City of Palm Springs, its officials, employees and agents are named as an , additional insured' ("as respects a specific contract' or "for any and all work performed with the City" may be included in this statement). PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS ' CITY PROJECT NO. 05-07 LEGAL RELATIONS&RESPONSIBILITY 11/1/06 SECTION 7-PAGE 10 0 0 ' 2. "This insurance is primary and non-contributory over any insurance or self-insurance ' the City may have" ("as respects a specific contract" or "for any and all work performed with the City" may be included in this statement). 1 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." 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 below. ' 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers. See example 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. Failure to obtain the required documents prior to the commencement ' of Work shall not waive the Contractor's obligation to provide them. Cancellation Example: ' SHOULD ANY OF THE ABOVE REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER ' NAMED HEREIN BUT F�41 .— TO . ,4 _1_H—NOTICE c4.JA1 I I (1C LIr1 11QI 1(_`ATI/lAI hR 1 IARII ITV !1C AAIV or- rcr—r vz��v�vrr.�rrrvra�- .Z�vr�rr-,�-�rc�-r KIND I IRON _O.N T14E INSUR€R, ITS—AWN FS--9� RCQR���R ESENT 4 TIV *The broker/agent can include a qualifier stating "l0 days notice for nonpayment of premium. ' Waiver of Subrogation Example: "IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S), BUT ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO." - END OF SECTION - PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS -- CITY PROJECT NO. 05-07 LEGAL RELATIONS&RESPONSIBILITY 11/1106 SECTION 7-PAGE 11 ' SECTION 8 - PROSECUTION AND PROGRESS 8-1 - Schedule of Work. - A schedule of work shall be provided by the Contractor at the pre-construction meeting. The Contractors schedule, as submitted, is subject to approval 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 - 1 1 t PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 PROSECUTION&PROGRESS 11/1/06 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; PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO. 05-07 MEASUREMENT AND PAYMENT 1 1/1/06 SECTION 9-PAGE 1 1 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. 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 td Proceed. Payment for Initial Mobilization will be will be considered as included in the lump sum price bid, which price shall constitute full compensation for all such work. The scope of the work included under initial mobilization shall include the obtaining of all bonds, insurance, and permits; moving onto the site of all plant and equipment; and the furnishing and erecting of plants, temporary buildings, and other construction facilities; all as required for the proper performance and completion of the Work. Mobilization shall include but not be limited to the following principal items: 1. Moving on to the site of all Contractor's plant and equipment required for first month's operations per Section 5-1.10 of the Standard Specifications. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Developing and installing construction water supply per Section 40-1.02 of the Standard Specifications. , 4. Providing on-site sanitary facilities and potable water facilities as specified per Cal- OSHA as required by Section 7-1.06 of the Standard Specifications. ' 5. Furnishing, installing, and maintaining all storage buildings or sheds required for temporary storage of products, equipment, or materials that have not yet been installed in the Work. All such storage shall meet manufacturer's specified storage requirements, and the specific provisions of the specifications, including temperature and humidity control, if recommended by the manufacturer, and for all security. 6. Arranging for and erection of Contractor's work and storage yard. 7. Obtaining and paying for all required bonds, insurance and permits. 8. Posting all OSHA required notices and establishment of safety programs per Cal- OSHA as required by Section 7-1.06 of the Standard Specifications. 9. Having the Contractor's superintendent at the job site full time as required under i Section 5-1.06 of the Standard Specifications. PROTECTIVE-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 MEASUREMENT AND PAYMENT 11/1/06 SECTION 9-PAGE 2 1 1 ' 10. Submittal of required Construction Schedule as specified in Section 8-1.04 of the Standard Specifications. 11. 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 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 SPECIAL PROVISIONS CITY PROJECT NO.05-07 MEASUREMENT AND PAYMENT 11/1/06 SECTION 9-PAGE 3 t � � s SECTION 10 - CONSTRUCTION DETAILS ' 10-1 GENERAL 10-1.1 — Description. - The work under this contract shall consist of furnishing all labor, ' materials (except where otherwise identified as furnished by the City), vehicles, tools, machinery, equipment, and appurtenant work, all as shown on the plans; and providing qualified supervision and all other items necessary to provide complete and operational improvements to the satisfaction of the City of Palm Springs, necessary for modifying existing traffic signal and lighting systems at the following locations: ' • Ramon Road at Paseo Dorotea • Sunrise Way at Tachevah Drive ' . Sunrise Way at Amado Road East Palm Canyon Drive at Cherokee Way • Ramon Road at Crossley Road ' . Tahquitz Canyon Way at Farrell Drive • East Palm Canyon Drive at Sunrise Way • Farrell Drive at Via Escuela ' 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 1 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 ' PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 CONSTRUCTION DETAILS ' 11/1/06 SECTION 10- PAGE 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. 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. PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS ' CITY PROJECT NO.05-07 CONSTRUCTION DETAILS 1111/06 SECTION 10-PAGE 2 ' ' B. Testing Laboratory. The Contractor shall be responsible for providing a certified laboratory for the testing of all materials and work on this project (as required by the Engineer). C. Controller Testing. The Contractor shall be responsible for designating a laboratory or manufacturer for testing of new controllers, and the Contractor shall provide all new controllers to that laboratory or manufacturer for testing at least 3 weeks prior to their installation. The Contractor shall provide advance notice to the Engineer of the selected laboratory or manufacturer to perform the required functional testing of the new controllers, for review and approval by the Engineer. The City has identified two sources available to provide new controller testing. The following sources are non-exclusive, and the Engineer will accept other sources ' selected by the Contractor to provide the new controller testing. The Contractor assumes all liability for selecting its laboratory or manufacturer for new controller testing, including the two sources listed below: ' Computer Service Company Republic ITS 210 N. Delilah Street 1266 N. La Loma Circle Corona, CA 92879 Anaheim, CA 92806 1 (951) 738-1444 (714) 630-2100 ' The Contractor shall be responsible for all costs associated with the functional testing of the new controllers, to be tested at the Contractor's selected testing laboratory or manufacturer. Payment for functional testing of new controllers ' and associated services shall be considered as included in the Contractor's lump sum bid for the location of the work in which the controller is to be installed. ' 10-2 CLEARING, GRUBBING AND REMOVALS 10-2.1 - Disposal Site. - The Contractor is required to specify the route and the disposal ' site of the material that is required to be removed and hauled away. The Contractor shall provide this information at the pre-construction meeting. ' The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or without the property owner's approval. 10-2.2 - Removals. — Where required to install the required improvements, existing concrete curb, sidewalk (including ramps), and asphalt concrete pavement shall be ' removed to neatly sawed edges with saw cuts made to a minimum depth of one-half the thickness of said material. Concrete sidewalk (including curb ramps) to be removed shall be neatly sawed in straight lines either parallel to the curb or at right angles to the alignment of the sidewalk. Concrete shall be sawcut to the nearest cold joint, weakened plane joint, or expansion joint in all directions, regardless of panel size or the distance from sawcut to joint. Curb and gutter shall be sawed to a minimum depth of one-half of ' the thickness of the concrete on a neat line at right angles to the curb face. PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS ' CITY PROJECT N0,05-07 CONSTRUCTION DETAILS 11/1/06 SECTION 10- PAGE 3 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. 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 ' PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 CONSTRUCTION DETAILS 11l1l06 SECTION 10-PAGE 4 ' Specifications and in these Special Provisions and as directed by the Engineer, including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, ' finishing, and protecting new concrete items from vandalism, shall be considered as included in the Contractor's lump sum bid, and no additional compensation shall be allowed therefore. ' 10-4 TRAFFIC SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS ' 10-4.1 - Description - Traffic signals and lighting, shall conform to the provisions in Section 86, "Signals, Lighting and Electrical Systems," of the Caltrans Standard Specifications and these Special Provisions. 10-4.2 - Order of Work. - Order of work shall conform to the provisions in Section 5-1.05, ' "Order of Work", of the Caltrans Standard Specifications and these Special Provisions. The first order of work shall be to place the order for all long-lead time traffic signal equipment within 3 days of contract award by the City Council (tentatively scheduled for ' December 20, 2006). All new 5-section heads (MAS-5A and TV) and traffic signs (Type R73-7 and Type 113-4) 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. ' The order of listing of intersections (Bid Schedules A through F) does not imply an order of work required by the Contractor. The Contractor shall schedule the Work at intersections in the sequence, and concurrently, as necessary to complete the Work ' within the time of completion. Prior to commencement of the traffic signal function test, all items of work related to signal control shall be completed. 10-4.3 - Equipment List and Drawings. - The controller cabinet schematic wiring diagram and intersection sketch on ISO Al Sheets 24 by 36 inches shall be combined into 2 drawings, so that, when the cabinet is fully open, the drawing is oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxiliary ' equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted ' at the time the controllers are delivered for testing or, if ordered by the City Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the following items: ' PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 CONSTRUCTION DETAILS ' 11/1/06 SECTION 10-PAGE 5 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. 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. PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS ' CITY PROJECT NO.05-07 CONSTRUCTION DETAILS 11/1/06 SECTION 10- PAGE 6 ' 1 ' 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 ''/z" Maximum, Medium asphalt concrete on compacted backfill, in conformance with City of Palm Springs ' Standard Drawing No. 115, or as otherwise approved by the Engineer. Replacement of Portland cement concrete shall comply with Section 73 of the Standard Specifications such that new Portland cement concrete curbs and sidewalks or other facilities that are required to be removed are joined to existing improvements to the satisfaction of the Engineer. 10-4.7 - Bonding and Grounding. - Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been cast on foundation. ' 10-4.8- Pull Boxes. —The Contractor shall furnish and install new pull boxes, whether or not indicated on the plans, in the event existing pull boxes are damaged or unusable for installation of new conductors or signal cable, or for rewiring the traffic signal with existing ' conductors. The Engineer, in his sole discretion, shall determine whether an existing pull box shall be removed and replaced with a new pull box. Grout shall not be placed in bottom of pull boxes. Pull boxes, pull box covers, and pull box extensions shall be ' PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 CONSTRUCTION DETAILS ' 1111/06 SECTION 10-PAGE 7 r 0 1 concrete unless specified otherwise for various other electrical work elsewhere in these 1 special provisions. No.6 pull box covers shall be reinforced fiberglass material. 1 10-4.9 - Conductors and Wiring. - Splices shall be insulated by "Method B" or, at the 1 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 1 coating. Conductors shall be spliced by the use of"C" shaped connectors. ' Liquid tight flexible metal conduit will not be required to separate telephone and power conductors in controller cabinets. 1 10-4.10 - Model 1170 Controller Assembly. - Model 170E controller assemblies, including controller unit, fan, light, test switches, emergency vehicle pre-emption 1 equipment, uninterrupted power supply system, completely wired controller cabinet, and auxiliary equipment shall be furnished and installed by the Contractor in accordance with the Section 86 of the Standard Specifications, and these Special Provisions. 1 The Contractor shall construct controller cabinet foundation as shown on Standard Plan ES-3C for Model 332 cabinets to be installed (including furnishing and installing anchor bolts), and shall install the controller cabinet on said foundations, and shall make all field wiring connections to the terminal blocks in the controller cabinet. The Contractor shall furnish and install the controller assembly. The controller assembly 1 shall be a Type 170E Quad with a time base coordination module to provide 8-phase operation and shall be capable of accepting uploading and downloading. 1 The controller unit shall be furnished complete with a Model 400 modem, quad ACIA ports, a Model 412C program module, and a BI Tran Systems 200 SA local controller 1 software program. The program module shall be configured utilizing Method 2 Memory Select 4 and shall be furnished with one each of 27256 EPROM, D1225 Zero Power RAM, and 6264 RAM. 1 The Contractor shall arrange to have a qualified signal technician present at the time the equipment is turned on. Said signal technician shall be qualified to work on the controller 1 unit and shall be an employee of the controller unit manufacturer and BI Tran System or their representative. The controller assembly shall be furnished with a shelf and drawer to facilitate the use of , a keyboard and mouse as required by the computer unit and video monitor used in a video detection system (to be installed in the future). 1 1 PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 CONSTRUCTION DETAILS 11/1/06 SECTION 10-PAGE 8 1 ' All controls and displays of the controller assembly shall face the front of the cabinet. The controller, battery back-up system, and detector racks shall all face in the same direction ' toward the front of the cabinet allowing a system operator to view their operation simultaneously. The Contractor shall coordinate installation of all controller assembly equipment within the controller cabinet with the Engineer prior to installation. The ' Engineer shall approve the configuration of controller assembly components prior to their installation. 10-4.11 — Testing. - Functional testing shall not begin, nor signal energizing occur, on a Friday or on the day preceding a legal holiday, and as specified in Section 86-1.07 of the ' Standard Specifications. Functional Testing: Functional testing shall conform to the provisions in Section 86- 2.14C, "Functional Testing," of the Standard Specifications and these Special Provisions. The fourth paragraph of Section 86-2.14C, "Functional Testing," of the Standard Specifications is amended to read: "The functional test for each new or modified system shall consist of not ' less than 14 days of continuous, satisfactory operation. If unsatisfactory performance of the system develops, the condition shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained." Except for new or modified lighting circuits and sign illumination systems, the City will ' maintain the system or systems during the test period and will pay the cost of electrical energy for the operation of all the facilities that are undergoing testing. The cost of any necessary maintenance performed by the City, except electrical energy, shall be at the ' Contractor's expense and will be deducted from any monies due, or to become due the Contractor. I 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 battery system shall be located outside of the signal cabinet in a No. 6 pull box, in accordance with the plans. ' 10-4.13 - Emergency Vehicle Pre-Emption Equipment. - General: A complete, functioning, Tomar "Strobecom If' 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 and installed by the Contractor. Emergency vehicle preemption equipment shall be furnished and installed and shall include: PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 CONSTRUCTION DETAILS 1111/06 SECTION 10-PAGE 9 0 0 1 A. Tomar Model 2190-SD optical detectors, or equal, for each approach as shown on plans. B. Tomar Model 2140 optical signal processor (OSP), sufficient for 8-phase ' operation. C. Tomar M913 detector cable , D. Tomar Model 1850E emitter ' The system shall be designed to prevent simultaneous preemption by two or more emergency vehicles on separate approaches to the intersection. Optical Detector: The optical detector shall be mounted on the indicated signal mastarm ' by an approved mastarm clamp. The detector shall not be mounted on the signal head. Emergency vehicle preemption sequence of operation shall be subject to the approval of , the Engineer prior to timing and turn-on of signals. It shall be the responsibility of the Contractor to provide the services of a knowledgeable ' representative of the manufacturer of the emergency vehicle preemption equipment to be present for not less than the first day of the traffic signal lighting function test to ensure proper installation and functioning of the equipment. The optical detector shall be a light- ' weight, weatherproof, adjustable, bi-directional optical detector assembly. Internal circuitry shall transform optical energy from the optical emitter assembly into electrical signals for delivery via optical detector cable to the phase selection equipment. ' The optical detector cable shall be a durable, shielded, 3-conductor cable with a drain wire and the necessary electrical characteristics to carry power to the optical detector ' from the phase selector and to carry the optical detector signal to the phase selector. It shall conform to the written requirements of the manufacturer of the phase selector and optical detector. ' Phase Selector: This equipment shall interface between the optical detector and the controller cabinet. It shall interface with the signal controller and provide the following ' functions while not compromising the control equipment fail-safe provisions: A. Sufficient power to all optical detectors required for the intersection. B. Sensitivity to the optical detector signal via adjustable range potentiometers. C. Differentiation of signals by optical detectors from one or more emitters on a ' first-come, first-served basis. D. outputs to signal the controller to cause selection of the desired phase ' green display for the approaching vehicle. PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 CONSTRUCTION DETAILS 11/1/06 SECTION 10-PAGE 10 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 - Vehicle Signal Faces and Signal Heads. - All signal heads shall be metal construction and powder-coated black in color. All vehicle signal heads shall be 12 ' inches with LED red, yellow and green indications, including arrows, conforming to Section 86-4.02, "Light Emitting Diode Signal Module," of the Standard Specifications. ' Type SV-1-T mountings with 5 sections and SV-2-TD mountings shall be bolted to the standard through the upper pipe fitting in a manner similar to the terminal compartment. 10-4.15 - Internally Illuminated Street Name Signs. — New illuminated street name signs shall be a single-sided Edge-Lit LED Street Name Sign, Model R409, as manufactured by Carmanah Technologies, Inc., or approved equal. The sign shall be ' mounted directly to the mast arm at its traditional position on the signal mast arm utilizing mounting hardware supplied by the sign manufacturer and installed in accordance with the sign manufacturer's instructions. The sign shall have the following characteristics: 1. White Ultrabrite LED lighting 2. 3M Diamond grading reflective sheeting ' 3. White letters on a green (1177) background 4. 8" uppercase letters, and 6" lower case letters conforming to FHWA's "Standard Alphabets for Highway Signs" ' Manufacturer shall provide a detailed drawing of the sign for City approval prior to commencement of manufacturing. ' Internally illuminated street name sign panel replacements, shall comply with the following requirements: ' Sign legends shall be white on green, 3M VIP translucent. Minimum copy size for the legends shall be Series C with Series D or E being used whenever message length permits. ' Details of color, style, borders, and spacing shall conform to the Standards established by Caltrans. 3M Scotchlite Diamond Grade Translucent VIP sheeting Series 3990T, or an approved equal, shall be used on the face of the sign. Abbreviations shall not be used except when the message length requires abbreviation and is subject to approval by the PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS CITY PROJECT NO.05-07 CONSTRUCTION DETAILS ' 11/1/06 SECTION 10-PAGE 11 0 0 1 Engineer. "Periods" shall not be used on abbreviations. Full-size layouts for each legend shall be submitted to the Engineer for approval prior to fabrication. 10-4.16 — Foundations. - Foundations shall conform with Section 86-2.03 of the Standard Specifications and these Special Provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the Standard Specifications, and shall , contain not less than 564 pounds of cement per cubic yard. The exact location of all foundations for signal equipment and the service and controller ' cabinets shall be subject to approval by the City Engineer prior to the start of any excavation work. The completed intersection and traffic signals shall appear as shown on the plans. Foundations shall be formed with the use of 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. 10-4.17 — 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.O1A(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. 1 PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS ' CITY PROJECT NO.05-07 CONSTRUCTION DETAILS 11/1/06 SECTION 10-PAGE 12 ' 1 ! • ' C. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface. D. Temperature of sealant material during installation shall be above 70 degrees F. Air temperature during installation shall be above 50 degrees F. Sealant shall be flush with the pavement surface. Minimum conductor coverage shall be one inch. Loop detectors in any given lane shall not detect any vehicle in adjacent lanes. Size of individual loops may vary from that shown on the Plans. The Contractor shall test the detectors in accordance with the Caltrans Standard Specifications. ' New traffic loops shall be installed within a maximum of 5 calendar days prior to activation of the traffic signal. Existing traffic loops that are damaged during the course of construction shall be replaced within 5 calendar days of being damaged. 10-4.18 — Luminaires. — New luminaires for traffic signals shall be provided in accordance with Section 86-6.01, "High Pressure Sodium Luminaires," of the Standard Specifications. Ballasts shall be the lag or lead regulator type for traffic signal lighting. 10-4.19 — Payment. - The lump sum contract price paid 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 traffic signal and lighting system equipment, complete and fully operational in place as shown on the plans, including ' removal and replacement of existing improvements, construction of access ramps (where required, if removal was necessary to install the traffic signal improvements), as specified in the Special Provisions, and as directed by the Engineer, and no additional ' compensation will be made therefore. The unit price paid for vehicle loop detectors, as indicated on Bid Schedule "G", 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 — PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT SPECIAL PROVISIONS ' CITY PROJECT NO,05-07 CONSTRUCTION DETAILS 11/1/06 SECTION 10-PAGE 13 CITY OF PALM SPRINGS 1 PUBLIC WORKS & ENGINEERING DEPARTMENT 1 PART III - APPENDIX 1 PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 1 Caltrans Standard Drawings 1 i i i 1 1 i 1 1 1 i 1 PROTECTED-PERMISSIVE SIGNAL CONVERSION PROJECT CITY PROJECT NO. 05-07 CONTENTS 1 1 1/1/06 PART III sT 1-1 CONDUIT SIGNAL EQUIPMENT - - PROPOSED EXISTING --- --- Lllhtl.e c1sap a.eci^m�` acmult,unless otherwise PROPOSED EXISTING Indicated ar noted Escl— ., m— 1 Pedestrlan alga.,lace ----- ----- Traffic slgnal conduit L a May 1,2006 —C-- —c-- Communlca+Ion canduii FLANS LVA s O I_l) Pedestrian push button post —T-- -- Telephone c.n.ult _^✓% � �,Ye+e —F-- —f-- Fire alarm Coddurt P �----� Pedestrian barricade iopblh QYhnss NeY SIF.gh MIJ/MnvEC6µV —Fo-— —fo-— Fiber opt lc condo l+ —I�-�� -� ———j Consult term lnatlon _I --IT vehicle signal face een)tn bockp lots,3-Seat ion: c a,yellow end c.1d'it tiler Ivor srruc+are or SIGNAL EQUIPMENT Cont LJ a ae ice po z + of,h- VeNcle elgnal face w,th angle visors PROPOSED EXISTING MOdlfl tl. of basic symbols: • O Guard poet SERVICE EQUIPMENT Pv Pv mm.gtes all nun-.rrow seprmns louvered "LG"Indicates louveretl greens +,on ly "PV"Ind,cotes 12"progrommetl vls lbll l}y PROPOSED EXISTING s Hans a—M D--'CJ Type l standard °Meter on'elgn N "e"Indicates II V secTlans (only On an ` when P..Tfad) --- --- overnea0 Imes 'JX � Emergency vehicle detector OOI wood pale"U•'Indic.tes / -� Type 15T5 and vehicle signal face utility.wnea C— r -- Pole guv with anchor Vehl.le sign l face with red,yellow and green i - "I— hl--- left rrow.... .ns S NOIE5 m `Ilefta�I Utility transformer- ground mounted _ Secicle signal face wltor�ad and yellow - 0 LI'p +Ions d up green 1. All plgnal...tlom shall be 12"unless a o Se rvce equipment enclosure type shewn therwise. ndlc le signal Pace o5 Section),withyel yellow 2. Sl goal heads shall be pr.vltlee with 0 and grgec Ignt a r ws .16 red,yellow a e backplates unless shown otherwlse. green dons 3. Signal Ind,cation shall be LEp. P E[\I Service Door indicates catesenrron enclosure r Ft o£ enclosure __J type I Standard and o:-F or acesachad vehicle sign a O ,71 Te,epnone .......+lan conlnet Standard with signal most arm and Z Illluminated strae+'no.. sign anE'Yinern.,ry M POLE—MOUNTED SERVICE DESIGNATION r�'$ r} � 1 t r flrl Type o`. InatolloT ion Q d t TICas lgn Standard,Left-turd vehicle signal face TYPE N SERVICE - 2E'-10" Pole height above grad. t` Inar with segndesl most arms and attached vehlcle 1cl fo r � ILLUMINATED OVERHEAD SIGN fro rrr antil.v.r flashin be.c.m T 1. a Frame,with a PROPOSED EX15TING AM * mz p� sign unless o+nereas speclfl"ed or indicated IOI gill Overhead sign - Single post dl� TeCa 15-FBS Standard with two hi cle q face Tlw s flans wth lens,bockplote and 1.1 with a sign 1� Overhead sign - Two post IJ y�p Y Flashing en beacon.One vehicle slg face me red ' = T - rfi— Idi lens,b'Y rate and Isar. 'R"Indication oias red STATE of CALIFORNIA II averheea sign - Mounted Indication,"Y' I dlcates yellow Indication on structure DEPARTMENT OF TRANSPORTATION Overnem si,n with e,emroher I/yv �"plv' coeTasflet assembly.Door lmroates front of ELECTRICAL SYSTEMS y (SYMBOLS AND ABBREVIATIONS) NO SCALE ES-1B EQUIPMENT IDENTIFICATION WTISM WAGRAM LECEN On.a, FF LUMINATED SIGN/ ID NTIFI ATtON N AB R• P Pale -- Extvmal conductor DLR'x C6 Circur breaker Conductor or bes �-Sigp..caper-Place an post or stlatlaw A Ampere TIA Point n No.12395 V voltMete —f-_ Contactor toll �_WO6 e L5 � M Meierea _ TIISIy CSTC I' G UM Unme+eretl H Can'ac}Or,Contact NO Imem vffpovvu wi = Transformer raflng (kVA7 Go NQT place N9 Neu}dal bus 0 Terminal blacks w �d wm �'ap'e A2 are. w^ L igh+ing control Z. ll tandord ar GO Ground Ws —%- Contodor,Can+ac}NC Number and type of flxturesf structure G Eau tome.} grounding ounding cantluctor u,, Enclosure bond r 'Toq.Ih IM1 IHhory ins Ll¢yok fHp/MndNwry N Saxamed circuit conductor (Neutral) j Grounding electrode E LE CTROLIER OR EQUIPMENT IDENTIF CATION NUMBER GFc[ Ground fault Circuit interrupt VEHICLE DETECTORS 12395 15'-a" -!>`clrcult breaker Vehicle detector designation oa notrPlace�Onn atadddrdn or structure. Receptacle 5J9U e ri.Pt..Exleting epul ent Idimb,i-a are shown m parenthesis Amen PULL BOXFS L Lower CQNDUIT AND CQNDllf PROPOSED EXISTING slot number In Input file T ON: P "C 2k1G 15e1A 2 DLC Q j-r Pull box-No.5 unless otnerwise Input file (I or J) 1 !no..ted or noted. Pnsee (\7 Number and size of axmucrors and cable size of conduit ;n Inahea e O s>C21,1 Pull box-Addltienal desigmatlans or PROPOSED X ST N p 01.00.Odin.eta. Traffic pbceo Idintlflaa}ion fcr elgnal faces. I__ descrlpNons CD detectors end Ph...diagrams 3 = No.W, pull box I IC) =Communlcatlaos pull box❑1 ❑2 ❑3 Project note numbers 5 =No.5 pull box (E) =Pull box with ex}ens top ❑ __l Type A detector loop. (n 6 =No.6 pull pox IS) =Sprinkler control Outline of eowcut shown, i OA Q6 © Equipment. dumb... Ins}aila}Ian or item numbers pond box a T =No.T (Pelhh,gnnant pull it (zp= Anchor spits and consult rod�1 �3 Conduit run numbers n =No.9 (Pentlant soffit pull box) Stands Install led of Type 21 Type B detector r loop. Z Standard na.rd SIGNAL AND LIGH 71Nc n =No.o II box w attune of sdwcu+ snow.,� STANDARD /TYPICAL D SiGNATION)' sA =No.sa Pull un box IT) =Trdff la pull box x O PQ i9a- 3 D Wind velocity = IDO mph � 1 L- Type C detector loop. r cos. 3 a m laadl., Outline of sawcut shown. v Stallard type Standard Plan sheet number ® 17 Octal'number ar /char I� d outilned detector shown r O a aawpt e M ISCELLANFOUS EQUIPMENT 1 Type E detector loop, Z Outline of sawctt shown, m PROPOSED EXISTING -- M cus cros B r—I TYPO a detector loop. I C l Changeable me gage sign --I Outline of sawcut shown. J Cbsed mrcult telavlsiop Comer. Magnetic detector 11 Highway advisory ratlio pole and antenna O EMS _L,nems a /x ____ Extingulshable message sign Detector hondhole DN dh [L�a Getect(on device M w M ic - - Magnetom detectors v =Video eter v=video STATE of CAWFORNIA DEPARTMENT OF TRANSPORTATION ELECTRICAL SYSTEMS (SYMBOLS AND ABBREVIATIONS) NO SCALE ES-iC Dili county i Ron, Ven+ilator Mus lnq • - e.ldis stop, s r Fce tloar t with electric fan m. tletall 3_21/ ItF eecfanFor a +n +ri fa so.or a000 wMey t 2006Ccclna+ .bt luckneticPaneleilteredPolice tll°ti P°uversng ^ repulred — _ _ �� ~ "T"Vent FRONT '`RIGHT SIDE TYPE M CABINET Fi aired FRONT RIGHT SIDE en+n°+I°g TYPE P CABINET Q Pause c° ad.[ t 3 3" 3 e I1;� required ' �� ly 3-a 1� I - n Pofce Gueee+ i Ieck O O -�-+ (a required) - BOLT SLOT O/ —r� DETAIL t_t See Not° 6 on FRONT y SECTION A-A standard Plan Es-3c RIGHT SIDE 1 ANCHOR BOLT I - 3"OIa Mln Y SLOT DETAIL SECTION B-B m seeexo+ 1.vent. G Ven+I lot°r housing Standard Plan nES-3C. OF a O For door eiop� wi+n electric fun _3-Z%z'� vent llo+or housing see de+all (' with eleo+ric fan .ZJ O bar a°ar PmI e BOTTOM lack` Far door TYPE G CABINET G a�+vil _ ee°+°gli e Canlnet ® -z' a lock Min Palica — Z Pon el r Y Police required _ m eak —— y u� r Gaskei sealing bead W Y/ L~ POla¢ Canine} Gaekei P°nel lock 9p• S Fl ltered when ,I fed requl red r. ouvers ——— ———— ^ Fll+area r teo• ouvel.tIon l POLICE PANEL PLAN VIEW z,x z, DOOR STOP DETAIL FRONT RIGHT SIDE AR fuser FRONT RIGHT SIDE (2 POSITIONS) TYPE S CABINET TYPE R CABINE , T 5•-3 11r Gusset Gusset / STATE OF CALIFORMA (A requlrea) BOLT SLOT (a required) - CEPARTMENT OF rPANSPokrATlGx DETAIL ELECTRICAL SYSTEMS (CONTROLLER CABINET DETAILS) SECTION C-C m SECTION D-D NO SCALE ES-3A 2�eS�F,NPQW dA ^0 an11 x 1'-9"Open ln9 vn #eP A cM1 r bolts = I MAY 1 r 06 2Strapvf nm Field drill To 2"x ��"Strap and 1'o LNbtk Prone p59RW Rmaw,wwena, match le+ing s _ char bolts TrII _ ____ PEU socket. enc Inatalu on (q equlred) `✓ m '-�------ +a In. oleos III`_ IL /_' cc Lp 4 vthervise shown 4 Aluminum t'-It'/°±IA^ z-% Holes each end for mounting spite Black TYPE PR CABINET ADAPTER TYPE M CABINET ADAPTER NO t.MOTerlol:O.iee"thickness aluminum Cabinet 1.Alount adopter on Type M obinet£dundatlon. 2.Mount adapter on TYPe P or TYPe R foundation. 2,Nount ln9 sal is shall be %c'b on Imam size. Q 3.Aluminum O.1 B9"Thickness. Q1 The flasher tramfer relac shgll Intermate with a CINCH-JDNES 1' - White y Socket S-406-SB or equal connected as follows: q IT Y�"aH False un0-ry h- 0 0 0 00 Pin No. Cl2ulT Fla No, Cl Too 6 e S Z 1 Coll s Common Circuit%1 (—� 1 v Solid state z Call G Camman Circuit A4 41 I3 �-48 T flasher unit v 3 NC ClrcuiT%1 T NO C Tool#x1 Strap welded To BIacK 4 NO Circuit%2 0 No ClrculT%2 2 t inside aF adopter Tcllpw 10 9 S qee �12 tt v CONNECTOR SOCKET I'Ty P ml around_� white Oreen FLASH TRANSFER RELAY SECTION A-A r awitctea+ a The flog .. moll as follows: with o CINCH-JDNES Socket 5-406-SB 'icF Z or equal cp nn ec ted as .allows: B e T PIn Nc. Circuit Pln No. Circuit 10� 9 - m T To,.,Circuit%1 10 a 1'-I 1'/"`l�f' y U Load Clrcult K2 tt a - 12I Ill Black 9 Cheusas Ground le Net usetl 11 _ wh'+° 1 A Tv I n 15 A Creen W tend Holes each To .1�ng W CONNECTOR SOCKET end for maJn°ring bgrce a N SOLID STATE FLASHER UNIT T—1 To flaahmg � 1 „ seoccm From 120 V Source law solid-s to+e switching davlce shall Intermate with c CINCN-JDNES 2 1 ll -_ * _-_-_ -_ L2%"x z%z'W,' Socket S-2412-SB or wall connected ae follows: - WIRING DIAGRAM . t ell IsPla Np 11 it at T i m LED FLASHING BEACON CONTROL ASSEMBLY T m 1 Creep T Walk s 1 z Copses crouna 6 relaw Input -' 3 Rea pr pan'+walk out u+ B act ns ro zq v 9 Not used 10 Creen or Walk In u+ 10 9 _ q_�i 1"Bart_ —_ der all aroastl STATE OF CALIFORNIA 5 Yellow Out Jt 11 aa- f " top one Bottom 6 Fed or Oan't Wolk input 12 Not usetl 12 • 11 a DEPARTMENT OF TRANSPORTATION CONNECTOR SOCKET aTOP vlEw ELECTRICAL SYSTEMS (CONTROLLER CABINET SOLID STATE SWITCHING DEVICE DETAILS) NO SCALE ES-3B N07 5 — CONTROLLER CA5INET5: 2 TE.(� I. cabinet dimensions are nominal. s m s °ec c'le°T�'`u s"°'xss 2. F.Bitil lane shall be ]Posted to pracitle 2'-0'•minlmum clearance May 1.2006 DO between face o£ curb and any portin of cabin.+.3. Type G,M,P,R,5 and Motlel 336 cabinets shall be Installed witFThe back toward the nearest lane of traffic. a pen 4. Th. controller cabinet ....no bus ¢hell be banded to the Tv yYln lh CAhvs vb.RWiOwR/vw�w'udmttv centroller equipment enclosure. 5. In ....c.tl o raised art antl cement c crate pod moll be Top of pedee+al shall teas,o eel on Constructsd In front of Peon controller cabinet.Pad snail be O be large enough to 3'-0"x 3'-0' x 9"for Type G cabinets antl shall be 3'-a••x 9"thick parovltle clearance x width of foundation for Types M,P,R,5 and Model 336 cabinets. O round ad billet base. ® chamfer edge %"x %". S. In unpaved areas,the top of foundation for Type G,P,R and 5 cabinets snail be 6"above s ledi h 11 grade. as of found.+ion a" See Note 11 far type M or Model 336 cob]nei shall be 1'-6"above surroundln9 Y' _ - "atle. T. In sidewalks and stash paved areas,top of£aund.i ion far Type G 1 Flnlshed Grade obner mall be level w+n surrounding grade.ra 6 at f.untla+ion all Iln ll n tl n - -� 111 Fintones crudefor TpeP,Rantl 5 cabinets shel be 3'/y"aboveHandhole - Q grade. �"0 x 1'-6" Anchor bolts 111 Q 0. The .+eel pedestal,base plot¢,bolt circle and foundation for 11 III Type G cabinet shall be the same as that shown for a Type 1-C 11 11 II II Standard.Pedestal shall be 2'-l' to 2'-6"In leng+n.Anchor bolts shall be Y"$x 1'-6"with a 2"- SO- bend.Four bolts reauiretl per against. 9. Type G cabinet shell be provided with a ellpfltter to permit FOUNDATION FOR PEDESTAL FOUNDATION y n+Inq .n a�/"gut.e.diameter pedestal.Si pfitt=r¢non be TYPE P. R AND S CABINETS FOR TYPE M OR Z belted to bottom o: the cabinet. MODEL 336 CABINET C 10.r pe G cabinet. enrol be provided b tom a the.nUD.rain+lgn+ogle=, "0•' "W" a � '•aiame+=r ar larger, m +M1e bottom of +ne ¢coiner. S N11.A 1"droln shall be provided through the foundation of a Type M FOUNDATION FOR p .r Model 336 .abmat.Drel. plp. shell be screened. TYPE G CABINET 12.See TGble for coninet and foundation dimensions;"G"=Depth, " 10 H"=Height and "W"= Width. CABINET FOUNDATION r consul+ r NPS H W D a 13.Cabinet shelves snail be adjustable for vertical spacing and stall MODEL ae emovaaa.Type M,P,R ntl 5 coat nets shall be provided with (6"x IS") s Z a minimum .f two one Ives. IA,P,R,S and Model 336 caalnets mall be Grounding electrode M 2,-6„ 3,-0„1'-10' m 19.Anchor col is For Type and ground clamp 2` 336 y )'f p x 1'-6 with g 2 - 9a' tl..an Is.An approved mastic gr caulking compound shall be placed an the ti 6 �• P 1'-6" 4' 2" 2'-6" l foundation puill rlor to plvc ine the see to seal snarl Igo between P v W bottom of bet ..a foundation. R 1, 6,• i, 2„ 2, 6•, \ /2, 16.Controller unite,plug-mounted can ip.aIt shelf-mounted equipment \\�'/ n �F O 5 1'-6" i'-2" 2'-6" and wall-meanNtl eaulpin .. mall be I... ad to Farm It safe and 4 easy remove or replacement without 1emavin9 any other place of ry$ ooeead PCC pod in unpaved equipment �G' s,sidewalk In paved area.. 17.cabinet Ton may be Inetelled at an alternate laced., ne.r the _ "+ top of ,he cabinet when approved by the Engineer. \ III �"$x 15"Anchor halts 18.Where telephone Interconnect Is required,a minimum of 5"clear III (4 required)2"- 90° bend '"It Too] space shall be provided Inside the cabinet for the `- equipment. 19.Telephone interconnect conductors shall be enclosed In a �••C r larger annduit tM1rough the foundut ion.Type 4ntlu ii ce STATE OF CALIFORNIA end',be used to separ.te telephone and power conductors In Front _ DEPARTMENT OF TRANSPORTATION .,,Data and pedee+ale. M ELECTRICAL SYSTEMS zO.For Vollllelr3 quipment sa cl cabinetdetails,sae 'Traffic signal (CONTROLLER CABINET doDETAILS) FOUNDATION DETAILS Far Model 332 and 334 cabinets NO SCALE ES-3C nmay.1,20e05 cin Exclxeea El 4512_ SV-2-TD d _ n n { �f To gelb lk fdheu Mtlh Sak MpJ/�wwJtivgv SVEB2-TC SVLLLttL1LBL-IIJJJ3�w-TC��� SSSVVI?-4-TC e1°" vle.of other de mountings SVSV2B SV-2-T9 SV-3-TB SV-4-TB ABBREVIATIONS C Tv Top mounted V.r.l.sI...1. 0 SV stile mounted.rt.en 6l gnala T Terminol comportment N 1,2,3,a Numbafi {e%..l 1.Cee i (3- ection,unless o+herutse Indlm+ed) 'J II O II O II O II C Q II Q II Q II C A,B.c,B conrtgw.+ton of signals Z O - 0d0 Y a � v SV SV-1 SV-2A SV-1-T SV-2-TA SV-3-TA SV-4-TA NOTES: r SIDE MOUNTINGS 1.Mountings stro r ll be o ' nted to provide moxtmum a hortzontol cle.rarceto odj.cent r.ce.oy. Z 2. BrockeT hall be Lng e..vgM1 to permit ,.per .Ilgnment rof etgn.Is and buosplote lnstoll.tton. m ) 3. See Stoddard Plans Es-40 on0 Es-4E for ot+ocM1ment N ryy J�jl��r-, ��{{���I// Setting detatla. I� toP moon+logs S o o 0 STATE OF CALIFORNIA TV-1 TV-2TV-'I-T TV-Z-T TV'3-T TV-4-T OEPAPTMENT of TRANSPORTATION ELECTRICAL SYSTEMS TOP MOUNTINGS (SIGNAL HEADS AND VEHICULAR SIGNALS AND MOUNTINGS MOUNTINGS) NO SCALE ES 4A �l rs zrr.z : r � pM°red 2ooe L r," r � a,TE TUNNEL FULL CIRCLE CAP OR CUT AWAY LEFT ANGLE 'v-� �,� °"r"m•r'"'w.'e"'..`+ xi.w`ate+ o- ea' ve,ht an91e 1s .n.. VISORS re rsed of figure) -�-- 1�. ro m'ro In mmmm wm:m.m to mnin..weaag� _ w rs " 2%'2%: 2%:' Curb/Bere flow It,. B"SIl. for eeCFio ar BtlOe oP 9MYIder En RIB••iI�• far 12"sect l0n6 _L_ SECTION A-A <c°� fa. ee Nate ,V� "FAR Grill signal face and A A ° o 'ER `w4W L attach backplate with 2ege#urnin rb x 1n-24 or 1n-32 self-topping and locking y stainless steel mdcmne FRONT VIEW 1 screws and flat wpahers R=2•,rz'• a DIRECTIONAL LOUVER ^xEA,r' Typical signal pale placement z 8" AND 12• SECTIONS Olrec+lanal louvers mall be arlented as dlredad unless dlmeneloned an plans by tlha Engineer ands ured In place Wlth one pl°ted tv braes machine screw and nut 'D BACKPLATE Vs"minimum thickness SIGNAL STANDARD PLACEMENT DIMENSIONS No Oom-,Qwn n 9P clfled plastic AND EQUIPMENT LOCATIONS e0 r a peal. z See plans for type of 5 190° elbow ,titer actlan signal mounting °unH ng m V Type Lt-2-T el90al mounting. Slda mp aoimg NOTE: n Pole plate term lnol por#m9ent 1. For"A"and 0'd1mencions,see Pale Schetlule, Pn when r.,reldn°,s or as °ireeted by the Engineer. Tom mpun+,ng to rm lnal w e o partment s Stantlard Plan ES-4g Petlestrlon push buttan m when requl req 0 TOP MOUNTED SIDE MOUNTED LEFT TURN STATE of CALIFORNIA SIGNALS (7V7 SIGNALS l5V AND SP) LANE SIGNAL DEPARTMENT of TRANSPORTATION Type I-A,,-D, 1-C and 1-D standard NarmalIY used on standards Type 1-A, 1-D, I-C and 1-D standard ELECTRICAL SYSTEMS as inalcated on the plans with,ulnalre a signs, s Indlamed pn plans ^pet orm (SIGNAL HEADS AND TYPICAL SIGNAL INSTALLATIONS MOUNTINGS) NO SCALE ES-4C .1.ELECTRIF IxeE." w, 5. Serra-Fans 6ons Nay 1 20a6 Cadmium Force m st 0 vux COIT . Fo must arm 3 Cadmium Cla+etl s.Pvaev¢..To F eo oe steel sat s taws grimmiba�i.�.`.ra>rrna�..,a w esnY moan eyu n mi mp`v 4ed MAST arm °r pl pe tenon 5' Sarratlans C admlum area See Note 3 topkrh[alrw Mmh_y h MPl/wrvJdcp4 3 Cadmium platen steel scr aieel set screws I to 4 Qcenings Slgnol h..In as required ring eal with gaeket NOTES' oling co .. Up. Lock nut ,.of lock w.her S. Sorrotians 1%j'nipple washer 1. Aft as t rm agnal has been plumbed 0 Far a un+lno For muli+iole unt loos 'ec red,dr111yt M10 le tM1rougM1 mast arm tenon MAST ARM MOUNTING — TYPE "MAT" MAST ARM MOUNTING — TYPE WAS" ma TOP MOUNTINGS Plates 3�jTID g lvdml=be wkn:miser under For 2 UPS pipe,see Nate I. For 2 NIPS I e.See Note 1. Far w NPS volt heatl ihrougM1 holeoantl secure between washea p p Up.,sea Note 2. It andhen I fires Seal pen logs ith m t rm SIGNAL SLIP FITTERS moo tinge and ma,+ arm with mastm. N 2. (a)Threaded to mounted ell,fitter openings p shall be I%s NPS. O P'� (b)Serrations In flttlogs shall match those on 05 bottom of elgnol heads or In lock rFn,. (a)T ep apepi okplate ng shall be offset when bo y T Br 5- 5erra+lons 1 5' Serrot lone 3. Wire Is etl shall hove crave a Tlon a of a 1%p NPS Into, +hreotl 0.95 poll Inch minimum.Ml nlmum width of %i'. Z $s Pin 0 B goal h°ue log or vt+ing 9e on o LOCK RING SPECIAL 90° ELBOY! toafli standard curved Use where locking ring Is not Integral One for each signal ha ad,excerpt those with signal housing or fitting. with speclal lip fitter mo tln9 MISCELLANEOUS MOUNTING HARDWARE y Z DETAIL "C" m POLE PLATE y For slow mountings �"m Standard[ I bolt galvanized s/•• rP Orlll and top for II/ NIPS F.,bolts.see /t'm Lack washer standard pipe thread "Pole Plate detail Zv mpe Flat washer _ Y/¢ NPS Plus thread — Curved Sher. WoeQe see 5_ __ P Co—ed to Signal standard Oei ill/2 nut,see hSearle. B-B rl+ standard 'Ye"0 Nat color fa Signal standard 4�° Two rows of yam' SIIP fitter T se}screws Cable guide. ..It Cable gultle STATE OF CALIFORNIA on upper plate DEPARTMENT OF TRANSPORTATION SECTION A—A SECTION B—B TOP MOUNTING SIDE MOUNTING ELECTRICAL SYSTEMS TERMINAL COMPARTMENTS (SIGNAL HEADS AND MOUNTINGS) NO SCALE ES-4D Deec+or moll be i—a..o.,.,,.., visible above e bacKPlafe 4N5�a Rw 6 use Seal M:*a er. rb mn Y�nm'a PA �� a leakIn ^Mna�"M1 Top of sl9nol In ......ntl. d iw:uvi+..+v+o vm..a a�eo-mPos beotl to}Mbih Glom xtl.4k yn le My/xawhpvµv B ocKPl eta Lock nI.�- Sn.. brracf tl/ NPS nlppla�� I lock her EMERGENCY VEHICLE DETECTOR MOUNTING ]•min I� Waafar 1— Backp late Carricge%olts O Most an. n' Maet rm o PIPe Tenon r Bockp lab m X 21i O Qb «e too PIPe tenon r O Clip fltter B V Sflp fitter pMoot ipe en o Opipe ,enon r O (� «o Meet arm afitter m o Slip fitter ppppv pipe teoop r O Meet r O 51P fltter O O PIPe tenon r O 1 BackpIct Slfp fltter a ry Serra+Tana W N 2-N-Y ae,t.r support M1 e` MAS-AA MAS-4B MAS-4C MAT MAS with IV"hobs 20 �I• ILacakkwoaheree 1over Z A"a m 3•=z"=_y see Detail A m co a"min ver my neaare DETAIL A m OSlip fitter �R O 511p fitter Sllp Pester �Y Q° Oy Npst arm o Y P IPa +encno r Bookplate O O j Min v SIDE VIEW STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION MAs-SA ," MAs-sB ELECTRICAL SYSTEMS (SIGNAL FACES AND MAST ARM MOUNTINGS MOUNTINGS) NO SCALE ES-4E 6-0' IS7 wuxrx Routs roiitR.wiosi -T s LOOP INSTALLATION PROCEDURE o /L���y(U .p/_�/1L�4/�nr 1. Loops enoll be centered in lanea. p p e✓c Ii snsD sl.s! Ncrx rt' Ix-sp sue` 6•_0" _ 2. Sow slob In pavement for loop conductors as shown In details. �7 MOYs t.2006 B. Oi to a between sitle of loop ontl lc.c-in aw out from adlaceaT vl.nx ne�ovnc on Eef - -net detect shall Ce 2'. minimum.Distance between lead-In saw curs A A U. 9,y ,wRw yri �• e a shall be 6"minimum. I - I^R a:n vein 4. Bottom of sew Slat shall be smooth with no sharp edges. It.Ratied Io peblh fdM1vs MSV!WRmb/AmwdYm{w 5. Slats aholl be washed until clean,blown out and thoroughly dried fra__el Lanellne before install l ng loop conductors. p A /Lane line - 6' 0" 1 6. Adjac t n loops the some sensor unit Channel shall be wound In appose+a dlrec+lans. u� I T. Ideh .and tag loop 11[B) pal ra in TM pud box w A p L YII Icop nu bar,start IS)pnd fin lan I(F)of SucFor. Identify end tog leatl-In-cable with se sar number and phase. +EP EP EP EP B. InaTall Icop cantluc}or slot using j("To I/"})lick wood paddle. B g C C Held aeoian+apia�ementn wale paddles fat+ne bottom of the sawed clef) Pul I box Pul I boxdur Pu box Pull box g. No more ten 2 twisted Iodine shall be Installed In one sawed slat. TYPE 1 A TYPE PA TYPE 3A TYPE 4A 10 10, Allow acoltal.1 W-D"of elack length of conductor far the lead-In run INSTALLATION INSTALLATION INSTALLATION INSTALLATION C To ad be.. SAWCUT DETAILS 0 11. Theaddition" length f each conductor for each leap shall be twisted (Type A loop detector Canflguratome Illustrated) together Into oal. (fi turns per 3'-4"minimum)before be ng placed fh In the slat and conduit leadlag to pull boX. 2,IA thry 4B = 1 Type B loop quuratlod In each Name.In each lane. 12. Teat ..an loop halt for mn}Inu ity,circuit r aietance antl insulation 3.1C = 1 Type C loop configuration entering lanes as required. resistance at the pull box before filling alpta.e q.10 tend 10 = t Type pa loop con4 igura{ion In each lane. a 5.is tend 9E = 1 TYpe E loop con4l"nation In each lens. .L 13. FIII slate as shown in details. 6.10 tN 90 =1 Type 0 Iw onfiguration In each lore. Wes Type.Al"C,P.E or p loop detector configurations only Q 14. Splice loop conductors to lead-In-cable.Sold- shall be soldered. hen spemfled or shown an Pion.) a 5 d)of le In In In cabl an Type 2 loop conductor shall be waterproofed prior to N g con }T prevent moisture from entering the cable. w IN. Lead-In-sable shall not be s ll.ed between the pull box and v the controller cabinet termP als. IT. Test each loop clrcuit far cantmuitl,circuit res letance and msulotlon ^II�II pop LOOP aoP 00 LOS 0o a0P 00 9resistance at the controller cobinet location. �II �II5 2 1 3 2 1 le. Whore loop conductors a Y to be pllced to a lead-In-Cable,the S- II�I a I no. ofnthe Po+__tars shall be topetl ntl waterproofed with electrlml F� Z F m WINDING DETAILS F rn See Nares 6 and i (J1 2 1 3 2 1 4 3 2 1 D Iy"Mox for type 1 loop conbuctor Typa 2 loap c duc+o IW Min r l Splice Oe Th Depth as papte *N.t. �—— 12pulred pth as sealant qulree— Loop servantLoop eealdn+ TYPICAL LOOP CONNECTIONS 3 +urns loop nd loop (twisted) (Dashed Ides represent+he pull box) ornerwicea peomi+teal Loop taoanlbua+ors eest map (tweeted) STATE OF TRANSPORTATION a DEPARTMENT OF TRANSPORTATION SECTION A-A SECTION S-B SECTION C-C ELECTRICAL SYSTEMS SLOT DETAILS - TYPE 1 AND TYPE 2 LOOP CONDUCTOR (DETECTORS) NO SCALE ES-SA 6 0 1-o eYotS. n o ci[civ�cYt=_xc d�v Wrestle EDTMOY 1.2006 y. f t 91 of travel travel J �i'_p" o�n.✓e a- °�'' 95 Ri 4 Loop L M � rowrmm camas lea rrwn mwn...�ea� LO T N 3'-a" T- I ,..O.i WINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAVICUT DETAIL TYPE A LOOP DETECTOR CONFIGURATION TYPE B LOOP DETECTOR CONFIGURATION °e N O L O n TYPICAL TYPE dA INSTALLATION TYPICALa TYPE d'B-o" ALL 1 0111 I- a INSTALLATION 2 SIn91e Lane single Lone J,,F v SAVICUT DETAIL WINDING DETAIL a TYPE C LOOP DETECTOR CONFIGURATION m restlo Di travve oP travel 1-3 2-5 2-] 01 f-- -► 6 of travel F r S Direction a Nate 2 ^� f Z Note 1 %"WIOTft cut m N c tfL m O See Note I f WINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL L TYPE D LOOP DETECTOR CONFIGURATION TYPE E LOOP DETECTOR CONFIGURATION WINDING DETAIL SAWCUT DETAIL OR Ia corners of acute angle eawaMta to prevent damage to conductors. oia CTOR CONF IGURATIO t• �e TYPE Q LOOP DETE N 2. Install 3 turns w,en only one Type 0 loop Ia on a sensor unit .hannel. O O O O s a 5TITE OF CILIFORNIA Install 5 turns wf\en one Type 0 loop Ia coOrectes with] additional m x OEP1flTMENr OF TRANSPORTATION 6-0'x 6'-0"loops on o sensor unit. 10'-0' 10'-0' 10'-0" PLAN VIEW OF ELECTRICAL SYSTEMS TYPICAL TYPE E INSTALLATION DIAGONAL SLOT (DETECTORS) Single Lane AT CORNERS NO SCALE ES-5B AC Type AI Coal �� finished grade 1ci caaxir xevl[ ioi.iiewoi = sxi= Maxi alum aex.o cietc' [cd-x evi grading Afl-g000 PCC oonduct. °wee Pull box C ndu t rc Contlult Curti Sealant May 1.ZQOfi See Note T See N tee 1,2,5, B and ILANSAll°die "T" TRENCH DETAIL B"x 11/"screw leraea, 9 d�� a'q"maa.ey•=,i - ' sOni Clee9s +eel o other out Bushing e' e' n - Toaing ma}erl°I) To pF Mh ne SRW ieM l wdljdv flo°tlway N lk m See Noie 65ee Nat. 3 See Note q Contlu Conduit TYPE A chat n CURB TERMINATION DETAIL aver LEIL.. trams°°a ` NOTES:(Thls sheet only) mepnolt concrete other 1. Bushing shall be ...it at end of wnault. Flush with atend,approved by the Engineer 2 Tope connector conductors or cables 3"each aloe of buehinga. pavement 1'-11.° Notes 1,2,A and 5 Y. 3. Install duct seal Compound to each end of terminatlon Conduit Bushing se or... Precast Twa 21/"p flea. ei forced g^ Sea letl I+n ppravnd before Ins+al ll ng sea l tint. Pull box C concrete box nra°i coa In after N. 6. nstolling conductors. A. Round till sharp edges where detector conductors or cables have -Place candult o s Joint to pose. See Note T ,�e� Roadway S. End at conc Wt anoll be 31/"below nodded,surface. T.!.red loop a. conduct- polr. 6. Conduit e12e Loop Conductor. Ch Buct eeol See Not.. 1,2 antl 3 1"L Minimum 1 to 2 pairs s See Note 6 Conduit enns + ,, .'. 11/"C Minimum nl mum 3 to q moire C C° all _ c �� _ Portland cement concrete 2"C Minimum 5 or more pairs Z C wccam idth legate onne n .n Pavement dint- Sow lot !' Conduit to pull box. T. Solids tle}ector c°ntluctere or cables to leatl-ln-cable run to Q J Type 3 mnault For loop wire Type 3 o tluit a See Note S. p �3"Mln ���u^d �� Controller Lableet. Saw lot P°vernent #M1e hondlo "' a Ty e 3 contlui+ le 1" 1a%" Clean,crushed rock ..mp B. Location of detector handfle when .hewn on plane. m DETECTOR HANDHOLE DETAILS C s. when the shoulder and+rovelea w°y ore paved with the e Ravtlway material and there is no Joint between them,the conduit shall p extend only 2'-0"Into the shoulder pavement. r PLAN VIEW SECTION C-C +or too wire a p TYPE B I Z CURB TERMINATION DETAILS m EA TP aL N C,type 3 Contlult 6" long N ETw min mum,plug bath ends with duct See Notes Conductors o. cables :. l.':. cam nand to keep out sealant. ICY 6 one 9 M^ .. .. p ~ Edge of moulder Eua of c edge Cast Iron see N +es I 2, + e+C SECTION A-A b.^"min Imam between tap of conduit Term motto^ conduit Pavement 3,5,6 ono 4 movement I'd", d pavement surface. Pavement c.Sow cut mall not exceed 1"In o —t- See Neiee 1 F.v.join wiotn and I/"longer than conduit and T Sup-base See Nate 9 C to be Inatolled. NOTE• tl - ,1^\ d.Conductors with II/z'minimum el°eK Use for Type A detector hanahole Bus. Sawed ale+with sealant J Pavement �J ,halos mnault. o e n pavement r surfacing only. Pull box CROSS SECTION s.Inductive loop detector saw slot. LOCKING GRADE RING Es RePI ..eln k ntl. trenching. Sealant Rushing PLAN vlEw STATE OF CALIFORNIA BEPANTMENT OF TRANSPORTATION W. P_L_NICEYAN v[Ew TYPICAL LOOP LEAD-IN DETAILS ELECTRICAL SYSTEMS SHOULDER TERMINATION DETAILS AT PAVEMENT JOINT (DETECTORS) NO SCALE ES-5D NSrewxTogdlgap _ ^ r is may 1,2ao6 9 Ed IN Z NP5 PIPe Tao Pole plate. eeMi e ` � / Otamc and Oe#IF -ie6utt i° n•ax `•a� E pro ec#ed lengtn @ Pol. aid.. x \� \ v mLaromcrnvxw mewls mw�..,.eomm ¢ Slgn—�—� e I chpead edges \ calvpnlzetl exam z3/F"P xpla, ���� M pro'��I�ec+etl 1en4444+h np les.z pan aloes cnosed ogee P Pala C) '/n NPS Co fpling // '' con e'ectrlcal sere TEN qulretl �� auc+ora wnen ITENS anpwn J 0 an plans. TYP i� 3 6 1•_0'• 55 LB TYp Set 6'-0"a I' 10,65 LB ES-TM to Internally Illuminated Fs-rM O ELEVATION / #S E projected length °•#w street name sign pet F m VIEW A-A - IJO SIGNAL ARM CONNECTION DETAILS ¢Sign _ ES-ik o C b O 3 0 1'-0" ES-0N E a' xandM1ole PP0of— O 55 LB 0eT T i (far old, Required for a 5o li hole - ;/0, \ / Type 1T-2-100 • Z EE-l0 Bp l# 0+ I/" Q TYpe 1TA-2-10° W-0"x 1'-Ilie 65 Lfi fiat F Internally 111uminate0 E5 TM v Able f m street name sign pet F Q p arm,,_ '/e NPS Coupling underside Finished gratl requl ratl when IISNS shown O O - pn plan6. ES-rN O\ ES-TN fpvTI ntla+ion ELEVATION °fa xandnp� PP6 a TYPE 16-2-100, 18-2-100 BASE PLATE (far a1ae3---- c. Z o 'F m —— W F lnlenetl grade V SIGNAL ARM DATA LUMINAIRE ARMDATA ES C M Nln P Haunting wgnt RICH Plle "30�02 MIO 1 J N L K Prpjec#etl Rlss 0° nlckneas ;p•_o' 35'-P foontlatlpn ln9 H 00 Thickness Bolt Screws Plo#e Arn R Pale P. Max LengiI at Pal pale Pole ELEVATION Oia n# At Pol Ci role Slze Thickness TM1lckness • Y-0"± 3'/" 31'-64 36'-6"3 „+ ., TX1' 12.-0, 2'-3'± 3y: a.n 96^ 3z'-a': n'_°"+ TYPE 17-2-100, 19-2-100, R'6' 6 '+ 32•-P'y_ 3i•-9•µ ^t 0.1 T93' 12' 1/"-rNC-3" 1'-0' I I%" 23'10'-6' 3/' 17A-2-100, 19A-2-100 6 e-a 2-6 _ fi^ 15'_p" q•_g'4 AID" 3q'_3"a 39'-3"* STATE OF CALIFORNIA °EPARTMENT OF TgA145PONTATIDN PO E DATA BASE PL TE DATA CIDH PILE FOUNDATION ELECTRICAL SYSTEMS Pole L^otl A Mln 00 Alternative Section Anchor fin Its LUm lnsl re Signal Type ca6e°e1°pntz xelgnt ease Tap T^'°k^esa Le g ^Rat+pm rap c ceo1re Tnmknaaa Arm Al. plame#er pepth Relnfaraed (SIGNAL AND LIGHTING STANDARD CASE 2 ARM LOADING 117-2-'iw 2 mp 35`0"1°y a'/. Nana 1'-6^1'-sl" 1Yi' z'•m xsAz�x 6" Nane z�,� WIND VELO GIT Y=100 MPH 6'/" None None �. 55" °.1 r93 10•_O" 6., 6%" fi'-15' 2-0 2p._p A 15'-O" 51/" 6'-,s15-°' 6" ''-°" ARM LENGTHS 15' TO 30') 16-2-100 1T'-n " 19-2-100 30'-0 6/" 1 1 66 6'-1r z-p NO SCALE 19A-2-100 35'-0" 5(^ °.2391' 15'-0" 5 5§Ir" fi'-15'Is'-0" Indloates arm length to be used unless otherwise noted on plans. ES-7D cach o[v TOP of sign level safer stoput m e10o nexsner. Pr vide removable ralm igm m [o n cxv lx[e neon Dolt,nut one lock eso,unless Pnatoelectrlc v�u install to ru channel nit ;e In .toted an plans a eLNoy 1,2006 a no— L I, o+aelectr,c unit sImsv-or Or;II End tap for "0 '""w"e"�"'v"d Cl cap serer with la eh wns net .- �e IT ne ra rn fJhru ed,eru Wrrz mp/ketnrermyv / NP O.l os•'La lv oio= clamp Removoele Photoelectric unite e X6'm Oa lv Hex nand halt,nut ono =__= 3�/e NPs x 2%" ack ra5 e n r tang siandord pipe gi/r NPS pipe Maximum STANDARD TOP 2'/r'long sign o 11 sasl MOUNTING ADAPTER FOR maximum Sigh penal PHOTOELECTRIC UNIT s gia we ant I x 1%"x a The "Continuous gyp^!I with 2"0 nose .h.t emv steel ar owmmam channel POLE TOP DETAILS N O Vs"m taro holq wr one O Fiber wesher 0) a•-s"Max ALTERNATIVE MOUNTING ADAPTER fn REAR VIEW DETAIL U s SIDE VIEW / Max SIGN MOUNTING DETAILS a +s=1 8 P6 pipe,5"long Z smsl sleeve H 1[e total l0 Plate wlrn z'•m 0 d z"cIt Pall Hole.w=Ie ro +he as stontlore. a U' Pipe clomp steel sleeve at Penetration 9 p earn we lase ism+ — Full )L� 6 SignType a1 or ig stonaara. Q L_ penerrarlon signal and r'o e 6 stand pre a the Post, 9 the top o£which Ms :-0Q 0 6" Rack. r .,.ph-., 6" f a r'ng an OR larger than Channel pifan..In 1'-6" = < NPs sTnadard pipe Lj Diameter lap at splice one z, 135- neck 6 term...fiche Pnalaeleciro unit far FOR UNIFORM TUBE THICKNESS DETAIL T illuminated overhead sign YTylp/f a.;t m SECTION A-A SECTION B-B r lignting WPOLE SPLICEStap m empone°'S raing2 6. oal slip Finished grade See St.ntl.rtl NPS 1.Y, NPS reducer Plug.'seed apenic,c.ntlwr1s,'1 so,z1,210,]o or II q 1-5 standard DUAL PHOTOELECTRIC UNIT MOUNTING DETAIL 1 ll Il 1 Shc NOTE' m`l Solt..—Is.and anchor heal+s.zes nave been ryie.d. stare OF TRANSRNIA POR L The Conttodor anal verify dependent dimensions for OEPPRTMENi OF TRANSPORTATION Poled is metalled a x.simg £aanearmn erara ELECTRICAL SYSTEMS .brie.+mg a Pales. ° ELEVATION (SIGNAL AND LIGHTING CAST—IN—DRILLED HOLE PILE FOUNDATION STANDARDS Reinforced Pile DETAILS No. 2) NO SCALE ES-7N