Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04802 - SIERRA PACIFIC ELECTRICAL CONTRACTING TACHEVAH FLASHING CROSSWALK TRAFFIC SIGNAL
CITY OF PALM SPRINGS CALIFORNIA P.O.Box 2743,Palm Springs,California 92263,(760)323-9253 Department of Public Works and Engineering NOTICE OF ACTION FOR: ■PUBLIC AND/OR ❑PRIVATE IMPROVEMENTS TO: Sierra Pacific Electrical Contracting ACCEPTANCE DATE: April 5,2004 2542 Avalon Street PROJECT: CP#02-10,Tachevah Drive Riverside,CA 92509 Flashing Crosswalk AGREEMENT NO. 4802 MINUTE ORDER NO. 7408 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS Curbing LT Curbing L.F. Street Paving S.F. Street Paving S.F. Sidewalks S.F. Sidewalks S.F. Driveway Approaches S.F. Driveway Approaches S.F. Bike Paths EA. Bike Paths S.F. Sewer Mains L.F. Sewer Mains L.F. Sewer Laterals L.F Sewer Laterals L.F. Sewer Manholes EA. Sewer Manholes EA. Storm Drains L.F Storm Drains L.F. Survey Monuments EA. Survey Monuments EA. Lighting/Landscaping L.S. Crosswalk-Lighted/Beacons/Striping- Location: Tachevah Drive between Indian Canyon Drive and Via Miraleste,Palm Springs,CA C.P.S.Drawing No(s). Permit No. 13184 Contractor(s)actually doing the work Sierra Pacific Electrical Contracting,B&T Works,JP Striping, k. Herman Weissker Concrete and Asphalt Sawing Co. Notify your bonding company/bank to release the following bonds: No. 929307102 in the amount of $_45,083 Performance 05 107 I05 No. 929307102 in the amount of $45,083 Payment h 0 Q-7_ 04 No. in the amount of $ Monuments No. in the amount of $ Maintenance Security No. in the amount of $ Correction&Repair Construction bond in the amount of $ for Engineer: CITY ENGINEER Bond Co./Bank:Western Surety Co. Comments: FINAL CONTRACT AMOUNT:$47,624 Submitted by: Dated Engt eeeerrriiing Field Supervisor l Approved by: %/��1 Dated: Director Works/City Engineer Distribution:Original to Engineering Project File;Copiesto Addressee,City Clerk,Engineering NOA Binder,Street Maintenance Manager,Building,and Facilities Index No.0405 DOC 0501 20040Q 0341 IL95 Page 1 of t Recorded in Official Records County of Riverside Gary L. Orso AssessorI County Clerk & Recorder Recording Requested By And I IIIIII 111111 IIIIII IIIII IIIIIII III IIIII IIII IIII When Recorded Return To: --- - - City of Palm Springs M IS U PAGE SIZE GA PCOR NOCOR SMF MISC Attn: City Clerk l P.O. Box 2743 I w, Palm Springs, CA 92263-2743 JPe,, �`_ :71 f3UC- &L10-Y• COIe,. �I�1-�. A R L COPY - LONG REFUND NCHG NOTICE OF COMPLETION NOTICE IS HEREBY given that: v ui.f 1. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute,on behalf of said City,any and all Notices of Completion. 3. The address 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 5"day of April, 2004. 5. The name of the contractor (if named) for such work of improvement was: Sierra Pacific Electrical Contracting, 2542 Avalon Street, Riverside, CA 92509. 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: Tachevah Drive Flashing Crosswalk. 7. The property address or location of said property is: Tachevah Drive between Indian Canyon Drive and Via Miraleste. 8. City Project No. 02-10, Agreement Number: 4802, Minute Oder Number: 7408 CITY OF PALM SPRINGS: REVIEWED BY: / BY: Yawl— DATED: �l Director of Public Works/City Engineer PATRICIA A. SANDERS, being duly sworn, says: That she is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that she makes this verification on behalf of said corporation; that she has read the foregoing Notice of Completion,and knows the contents thereof,and that the fact ted therein are true; that as said City Clerk, she makes this verification on behalf of said municipal corporatio . City Clerk WP:clr/June02 Index No. 0504 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Sierra Pacific Electrical Contracting Date: March 11, 2004 2542 Avalon St. Project No. 02-10 Riverside, CA. 92509 Project Name: Lighted Crosswalk - _ Change Order No. One (1) Attn: La Vie[ L � �jr�E Contract Purchase No. 418413 J Account Number: 4491-50134 - 4498-50224 fr 1c Agr.# L{g02 M.O.# 'f'406 A':/B. CHANf3ESAN-NFOfiK/QDST: a 4 New Items a. Remove Tree Lump Sum/Agreed Price $1,575.00 b. Relocate Water Service Pipe Lump Sum/Agreed Price $966.00 TOTAL NET CHANGE ORDER AMOUNT $2,541.00 C. REASONS FOR CHANGES: a. An existing tree conflicted with the proposed location of the disabled ramp and flashing beacon. This tree required removal and the above agreed price represents the cost to remove and dispose of the tree and stump. b. The existing 2" water service line for the adjacent property was found to be very close to the surface and conflicted with proposed ramp. The above agreed price represents the cost to lower and relocate the water service so that it will not conflict with the proposed improvements. Two (2) working days will be added to the contract for the completion of this work. * Note: No additional mark ups will be added to any item on this Change Order. All cost per each item are final. D. SOURCE OF FUNDS: Funds are available in Account No. 4498-50224 Page 1 of 2 &OpR��IG,�INAL WD Summary of Costs Contract Time Original Contract Amount: $45,083.00 Original Completion Date: April 5, 2004 This Change Order: $2,541.00 Days Added for this C.C.O.: 2 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ 47,624.00 Revised Completion Date: April 7, 2004 1 have received a copy of this Change City Approval: Order and the above AGREED PRICES are acce able to the co tractor. Submitted by Date �• (9-0� Field i Bering Supervisor By l% ✓! / Approved By DaDate 1' C' r gineer Date 5�/ %�U°a� Approved by Date '� 7 r�i� CxE Manager Distribution:2 i Original Conformed Conies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) AWWVW By M C aw- L) ON' 0il kI ' « 03 A Page 2 of 2 Sierra Pacific Electrical Tachevah Flashing Crosswalk AGREEMENT #4802 M07408, 11-19-03 AGR MMENT THIS AGREEMENT made this,r=day of in the year 2003, 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 SIERRA PACIFIC ELECTRICAL CONTRACTING 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: TACHEVAH DRIVE FI ASHING CROSSWAl K CITY PROJECT NO. 02-10 The Work is generally described as follows: Construction of advanced warning signs, beacons, in-pavement lighted crosswalk, access ramp and all appurtenant work. ARTICLE 2--COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of$425.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 —CONTRACT PRICE ($45,083.00) The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4•-THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid 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. TACHEVAH DRIVE FLASHING CROSSWALK AGREEMENT FORM CITY PROJECT NO.02-10 " ,Jf �f,-� �„�,,�,.� �.e��[,,f�j`ll'AGREEMENT AND BONDS-PAGE 1 6/23/03 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 —MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: C Y OF A SP S, AUFORNIA APPROVED BY THE CITY COUNCIL City Clerk r 2 Minute Order No. Date APPROVED AS TO FORM; / Agreement No BY "�Cjty Attorney Agreement over/uiWer $25,000 Date L7 � � Reviewed and approved by Procurement & Contracting CONTENTS APPROVED, Initials -R Date By P.O. Number // City Engineer Date � ' 5t! fAi'i�E'�O E 0 BYT":?'w By City M ger t.t? '��- l� �I Date Ar TACHEVAH DRIVE FLASHING CROSSWALK AGREEMENT FORM CITY PROJECT NO.02-10 AGREEMENT AND BONDS-PAGE 2 6/23103 California All Purpose Acknowledgment State of California County of Riverside }ss. On December 12, 2003 before me, Patience Spina,Notary Public, personally appeared Gilbert H. Loop and Judy K. Loop, personally known to me, whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized Capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal. anvndrai©n01359857 Optional Description of Attached Document Title or Type of Document: Agreement Document Date: N/A Number of Pages: 3 Signer(s) other then named above: Signers Name: Gilbert H.Loop Signers Name: Judy K. Loop ❑ Individual ❑ Individual Corporate Officer I; Corporate Officer Title: Vice President Title: Assistant Secretary ❑ Partner ❑ Partner ❑ Other ❑ Other Signer is Representing: Signer is Representing: Sierra Pacific Electrical Contracting Sierra Pacific Electrical Contractin¢ WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor Sierra Pacific Electrical Contracting By Title Vice President TACHEVAH DRIVE FLASHING CROSSWALK CITY PROJECT NO.02-10 WORKER'S COMPENSATION CERTIFICATE 6/23/03 AGREEMENT AND BONDS - PAGE 4 BOND# 929307102 PREMIUM: INCLUDED (4) ORIGINALS EXECUTED PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That WESTERN SURETY COMPANY 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: Forty five thousand and eighty three($45,083.00)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: PALM SPRINGS Tachevah Drive Flashing Crossing CITY PROJECT 02-10 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 famishing said materials, provisions,provender,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. SIGNATURES ON NEXT PAGE SIGNED AND SEALED, this 111H day of DECEMBER 2003. Surety WESTERN su2EjY COMPANY - Contractor Sierra Pacific Electrical Cont. � By Title ATTORNEY—TN—FACT By 1dQ /- 0i�sdi �� Title Gilbert H. Loop, Vice President - (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Contractor Sierra Pacific ElectricalCont, By_ Title /Judy K. Loop, Asst. Secretary - Corl orations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2. Secretary,Assistant Secretary,Treasurer, Assistant Treasurer, or Chief Financial Officer). California All Purpose Acknowledgment State of California County of Riverside } ss. On December 12,2003 before me, Patience Spina, Notary Public, personally appeared Gilbert H. Loop and Judy K. Loop, personally known to me, whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized Capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my and and official seal. RV 1ENGE SPINA Commission 91359662 �. z MoL y Public-California Rrusmiric County llgy C'C"nm.Evrarr s Jul 4,2016 Optional Description of Attached Document Title or Type of Document: Payment Bond#929307102 Document Date: N/A Number of Pages: 2 Signer(s) other then named above: Barbara A. Burns Signers Name: Gilbert H.Loop Signers Name: Judv K.Loop ❑ Individual ❑ Individual 'Q Corporate Officer '91corporate Officer Title: Vice President Title: Assistant Secretary ❑ Partner ❑ Partner ❑ Other ❑ Other Signer is Representing: Signer is Representing: Sierra Pacific Electrical Contracting Sierra Pacific Electrical Contracting Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,Thad WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Steffen L Goltra, Barbara A Burns, Susan J Sampson, Individually of Irvine,CA,its true and lawful Attorney(s)-m-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 7th day of October,2003, WESTERN SURETY COMPANY +'SURETycy,,. ems•.. EAy.v �...04J'N '""•.,�„�,.�^" Paul 7fBruflat,Senior Vice President State of South Dakota 1 Jt ss County of Minnehaha On dais 7th day of October,2003,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota, that he is the Senior Vice President of WESTERN SURETY COMPANY described an and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal,that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his time thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires ................,.,. ........ ss D. KRELL s November 30,2006 a SEAL NOTARY PUBLIC SEAL s s SOUTH DUBLIC s (//Jt I��/ ,(�,, �............y55ves555oa5♦ D.Krell, CERTIFICATE I, L Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney heremabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this I 1 TH day of DECEMBER 2003 ."'sd"Er``""" WESTERN SURETY COMPANY , ...r`O'. '.yQ7P T L.Nelson,Assistant Secretary Form F4280-01-02 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seat may be printed by facsimile. ALL—PURPOSE ACKNOWLEDGEMENT State of California County of Orange On 12/11/2003 before me, Christina J. Coleman, Notary Public Date personally appeared Barbara A. Burns Name of Signer (s) ® 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 acknowledged 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(a) or the r _ I:HHISTIN,A J. COLEMAN !, ) entity upon behalf of which the person(s) acted, �'� _. a �' Corn nission 7250554 executed the instrument. Notary Public-Cclifornia „ "'+`^'^' Oran County ti� � dP, We ( WITNES m hand and official seal. ��� fVryComrn.6;oiresJ�iE,200d'('� S u e o �Y 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 TITLES) ❑ PARTNERS (S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ❑x ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE BOND# 929307102 PREMIUM: $324.60 (4) ORIGINALS EXECUTED PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Sierra Pacific Electrical Contracting, as Contractor and WESTERN SURETY COMPANY ,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:Forty five thousand and eighty three ($45,083.00)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: Tachevalr Drive Flashing Crossing CITY PROJECT 02-10 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. SIGNATURES ON NEXT PAGE SIGNED AND SEALED,this 11TH day of DECEMBER 2003 Contractor Sierra Pacific Electrical Cont. Contractor Sierra Pacific Electrical Contracting By By _Ai le __Gilbert H. Loop, Vice President Title Judy K. Loop, Asst. Secretary Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY Surety wF.STF.RN SURETY C/�OMPANY 4 By A , N1&6 1, Title ATTnRNFV—TN FACT California All Purpose Acknowledgment State of California County of Riverside } SS. On December 12, 2003 before me, Patience Spina, Notary Public, personally appeared Gilbert H. Loop and Judy K. Loop, personally known to me, whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized Capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNE y,hand and official seal. ` �rrp� N Q;ta9n n �osv u 7�`a9062 V "C.�aJ'� Gee' h� d-�W[E4C-�a(EPdDP1"11� �i '6 X n;�E`,M1Y ,4'iv:^,raiJ�:CountyI'I "dam, Optional Description of Attached Document Title or Type of Document: Performance Bond #929307102 Document Date: N/A Number of Pages: 2 Signer(s) other then named above: Barbara A.Burns Signers Name: Gilbert H.Loop Signers Name: Judy K.Loop ❑ Individual ❑ Individual C Corporate Officer C Corporate Officer Title: Vice President Title: Assistant Secretary ❑ Partner ❑ Partner ❑ Other ❑ Other Signer is Representing: Signer is Representing: Sierra Pacific Electrical Contracting Sierra Pacific Electrical Contractine Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Steffen L Goltra, Barbara A Burns, Susan J Sampson, Individually of Irvine,CA,its true and lawful Attorney(s)-in-Pact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 7th day of October,2003. WESTERN SURETY COMPANY 900,1 4 S�tN UPkDM1^"°• Paul .Braflat,Senior Vice President State of South Dakota 1 )T County of Mmnehaha as On flhis 7th day of October,2003,before me personally came Paul T Bmflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal,that it was so affixed pursuant to authority given by [Ire Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires ♦•,Ssa ss.asesy5.%,gysss5sa+ D. KRELL s November 30,2006 SEAL NOTARY PUBLIC SEAL x s SOUTH DAKOTA a ....,awe55asa54 D�otary Public CERTIFICATE I, L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney heremabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force In testimony whereof I have hereunto subscribed my name and affixed die seal of the said corporation this 11 TH day of DECEMBER 2003 WESTERN SURETY COMPANY a,.............o"• Ae.oPpDggi' -w SEAy,�<- Fonn F4280-01-02 L.Nelson,Assistant Secretary Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Pact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ALL—PURPOSE ACKNOWLEDGEMENT State of California County of Orange On 12/11/2003 before me, Christina J. Coleman, Notary Public Date personally appeared Barbara A. Burns Name of Signer(s) ® 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 acknowledged 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 )� CFIRISI"IhIA J. COLL-P.AAN entity upon behalf of which the person(s) acted, Commissions 1250.,54 executed the instrument. _ !� )" �� Notary(Public-California Orange County WI -l�SS hand and official seal. 10Y Comm,F,pires Jan 7S20D Si tur of r 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 TITLES) ❑ PARTNERS (S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES DATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE NOTICE In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on bonds and insureds on certain insurance policies written by any one or more of the following companies (collectively the "Writing Companies") as surety or insurer: Western Surety Company,Universal Surety of America, Surety Bonding Company of America, Continental Casualty Company,National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance Company of Newark,NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts certified under the Act was Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable surety/insurer deductible. Forth F7310 CITY PROJECT NO . 02 - 10 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: rSSi�,v h`QoPGE F. Fq5 {�A w G m George F. FaragoCr i\1o.C-62254 Associate Civil Engineer Exp:9-30-20d5 Civil Engineer C 62254 (9 CIVll- �R" gTFOF CAL���� Approved by: David J. Barakian, P.E. Director of Public Works/City Engineer Civil Engineer C 28931 TACHEVAH DRIVE FLASHING CROSSWALK CITY PROJECT NO.02-10 6/23103 SIGNATURE PAGE NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Sid Schedule List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder' s General Information Agreement and Bonds Agreement ,Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS Section 1 - Specifications and Plans Section 2 - Proposal Requirements and Conditions Section 3 - Award & Execution of Contract Section 4 - Scope of Work: Beginning of Work, Time of Completion, and Liquidated damages Section 5 - Control of Work Section 6 - Control of Materials Section 7 - Legal Relations and Responsibility Section 8 - Prosecution and Progress Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENDICES APPENDIX STANDARD DRAWINGS TACHEVAH DRIVE FLASHING CROSSWALK CITY PROJECT NO.02-10 SPECIAL PROVISIONS 6/23/03 GENERAL CONTENTS-PAGE 1 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS TACHEVAH DRIVE FLASHING CROSSWALK CITY PROJECT NO. 02-10 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 TACHEVAH DRIVE FLASHING CROSSWALK CITY PROJECT NO.02-10 PART 1 CONTENTS 6/23/03 PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing TACHEVAH DRIVE FLASHING CROSSWALK - Project 02-10 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the TACHEVAH DRIVE FLASHING CROSSWALK will be received at the office of the Director of Procurement and Contracting of the City of Palm Springs, California, until 2 P.M. on July 29, 2003 at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of advanced warning signs, solar powered beacons and in-pavement lighted crosswalk, access ramp and all appurtenant work. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder and reject all other bids, as it may best serve the interest of the City. (b) As a condition of award, the successful bidder will be required to ,submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier' s check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A or .C-8 and C10 Contractor license at the time of submitting. bids . N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. TACHEVAH DRIVE FLASHING CROSSWALK CITY PROJECT NO.02-10 NOTICE INVITING BIDS 6/23/03 PAGE 1 N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . (b) Complete sets of said Contract Documents may be purchased at $30 . 00 per set 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 $20. 00 will be charged for sets of documents sent by mail. 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 Director of Procurement and Contracting at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For. . " followed by the title of the Project and the date and hour of opening Bids. The certified or cashier' s check or Bid Bond shall be enclosed in the same envelope with the Bid. BY ORDER OF THE CITY OF PALM SPRINGS Date ,03 CITY OF PALM SPRINGS BY A�� David J. Barakian, PE Director of Public Works / City Engineer City of Palm Springs TACHEVAH DRIVE FLASHING CROSSWALK CITY PROJECT NO.02-10 NOTICE INVITING BIDS 6/23/03 PAGE 2 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE — (a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the 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. (a) 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. TACHEVAH DRIVE FLASHING CROSSWALK CITY PROJECT NO.02-10 INSTRUCTIONS TO 6/23/03 BIDDERS- PAGE 1 (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. .5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM -The Bid shall be made on the Bid Schedule sheets bound herein. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and In the event of any conflict between the words and figures, the words shall govern. The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand corner with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the"CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS -The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 at seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. TACHEVAH DRIVE FLASHING CROSSWALK INSTRUCTIONS TO CITY PROJECT NO.02-10 BIDDERS-PAGE 2 6/23/03 (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID -The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES-Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR"OR-EQUAL" ITEMS -The procedure for submittal of any application for a substitute or "or equal" item by the Contractor and consideration by the Engineer is set forth in Section 6 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT -The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION— (a) In determining the lowest responsible Bidder, the following provisions of Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor: For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal preference shall be equal to the amount of the preference applied by the entity in which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors: (1) The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises, and to sub-contract services to businesses whose work force resides within the Coachella Valley ("local sub-contractor"). TACHEVAH DRIVE FLASHING CROSSWALK INSTRUCTIONS TO CITY PROJECT NO.02-10 BIDDERS-PAGE 3 6/23/03 (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids. Good faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision- (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. END OF INSTRUCTIONS TO BIDDERS- TACHEVAH DRIVE FLASHING CROSSWALK INSTRUCTIONS TO CITY PROJECT NO.02-10 BIDDERS-PAGE 4 6123/03 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II - SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK CITY PROJECT NO. 02-10 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 TACHEVAH DRIVE FLASHING CROSSWALK CONTENTS CITY PROJECT NO. 02-10 PART II 6/23/03 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 July 2002 and the Standard Plans dated July 2002, of the California Department of Transportation insofar as the same may apply and in accordance with the following Special Provisions: 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 . 1-1.2 Supplementary Reference Specifications. - Insofar as references may be made in these Special Provisions to the Standard Specifications for Public Works Construction ("Greenbook") , 2000 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 July 2002 and the Standard Plans dated July 2002, of the California Department of Transportation, as previously specified in the above paragraph. 1-2 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. SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK SPECIFICATIONS AND PLANS CITY PROJECT NO. 02-10 SECTION 1 -PAGE 1 6/23/03 Standard Plans - The Standard Plans of the City of Palm Springs, or the State of California Department of Transportation, as noted, State - The City of Palm Springs, California, a legal entity organized and existing in the County of Riverside, State of California. State Contract Act - All applicable provisions of the Public Contract Code (excluding Chapter 1, Division 2, Part 2, therein) , Government Code, Labor Code, Civil Code, Business &_ Professions Code, as they apply to contracts with local public agencies, as defined in said codes. Working Day - A Working Day is defined as any day, except as follows: (a) Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year's Day (January 1) Martin Luther King Jr. Day (January 21) 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. 1-2 PRELIMINARY MATTERS 1-2 .01 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 .02 Legal Address of the Engineer: The official address of the Engineer shall be City of Palm Springs SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK SPECIFICATIONS AND PLANS CITY PROJECT NO. 02-10 SECTION 1 -PAGE 2 6/23/03 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 .03 Legal Address of the City' s Project Representative: The name and address of the City' s designated Project Representative shall be the Engineering Field Supervisor, 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 .04 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 Pete Agres, Interim Engineering Field Supervisor (760) 323-8253 Sherman Ferguson, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, Director of Public Works/City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Kim Hoover (760) 202-4248 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 674-5452 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 UNDERGROUND SERVICE ALERT (800) 227-2600 1-2 .05 Emergency Information: SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK SPECIFICATIONS AND PLANS CITY PROJECT NO.02-10 SECTION 1 -PAGE 3 0/23103 The names, addrersses, and telephone numbers of the Contractor, sub-contractors, or their representatives, shall be filed with the Engineer at the preconstruction meeting. END OF SECTION - SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK SPECIFICATIONS AND PLANS CITY PROJECT NO. 02-10 SECTION 1 -PAGE 4 6123103 SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS 2-1 Plans and Specifications . - The contract plans furnished consist of general drawings and show such details as are necessary to give a comprehensive idea of the construction contemplated. All authorized alterations affecting the requirements and information given on the contract plans 'shall be in writing. - END OF SECTION - SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK PROPOSAL REQUIREMENTS&CONDITIONS CITY PROJECT NO. 02-10 SECTION 2-PAGE 1 6/23/03 SECTION 3 - AWARD AND EXECUTION OF CONTRACT 3-1 Contract Bonds 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. SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK AWARD&EXECUTION OF CONTRACT CITY PROJECT NO. 02-10 SECTION 3-PAGE 1 6/23/03 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. 3-2 Execution of Contract. The provisions of Section 3-1 . 03 of the Standard Specifications shall be changed to read as follows: 3-1.03 Execution of Contract. - The contract shall be signed by the successful bidder and returned, together with the contract bonds, , within the number of days specified in the Instructions to Bidders . END OF SECTION - SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK AWARD& EXECUTION OF CONTRACT CITY PROJECT NO. 02-10 SECTION 3-PAGE 2 6/23/03 SECTION 4 - SCOPE OF WORK; BEGINNING OF WORK; TIME OF COMPLETION; AND LIQUIDATED DAMAGES Attention is directed to the provisions of Section 8-1. 03 "Beginning of Work, " Section 8-1 . 06 "Time of Completion, " and Section 8-1. 07 "Liquidated damages" of the Standard Specifications and these Special Provisions . The Contractor shall begin work within 15 calendar days after the Contract has been approved by the legal counsel of the City and a written Notice to Proceed issued to the Contractor. Said Work shall be diligently prosecuted to completion before the expiration of: 20 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. Said time of completion does not include time associated with ordering long lead-time items . Contractor shall refer to Section 6-4 of these Special Provisions for requirements associated with ordering long lead-time items . 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 allowable 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 - SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK SCOPE OF WORK CITY PROJECT NO. 02-10 SECTION 4 -PAGE 1 6123/03 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. Contractor is advised that resetting of monuments will be done by the City' s survey crew. Should the Contractor anticipate removal of any survey monuments, it shall notify the Engineer before removal. The Contractor shall be financially responsible for reinstalling the monument well, and the City' s survey crew will reset the monument. 5-4 Authority of Engineer. - The Engineer shall decide all questions which may arise as to the quality or acceptability of materials furnished and work performed, and as to the manner of performance and rate of progress of the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as to the acceptable fulfillment of the contract on the part of the Contractor; and all questions as to compensation. His decision shall be final and he shall have authority to enforce and make effective such decisions and orders which the Contractor fails to carry out promptly. SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK CONTROL OF WORK CITY PROJECT NO. 02-10 SECTION 5-PAGE 1 6/23/03 5-5 Inspection. - The Engineer shall, at all times, have safe access to the work during its construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the requirements and intentions of the Specifications, the Special Provisions, and the Plans. All work done and all materials furnished shall be subject to his inspection. When the work has been completed, the Engineer will make the final inspection. 5-6 Addenda. - Any questions or comments that prospective bidders may have concerning the plans, specifications, or Special Provisions should be directed to the Engineer. Any written clarifications will be issued as addenda generated by the Engineer. Any addenda issued during the time of bidding shall be acknowledged as a part of the Contract Documents . 5-7 Site Examination. - Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the work, and the general and local conditions particularly, but without limitation to all other matters which can in any way affect the work or the cost thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable conditions will not relieve it from the responsibility for properly estimating either the difficulties or the costs of successfully performing the work. 5-8 Flow and Acceptance of Water. - It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that it has investigated the risk arising from such waters and has prepared its bid accordingly; and the Contractor submitting a bid shall assume all risk. 5-9 Prohibition Against Subcontracting or Assignment. - The experience, knowledge, capability and reputation of the Contractor, its principals and employees were a substantial inducement for the City to enter into this Contract. Therefore, the Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Contract nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without prior written approval of the City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than 25 percent of the present ownership SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK CONTROL OF WORK CITY PROJECT NO. 02-10 SECTION 5-PAGE 2 6/23/03 and/or control of the Contractor, taking all transfers into account on a cumulative basis . In the event of any such unapproved transfer, including any bankruptcy proceeding, this Contract shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express written consent of the City. This Article does not apply to the assignment of anti-trust actions by the Contractor or subcontractor under the provisions of Section 7-1 . 011 of the Standard Specifications. - END OF SECTION - SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK 'CONTROL OF WORK CITY PROJECT NO. 02-10 SECTION 5-PAGE 3 6/23/03 SECTION 6 -- CONTROL OF MATERIALS 6-1 TRADE NAMES OR EQUALS 6-1 Substitutions or Approved Equals. - Contractors requesting approval of "equal products" shall submit their request, along with data substantiating such request, to the Engineer no later than 20 days after bid opening. Data for approval of other materials shall include complete calculations, technical data, samples and/or printed materials relating to performance and physical characteristics of proposed substitutes . Appearances of manufacturers, company names, details of products or services, or product names, in either plans or specifications, are specified or designated for reference only and do not constitute an endorsement of same by the Engineer or the City. 6-2 Submittals for Approval of "Or Equals. " - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the Engineer as per Subsection 6-1 . 01, above. Data for approval of "or equal" products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 6-3 Quantities. - Contractor shall submit, with its billing invoice, a corrected list of quantities, verified by the Engineer, for items shown in the unit price Bid Schedule. 6-4 Placing Orders . - The Contractor shall place the order (s) for all long lead-time supplies, materials and equipment for any and all electrical and traffic signal facilities within 3 working days after the award of contract by the City of Palm Springs City Council. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for said supplies, materials, and equipment has been received and accepted by said vendor (s) within 15 working days from the date of said award of Contract . 6-5 Correction and Repair Period: - If within one year after the date of completion and acceptance of the Work, or such longer SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK CONTROL OF MATERIALS CITY PROJECT NO. 02-10 SECTION 6-PAGE 1 6/23/03 period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, the Contractor shall promptly, without cost to the City and in accordance with the City' s written instructions : (i) correct such defective Work, or, if it has been rejected by the City, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If the Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Work corrected or the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement, including claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by the Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under Subsection 6-5, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. - END OF SECTION - SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK CONTROL OF MATERIALS CITY PROJECT NO. 02-10 SECTION 6-PAGE 2 6123/03 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 . 7-1.01 Laws to be Observed. - The original provisions of Section 7-1 . 01 shall be deleted and the following substituted therefor: 117-1.01 Laws to be Observed. - The Contractor shall keep itself fully informed of all existing and future State and Federal laws and county and municipal ordinances and regulations which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any jurisdiction or authority over the Work; and shall indemnify the City, and all officers and employees thereof connected with the Work, including but not limited to the Director of Public Works and the Engineer, against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the plans, drawings, specifications, or contract for the work in relation to any such law, ordinance, regulation, order, or decree the Contractor shall forthwith report the same to the Engineer in writing. " 7-1.02 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: 117-1.01A(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 SPECIAL PROVISIONS ' TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO. 02-10 SECTION 7-PAGE 1 6/23103 rate of per diem wages are on file at the office of the City, which copies shall be made available to any interested party on request. The Contractor shall post a copy of such determination at each job site. The Contractor shall, as a penalty to the City, forfeit $50 . 00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the contract by him or by any subcontractor under him 7-1.03 Travel and Subsistence Payments. - The provisions of Section 7-1. 01A(2) (a) shall be modified to read: "7-1. 01A(2) (a) Travel and Subsistence Payments. - As required by Section 1773 . 8 of the California Labor Code the Contractor shall pay travel and subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with this Article. To establish such travel and subsistence payments, the representative of any craft, classification or type of workman needed to execute the contracts shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for bids . " 7-1 .04 Labor Non-Discrimination. - The provisions of Section 7- 1 . 01A(4) shall be modified to read: "7-1.01A(4) Labor Non-Discrimination. - Attention is directed to Section 1735 of the Labor Code, which reads as follows : "No discrimination shall be made in the employment of persons on public works because of race, religious 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. " SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS & RESPONSIBILITY CITY PROJECT NO.02-1 O SECTION 7-PAGE 2 6/23/03 All references in said Section 7-1 . 01A (4) to Chapter ' 5 of Division 4 of Title 2 of California Code of Regulations is hereby deleted. 7-1.05 Apprentices . - The provisions of Section 7-1. 01A(5) shall be modified to read: "7-1.01A(5) Apprentices. - The Contractor shall comply with all applicable provisions of Section 1777 . 5 and 1777 . 6 of the California Labor Code relating to employment of apprentices on public works . " 7-1.06 Trench Safety. - The provisions of Section 7-1. 01E shall be modified to read: "7-1.01E Trench Safety. - As required by Section 6705 of the California Labor Code and in addition thereto, whenever work under the Contract involves the excavation of any trench or trenches 1 . 5 meters (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. " 7-1.07 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 : 117-1.23 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 SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO. 02-10 SECTION 7-PAGE 3 6/23/03 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 . " 117-1 .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. 117-1.25 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the _ City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract as shall be sufficient to answer the claim stated in such stop notice and to provide for the reasonable cost of any litigation thereunder; provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. " 117-1 .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 SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 02-10 SECTION 7-PAGE 4 6/23/03 completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code and to bank or savings and loan certificates of deposit. " 117-1.27 Removal, Relocation, or Protection of Existing Utilities. - In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made apart of the invitation for bids . The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the . failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities . Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications . If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or, relocation work at a reasonable price. " SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 02-10 SECTION 7-PAGE 6 6/23/03 "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 1 . 2 meters (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. " 117-1.29 Resolution of Construction Claims. - As required under Section 20104, et seq. , of the California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract; or payment of an amount which is disputed by the City shall be processed in accordance with the provisions of said Section 20104, et. seq. , relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demand resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50, 000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days or receipt if the amount of the claim exceeds $50, 000, but is less than $375, 000 . SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO.02-1 O SECTION 7-PAGE 6 6123/03 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. 7-1.08 Permits and Fees . - The Contractor is required to sign a City construction permit, but the fee will be waived. The Contractor shall be responsible for obtaining all required permits and paying all required inspection fees to the State of California Department of Transportation for all the work within the State Highway right-of-way. Also, it shall contact Caltrans before bidding on this project to verify any further requirement they may request for the portion of the work within the State Highway right-of-way. By the act of submitting a proposal for the work included in this contract, the Contractor shall be deemed to have made such verification. Its bid shall reflect all additional State requirements and fees . 7-1.09 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. 7-1.10 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. SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO. 02-10 SECTION 7-PAGE 7 6/23/03 7-1 .11 Disposal Site. - The Contractor is required to specify the route and the disposal site of the material which is required to be removed and hauled away. The Contractor shall provide this information at the pre-construction meeting. The Contractor shall obtain City approval for storage or disposal sites located on City-owned property by executing a hold harmless agreement prior to stockpiling on City-owned property or hauling on City routes . The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or without the property owner' s approval . 7-1.12 Cleanup. - Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris . The Contractor shall also abate dust nuisance, as required in Section 7-15 of these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods . Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractor' s bid. Full compensation for all work required in this section shall be considered as included in the lump sum bid item for "Clearing and Grubbing", and no additional compensation will be allowed therefor. 7-1.13 Dust Control. 7-1.13 .1 General 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. SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO.02-10 SECTION 7-PAGE 8 6/23103 B. The Contractor shall be responsible for maintaining the project site and providing adequate dust control 24 hours a day, everyday, through the duration of the project, in conformance with City requirements, Section 10 of the Standard specifications, and to the satisfaction of the City Engineer. 7-1.13.2 Payment. - 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. 7-1.14 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, hedges, signs, water valves, irrigation system and associated electrical service, etc. , repair and replacement shall be at least equal to existing improvements. Payment for providing all work necessary to protect, remove and restore existing improvements shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefor. 7-1 .15 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. 7-1.16 Traffic Control and Access. - The Contractor shall submit to the Engineer, at the Pre-construction Conference the proposed traffic control plans for this project, for his approval. Any changes requested by the Engineer will be incorporated into the plans prior to issuing any permits . The plans must be sufficiently detailed, showing the proposed phase construction, all detours planned within the construction site, and must include signage (each sign designation shown) , solar-powered arrow boards, delineators, barricades, etc. The Contractor will be required to control the traffic using the State of California Traffic Manual. The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic for all work in the construction area, including solar SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS& RESPONSIBILITY CITY PROJECT NO. 02-1 O SECTION 7-PAGE 9 6/23/03 powered arrow boards . Ali 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 . 7-1.17 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. 7-1.18 Travel Lanes. - The Contractor is responsible for maintaining a minimum of one lane open each direction to traffic during the construction. On the remaining streets it shall maintain emergency exits 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 therefor. 7-1.19 Construction Signing, Lighting and Barricading. - Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with State of California, Department of Transportation, "MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION AND MAINTENANCE WORK ZONES" dated 1996, or subsequent editions in force at the time of construction. 7-1.20 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. 7-1.21 Safety and Health Provisions. - Attention is directed to Section 7-1. 06 of the Standard Specifications and the provisions thereof. Cal/OSHA requirements and the provisions of SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 02-10 SECTION 7-PAGE 10 6/23/03 the "Permit to Excavate" obtained by the Contractor from the State Division of Industrial Safety shall be complied with. 7-1 .22 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. 7-1.23 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. 7-1.24 The Contractor, An Independent Contractor. - It is understood and agreed that the Contractor is and at all times shall be, an independent Contractor and nothing contained herein shall be construed as making the Contractor, or any individual whose compensation for services is paid by the Contractor, an agent or employee of the City, or authorizing the Contractor to create or assume any obligation or liability for or on behalf of the City. 7-2 BONDS AND INSURANCE 7-2.01 Insurance Amounts: - The limits of liability for insurance as required by Article 7-1. 12 of the Standard Specifications shall provide coverage for not less that the following amounts or greater where required by Laws and Regulations: 1. Workers ' Compensation: a) State: Statutory Amount Or a minimum of $1, 000, 000 b) Employer' s Liability: $1, 000, 000 2 . Comprehensive General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death) : SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO. 02-10 SECTION 7-PAGE 11 6123/03 $ 1, 000, 000 Each Occurrence $ 3, 000, 000 Annual Aggregate Property Damage: $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate b) Property damage liability insurance will provide explosion, collapse, and underground coverages where applicable. c) Personal injury, with employment exclusion deleted: $1, 000, 000 Annual Aggregate 3 . Comprehensive Automobile Liability: a) Bodily Injury (Including wrongful death) : $1, 000, 000 Each Person $1, 000, 000 Each Occurrence b) Property Damage: $1, 000, 000 Each Occurrence Or a combined single limit of $1, 000, 000 - END OF SECTION - SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK LEGAL RELATIONS & RESPONSIBILITY CITY PROJECT NO. 02-1 O SECTION 7-PAGE 12 6/23/03 SECTION 8 - PROSECUTION AND PROGRESS 8-1.01 Schedule of Work. - A schedule of work shall be provided by the Contractor at the pre-construction meeting. The Contractor' s schedule, as submitted, is subject to approval by the Engineer. The Contractor shall also provide a list of all subcontractors and suppliers at said meeting. All subcontractors shall be present at the pre-construction meeting. 8-1 .02 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 - SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK PROSECUTION&PROGRESS CITY PROJECT NO. 02-10 SECTION 8-PAGE 1 6/23/03 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1.01 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. 9-1.02 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 Council, 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. SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK MEASUREMENT AND PAYMENT CITY PROJECT NO.02-10 SECTION 9-PAGE 1 6123/03 The Contractor shall submit with its invoice the Contractor ' s conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262 . Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor' s work, together with releases of lien from any subcontractor or materialmen. 9-2 PAYMENT SCHEDULE 9-2 .01 Bid Schedule: - All pay line items will be paid for at the unit prices named in the Bid Sheets for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheets 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 amount of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price item of work in accordance with the provisions of Section 9-1. 02, herein, and shall have the right to delete any bid item in its entirety, or to add additional bid items . 9-2 .02 Initial Mobilization: - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 10 days following Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheets under Item No. 1, which price shall constitute full compensation for all such work. Payment for initial mobilization will be made in the form of a single, lump- sum, non-proratable payment, no part of which will be approved for payment under the Contract until all initial mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits; moving onto the site of all plant and equipment; all as required for the proper performance and completion of the Work. Mobilization shall include but not be limited to the following principal items: SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK MEASUREMENT AND PAYMENT CITY PROJECT NO. 02-10 SECTION 9-PAGE 2 6/23/03 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 . Obtaining and paying for all required bonds, insurance and permits . 3 . Ordering Long lead items 4 . Posting all OSHA required notices and establishment of safety programs per Cal-OSHA as required by Section 7-1. 06 of the Standard Specifications . 5. Having the Contractor' s superintendent at the job site full time as required under Section 5-1. 06 of the Standard Specifications. 6. Submittal of required Construction Schedule as specified in Section 8-1 . 04 of the Standard Specifications . In addition to the requirements specified above, all submittals shall conform to the applicable requirements of the Standard Specifications . No payment for any of the listed mobilization work items will be made until all of the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be withheld by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such withholding of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payments pursuant to the provisions of Public Contract Code 22300. 9-2 .03 Lump Sum Pay Items: - The following Section 9-1 . 016 shall be added to the Standard Specifications: 9-1 . 016 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 SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK MEASUREMENT AND PAYMENT CITY PROJECT NO. 02-10 SECTION 9-PAGE 3 6/23103 meet the approval of the Engineer before any payments can be made to the Contractor. END OF SECTION - SPECIAL PROVISIONS TACHEVAH DRIVE FLASHING CROSSWALK MEASUREMENT AND PAYMENT CITY PROJECT NO.02-10 SECTION 9-PAGE 4 6/23/03 SECTION 10 - CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 Description. The work under this contract shall consist of furnishing all labor, materials, vehicles, tools, machinery, equipment, etc. , necessary for installing advanced warning signs, solar powered flashing beacons and solar powered in-pavement flashing crosswalk system on Tachevah Drive (at Las Palmas Medical Plaza) . The project will also include curb and sidewalk removal, access ramp construction, thermoplastic crosswalk striping and all appurtenant work, as shown on the plans, providing qualified supervision and all other items necessary to provide complete and operational improvements to the satisfaction of the City of Palm Springs. 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. No work that interferes with public traffic shall be performed between 7 : 00 a.m. and 9: 00 a.m. nor between 4 : 00 p.m. and 6: 00 p.m. except work required under Sections 7-1. 08 "Public TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4118/03 SPECIAL PROVISIONS-SECTION 10-PAGE 1 Convenience" and 7-1 . 09 "Public Safety" of the Standard Specifications . The full width of local streets shall be open for use by public traffic, unless otherwise shown on the plans, on Saturdays, Sundays and designated legal holidays . Full compensation for furnishing all labor, materials (including signs) , tools, equipment and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of traffic control plans shall be considered as included in the lump sum price bid for "Traffic Control", and no additional compensation will be made therefore. 10-1 .3 Traffic Signs. - The Contractor shall be responsible for the installation of all new warning signs in accordance with Standard Drawing No. 624, a copy of which is included in these provisions . The signs shall be covered with 3M VIP reflective material. The Contractor shall install 760 mm (30-inch) long, 50 mm x 50 mm (2-in x 2-in) telespar sleeves for each traffic sign. The cost for this work and post sleeves shall be included in the lump sum price bid for "Install Flashing Crosswalk, Beacons and Signs" in the Bid Schedule, and no other payment shall be made therefore. Care shall be taken to not damage the existing signs, for the Contractor shall be responsible for any damage. 10-1.4 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 legible marked showing each actual item of record construction including. 1. Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications . 2 . 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 . TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18103 SPECIAL PROVISIONS-SECTION 10-PAGE 2 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. 10-1.5 INSPECTION OF WORK AND TESTING LABORATORY A. Description. Inspection of the work will be under the supervision of the Engineer and will include monitoring and enforcing compliance of materials, equipment, installations, workmanship, methods and requirements of the contract documents . The Engineer may be represented on the work site by Inspectors and other duly authorized representatives. All submittals and correspondence between the City and the Contractor, related to inspection of the work on this contract, shall be directed to the Engineer. B. Testing Laboratory. The Engineer shall be responsible for providing a certified laboratory for the testing of all materials and work on this project . The Contractor shall notify the Engineer in less than two (2) working days in advance of any required materials testing. 10-2 CLEARING, GRUBBING AND REMOVALS 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. Unclassified Excavation - Unclassified excavation shall consist of concrete curb and sidewalk removal. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of one- half the thickness of said concrete. Concrete sidewalk 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 place joint, or expansion joint in all directions, regardless of panel size or the distance from sawcut to joint. TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18103 SPECIAL PROVISIONS -SECTION 10-PAGE 3 The cost for clearing, grubbing and removals shall be considered as included in the lump sum price bid for "Clearing and Grubbing" in the Bid Schedule, and no other compensation shall be made therefor. 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 or replacement curb, access ramp, and sidewalk. 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, 2000 Edition. Natural color (gray) concrete shall be used unless otherwise noted on plans . 10-3.2 Access Ramp - Construction of Type "A" access ramp shall conform to the City of Palm Springs Standard Drawing Number 212 and 212-A. Standard Drawing 212 conforms to ADA standards as called for in the Plans . Details specified in this Standard Drawing shall govern, but the Construction Plans shall be referred to for other specifications not explicitly stated or shown on the City of Palm Springs Standard Drawing. Construction materials and application details shall conform to Section 303-5 of the Standard Specifications for Public Works Construction, 2000 Edition. 10-3.3 Sidewalk - Construction of 4" concrete sidewalk shall conform to City of Palm Springs Standard Drawing No. 210 . Sidewalk shall be constructed to the dimensions as specified in the City' s Standard Drawing and as shown on the plans, but application details and other specifications not explicitly stated or shown in the City' s Standard Drawing shall conform to Section 303-5 of the Standard Specifications for Public Works Construction 2000 Edition. 10-3.4 Payment - Payment for the construction of Portland cement concrete access ramp and sidewalk shall be made at the unit price bid for "Construct Type A Access Ramp" and no additional compensation will be allowed therefore. Payment for Portland cement concrete items shall include full compensation for all material, labor, plant, equipment, furnishing all transportation, disposal of excess materials, preparing sub- grade, furnishing and setting of expansion joint material, finishing, complete in place, in . accordance with the Standard Specifications and these special provisions . No separate payment will be made for other appurtenant items for which separate payment is not specifically provided in the Bid. TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4118/03 SPECIAL PROVISIONS-SECTION 10-PAGE 4 The Contractor shall be responsible for the ' protection of all uncured concrete improvements from vandalism. Any damaged concrete construction shall be removed and replaced at the Contractor' s expense, and no additional compensation will be allowed therefore. 10-4 LANDSCAPING AND IRRIGATION SYSTEM: - Contractor' s attention is directed to Section 7-1 . 11, "Preservation of Property, " of the Standard Specifications . The contractor is hereby made aware that there are existing irrigation systems adjacent to and within the project limits. The Contractor shall be responsible for the relocation of the irrigation systems that will be affected by the project improvements . The existing landscaping and irrigation system outside of the work area shall be protected in place. RELOCATION OF TREES: - Trees to be relocated shall be preserved and safeguarded during construction activities . Contractor shall guarantee viability of the transplanted trees for a minimum of one year from completion of the project. Should any tree , fail to survive during the required time period, the Contractor shall replace in kind and size at his own expense. No deep root barrier will be required. Payment for landscaping and irrigation system shall be considered as included in the various bid item prices of the Bid Schedule, and no additional compensation will be allowed therefore. 10-5 REMOVE PAVEMENT MARKERS Existing pavement markers in the Work area shall ,be removed and disposed of as shown on the drawings or as designated by the Engineer. Nothing in these special provisions shall relieve the Contractor from its responsibilities as provided in Section 7-1 . 09, "Public Safety, " of the Standard Specifications . Payment for removal and disposal of pavement markers shall be included in the lump sum price paid for "Crosswalk Striping" and no additional compensation will be made therefor. 10-6 THERMOPLASTIC TRAFFIC STRIPING Thermoplastic traffic striping shall conform to the provisions in Sections 84-1, "General, " and 84-2, "Thermoplastic Traffic Stripes and Pavement Markings, " of the Standard Specifications and these special provisions . Thermoplastic material shall conform to the requirements of State Specification No. 8010-19A. TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4118103 SPECIAL PROVISIONS-SECTION 10-PAGE 5 The , contract price paid for "Crosswalk Striping" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing thermoplastic crosswalk striping complete 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 therefor. 10-7 SOLAR POWERED FLASHING BEACON SYSTEM 10-7.1 DESCRIPTION: The Flashing Beacon System shall conform to the provisions in Section 86, "Signals, Lighting and Electrical Systems, " of the Standard Specifications and these Special Provisions . The work under this contract shall include all labor, materials, vehicles, tools, machinery, equipment, etc. , necessary to install the pedestrian beacon system as shown on the plans and located at the mid-block pedestrian crossing on Tachevah Drive. The Contractor shall provide qualified supervision and all other items necessary to provide a complete and operational system to the satisfaction of the City Engineer. 10-7 .2 EQUIPMENT LIST AND DRAWINGS: The controller cabinet schematic wiring diagram is included in the drawings . The Contractor shall furnish a maintenance manual for all controller units and auxiliary equipment. 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 equipment is delivered for testing and shall include, but need not be limited to, the following items : A. Specifications B. Design Characteristics C. General operation theory D. Function of all controls E. Trouble shooting procedure (diagnostic routine) F. Block circuit diagram G. Geographical layout of components H. Schematic diagrams I . List of replaceable component parts with stock numbers 10-7.3 STANDARD, STEEL PEDESTALS AND POLS: The Contractor shall furnish and install type 1-A poles, sign panels and sign mounting hardware for pole mounted signs (as shown on Detail "U" of Standard Plan ES-7N) , at the locations shown on the drawings . TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4118/03 SPECIAL PROVISIONS-SECTION 10- PAGE 6 Payment for the poles, panels and hardware shall be included in the lump sum price paid for "Install Flashing Crosswalk, Beacons and Signs" and no additional compensation will be made therefore. 10-7.4 CONDUIT: - Conduit to be installed underground shall be the rigid steel for traffic signals and rigid non-metallic type 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 otherwise specified. When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, as specified in the third paragraph in Section 86-2 . 05C, "Installation, " of the Standard Specifications, or a concrete-tight split coupling or concrete-tight set-screw coupling shall be used. Insulated bonding bushings will be required on metal conduit. All pull boxes shall be located behind the curb or at the locations shown on the plans . After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. At locations where conduit is to be installed under pavement and existing underground facilities require special precautions, conduit shall be installed by trenching. 10-7.5 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 asphalt 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. TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18103 SPECIAL PROVISIONS-SECTION 10-PAGE 7 Asphalt concrete pavement that is removed as a result of any trenching for installation of conduit shall be replaced with five inches (5") of Type B, 4" maximum, medium asphalt concrete, placed on a prepared aggregate base grade of four inch (4") thickness . Spreading and compacting of asphalt concrete shall comply with Section 39 of the Standard ,Specifications, and shall produce roadway surfacing of uniform smoothness, texture and density to the satisfaction of the City Engineer. 10-7. 6 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. 10-7.7 PULL BOXES: 10-7.7 .1 Material and Size. Pull boxes shall be No. 5, of reinforced Portland cement concrete, in accordance with Caltrans Standard Plan ES-8 . Grout shall not be placed in bottom of pull boxes. 10-7 .7 .2 Cover Marking. Pull box covers shall be marked "SIGNAL" with 1-inch high letters which shall be clearly defined and uniform in depth. 10-7.7.3 Payment. Payment for Pull Boxes will be included in the lump sum price Bid for "Install Flashing Crosswalk, Beacons and Signs" and shall constitute full compensation for furnishing and installation of each pull box, including all excavation and backfill, disposal of waste, and connections to conduits, complete in place. 10-7 .8 CONDUCTORS AND WIRING:- Splices shall be insulated by "Method B" or, at the Contractors options, splices of conductors shall be insulated with heat-shrink tubing of the appropriate size after thoroughly painting the spliced conductors with electrical insulating coating. Conductors shall be spliced by the use of "C" shaped connectors. The fifth paragraph of Section 86-2 . 095, "Fused Splice Connectors, " of the Standard Specifications is amended to read: Fuses shall be standard midget ferrule type, with "Non-Time- Delay" feature, and shall be 10. 3 by 12 . 7 mm (13/32 in by 1/2 in) . 10-7 .9 SERVICE:- Continuous welding of exterior seams in service equipment enclosures in not required. TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18103 SPECIAL PROVISIONS-SECTION 10-PAGE 8 Type III-BF service equipment enclosures shall be the aluminum type. Ail overlapping exterior seams and doors shall meet the requirements for Type 3P. enclosures specified in the NEMA Enclosure Standards . 10-7.10 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, provided, however, that the City shall designate a laboratory or manufacturer for testing of the controller, 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 duly notify the Engineer in advance of new controller installation and coordinate testing as required herein. The City shall pay for the initial testing of the controller, to be tested at the designated testing laboratory. The Contractor shall be responsible for any costs of re-testing the controller, if the controller supplied by the Contractor fails the initial testing performed by the designated testing laboratory, and payment therefore shall be considered as included in the lump sum bid item for the location of the work in which the controller is to be installed. The functional test shall consist of not less than 14 days . If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained. 10-7.11 SIGNAL FACES AND SIGNAL HEADS All signal heads shall be metal construction and powder-coated black in color. They shall have 12-inch glass lenses with aluminum reflectors (generic term "Alzak") . Signal Lamps - All beacon indications shall be LED Light Emitting Diode Retrofit Kit - The Light Emitting Diode (LED) retrofit kit shall be manufactured by The LED Sign & Signal Corporation, or equal. The LED retrofit kit shall replace the reflector, socket, gasket and lens assembly of the incandescent signal section and shall fit the sections of an incandescent TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18/03 SPECIAL PROVISIONS- SECTION 10-PAGE 9 signal face as specified in Section 86-4 . 01, "Vehicle Signal Faces, " of the Standard Specifications . Each retrofit unit shall consist of a convex lens made of clear ultraviolet stabilized plastic or glass, LED circuit board with 120-Volt AC or 12-Volt DC quick disconnect connectors as applicable, and 2 conductors as specified in Section 86-4 . 01C, "Electrical Components, " of the Standard Specifications . Each conductor shall have a quick disconnect connector at one end and a spade tongue connector at the other. The unit shall be sealed with one-piece neoprene or EPDM (Ethylene, Propylene, Diene Monomers) gasket and shall be watertight. Optical. - The LEDs shall be the ultra bright type and shall be rated for 100, 000 hours of continuous operation at nominal current and at 25 degrees C. The minimum operating temperature range shall be from -25 degrees C. to 75 degrees C. The LED emission spectrum shall be 660 nm. The viewing angle , shall be not less than 30 degrees. Each LED indication shall be rated at 800 millicandelas (mcd) , minimum. The minimum number of LEDs shall be , 595 per module. The LEDs shall be wired in a minimum of 7 parallel strings . The LEDs shall be arranged uniformly throughout the circle. The burn-out of any LED in a string shall only result in the loss of that string, not the entire indication. Electrical General The LED retrofit units shall be connected directly to 24-Volt DC with quick disconnect terminals . 10-7 .12 PEDESTRIAN PUSH BUTTONS Pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. The pedestrian push button housing shall be made of 356 aluminum heat treated to meet specification T-6. It shall be a telescoping vandal-proof design. The color shall be black, matching #17038, 27038, or 37038 of Federal standard #595B. All pedestrian push buttons shall be Type B, 2" ADA compliant, as manufactured by McCain Traffic Supply, Model No. MPB 02-ADA or approved equal. Push buttons shall be raised or flush, and shall be a minimum of 2-inches at the smallest dimension. Push buttons shall be located as close as practicable to the public sidewalk curb at a maximum height of 42-inches above the finished surface of the public sidewalk. TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18103 SPECIAL PROVISIONS-SECTION 10 -PAGE 10 The push button shall be made of polished stainless steel and assembled with all stainless steel components so as not to be corrosive. The actuator shall be conical in shape with the cone extending . 404" above the. bezel of the switch housing in the neutral position. The microswitch component shall be a dust proof, water resistant type. It shall be a single pole, precision, snap acting type. It shall be U.C. listed and SCA Certified; and meet the requirement for NEMA TS-1 and TS-2 . The complete switching unit shall have an operating force of 3 lbs. and a minimum release force of 3 lbs . Pretravel shall be . 062 inch minimum. Overtravel shall be . 062 inch minimum. 10-7.13 FOUNDATIONS: Foundations shall conform with the Standard Specifications Section 86-2 . 03 and these Special Provisions . Portland cement concrete shall conform to Section 90- 10, "Minor Concrete, " of the Standard Specifications, and shall contain not less than 335 kg of cement per m3 (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. Foundations shall be formed with the use of Sonotube® fibre forms (by Sonoco Corporation, 800-959-1301) , or approved alternative one-piece, spirally wound and laminated fibre forms . Foundations shall not be formed against excavated earth. 10-7.14 SOLAR POWER SYSTEM FOR FLASHERS: - The solar collecting panel shall be single panel, side mounted to the pole as shown on the plans . Power to the beacons shall be fed from one 90 AH 12 VDC gel-cell or impregnated fiberglass mat technology seal unit battery housed in a number 5 pull box located near the base of the pole. The pull box shall be placed on a minimum of 30 inches of gravel for drainage. 10-7.15 FLASHER:- The flasher and miscellaneous circuitry for the advance flashing beacons shall be housed in a NEMA type 3R cabinet mounted 10 feet from the ground to the bottom of the cabinet as shown on the drawing No. 3/3 . 10-7.16 GUARANTEE OF WORK AND MATERIALS The Contractor shall assure and guarantee the work and material for a period of one year form the date of the final Notice of Completion against any and all defective work done or defective materials furnished in the performance of the contract. TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18/03 SPECIAL PROVISIONS-SECTION 10-PAGE 11 10-7.17 PAYMENT: - The contract lump sum price for "Install Flashing Crosswalk, Beacons and Signs" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing, pedestrian flashing beacons complete and 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 allowed therefore. 10-8 SOLAR POWERED FLASHING CROSSWALK - HARD WIRED SYSTEM 10-8.1 PART ONE - OVERVIEW 10-8.1 .1 General - The information described in this document is intended to provide general and specific information on the materials and procedures to be utilized for hardwired illuminated marker systems for pedestrian crossing projects . Refer to project plans and specifications for more details . 10-8.1 .2 Description The project consists of furnishing the materials and installing a hardwired In-Roadway Illuminated Marker System that includes pedestrian and motorist warning signs as outlined in these specifications and in conformity with the quantities and lines shown on the project plans . Included in the contractor' s responsibilities is the construction of facilities to support the System, as shown on the plans and in these special provisions . The In-Roadway Illuminated Marker System will be used for the mid-block crosswalk on Tachevah Drive to alert motorists that they are approaching an occupied crosswalk. 10-8.1 .3 Pedestrian Crossing Marker System 1 . Shall include Light emitting diode (LED) in-roadway illuminated marker units : a. Featuring unidirectional illumination pointed at oncoming traffic and away from the pedestrian crossing area. Alignment and dimensional layout of the units is shown on the drawings; b. Placed along: i . The full span of both sides of the crosswalk; c. Enclosed in a durable housing not extending more than 4 mm (0 . 160 inches) above the pavement; d. Containing AS AllnGaP, non-diffused, amber/yellow LED lamps in accordance with the system specifications . 2 . When activated, shall operate in a synchronized mode, TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18/03 SPECIAL PROVISIONS-SECTION 10- PAGE 12 a. Crossing units shall flash at 0 . 8 to 1 . 0 Hz; 3 . Includes electrical and electronic components constructed in accordance with applicable electrical codes and regulations . Electronics to be housed in NEMA style enclosures, pole mounted. System electronics to include: i. 24-volt switch mode power supply (SMPS) ; ii . Crosswalk Control Unit (CCU) , which will include programmable logic control (PLC) . 4 . Shall include the following activation: i . The In-Roadway Signal system will be manually activated at the sidewalk. ii . Manual activation shall consist of active ADA momentary contact push button assemblies . 5 . The crosswalk identification will include the following signage: a. Pole mounted, rectangular, strong yellow green pedestrian crossing symbol signs (W54, covered with 3M VIP reflective material) for motorist warning placed facing both traffic directions, located at both ends of the crosswalk; b. Pole mounted, rectangular, strong yellow green, "CROSSWALK AHEAD" type signs (W54A, covered with 3M VIP reflective material) for motorist warning shall be placed facing oncoming traffic from both directions, located on the outside edges of the roadway, approximately 300 feet from the crosswalk; c. Pedestrian signage: At the pedestrian push button activation site, a strong yellow green, crossing sign (covered with 3M VIP reflective material) shall be installed, and labeled thus : "PUSH BUTTON FOR PEDESTRIAN WARNING LIGHTS", two way arrow "CROSS WITH CAUTION" at the bottom of the sign. 6. All materials and equipment shall be furnished by a supplier who is experienced in providing this type system. At a minimum, support provided by the Supplier shall include materials and equipment, engineering, product support, and field services . 10-8 .2 PART 2 - SYSTEM SPECIFICATION 10-8.2 .1 In-Roadway Illuminated Marker Units : a. Housing: i . Material - Nylon 66 or equal; TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18/03 SPECIAL PROVISIONS-SECTION 10-PAGE 13 ii. Tested - Minimum of 2, 500kg compressive strength. b. Housing Assembly and Optics : i . Lens - proprietary; ii . Assembly - Tamper proof fasteners; iii . Tested - Water pressure tested to a minimum 6 . 9 kPa. c. Light Emitting Diodes (LED) lighting: i . Bulbs - Five (5) to Fourteen (14) AS AllnGaP, non-diffused; ii. Colorimetrics - amber at 590nm frequency; iii. Luminance - minimum 12cd each LED; iv. Visibility - range up to 900m depending, on site conditions . d. Power requirements : i. Per Marker - approximate 40-80 ma nighttime operation, 100ma daytime operation. e. Installation into Roadway: (refer to install manual in master product record) i . Mounting and Bedding - Epoxy Resin / high strength non-shrink anchoring cement - (min 20mpa compressive strength) ; ii. Sealing - DOT approved Roadway Embedding Sealer to manufacturers recommended shore hardness . 10-8 .2 .2 Electrical and Electronic Components. b. Line: (not supplied) i . Required Protection - Main disconnect and GFI / RCD. C. SMPS (supplied) i . Input - 105-130VAC; ii. Output - 24V DC - 50 watts . d. Crosswalk .Control Unit (CCU) (supplied) i. Supply Voltage - 24V DC; ii. SMPS Protection - power management circuitry; auto reset breaker. iii. Programming: 1 . Day/night mode control - automatic; 2 . Night Switch Level; 3 . Night Brightness Adjust; 4 . ON Time Selector. TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18/03 SPECIAL PROVISIONS-SECTION 10- PAGE 14 e. Required Enclosure: (not supplied unless required for environmental control i. Rating - Noma or Equivalent; ii . Material - Aluminum; iii . Finish - Powder Coat - Black; iv. Mounting - Stand alone or Pole Mount; V. Access - Front Swing Door; vi . Ventilation - Passive/Active, plus cabinet heater /refrigeration option; vii . Lock System - Draw catch/ Lock Option. f. Required Push-to-Walk assembly: (not supplied) i. Push Button - ADA 50mm mushroom type; ii. Material - Aluminum; iii . Finish - Powder Coat - Black; iv. Mounting - (2) bolt surface or inset to pole. g. Wire: i . Marker - EPR/ Hypalon #22; ii . System Controller - Type SY - RS379-160 Flexible Cable - 4 conductor - #18- shielded - lmm jacket thickness - 11mm OD; iii . Walk Activation Controller - Integrated in crosswalk System Controller ( (ii) above) ; iv. Traffic Pull Box - 200mm Traffic Detector Pull Box; (not supplied) V. Adhesive - Industry Standard Approved electrical sealing resin. (not supplied) 10-8 .2 .3 Operating Environment Where required, all components of the electronics shall operate correctly as defined in these specifications and manufacturers tolerances under the following environmental conditions : a. Ambient Temperature i. The equipment shall function within an ambient temperature range from -350C to +80°C. b. Relative Humidity i. The equipment shall function within a relative humidity range from 18% to 90% . c. Forms of Precipitation i . The equipment shall function under all forms 'of precipitation (rain, sleet, snow, etc. ) TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18103 SPECIAL PROVISIONS- SECTION 10- PAGE 16 10-8 .2 . 4 Signage and Markings : a . Install appropriate pavement markings and signage in accordance with federal, state and local regulations for marking crosswalks. b. Install Motorist Warning - pedestrian crossing symbol signs; C. Install Motorist Warning - crossing approach warning signs; d. Install Pedestrian Alert - located at pedestrian activator locations . 10-8.3 GUARANTEE OF WORK AND MATERIALS The Contractor shall assure and guarantee the work and material for a period of one year form the date of the final Notice of Completion against any and all defective work done or defective materials furnished in the performance of the contract. 10-8.4 PAYMENT: - The contract lump sum price for "Install Flashing Crosswalk, Beacons and Signs" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing solar powered flashing crosswalk system, complete and 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 allowed therefore . END OF SECTION TACHEVAH DRIVE FLASHING CROSSWALK. CITY PROJECT NO.02-10 CONSTRUCTION DETAILS 4/18/03 SPECIAL PROVISIONS-SECTION 10- PAGE 16 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III - APPENDIX TACHEVEH DRIVE FLASHING CROSSWALK CITY PROJECT NO. 02-10 Standard Drawings: - City of Palm Springs Standard Drawing Number 212 - City of Palm Springs Standard Drawing Number 212A - City of Palm Springs Standard Drawing Number 624 - Caltrans Standard Drawing ES-8 CONTENTS PART III TACHEVAH DRIVE FLASHING CROSSWALK. CITY PRO.IFCT NO n7-1 n NO. REVISIONS APPROVED DATE BACK OF EXISTING SIDEWALK \ APPROX. 3/4" VARIABLE HEIGHT RETAINING CURB IF NECESSARY AT EDGE OF SIDEWALK (NOT NECESSARY � � " � �•�" ' '� WHERE EXISTING WALL IS I I '' ADJACENT TO EDGE OF SIDEWALK 1/4" �., GROOVING DETAIL 6" � ' hy4 � �—SEE NOTE NO.1 OF e• DWG. NO. 212-A PROVIDE EXPANSION JOINT WHERE EDGE OF RAMP IS � EXIST. CURB AND GUTTER ADJACENT TO WALL ��?l'ij- / -'(OR MONOLITHIC CROSS-GUTTER) / JJ"r' 4" OVERCUT 161 1 0'4,5 o (o EXISTING P.C.C. L SIDEWALK TRUNCATED DOMES REQUIRED IF RAISED TRUNCATED - i RAMP SLOPE IS LESS THAN 6.677. DOME PATTERN 109 MAX. AT CURB (TYP) TOP OF VARIABLE HEIGHT RETAINING EXIST. PCC SIDEWALK CURB (IF NECESSARY) t g,337. MAX 4(TYP.) SECTION A-A VARIABLE HEIGHT RETAINING PL CURB, IF NECESSARY .TOR .OF.RAMP.(ROUNDED) ' rI EXIST. PCC SIDEWALK `r 1z' of GRoos EXIST. PCC CURB AND CRO SGU TTZ (OR MONOLITHIC J_ 2%MAX— 8.33 MAX.. _ 2 MATCH EXIST. PCC GUTTER (6" MIN. THICKNE S) SECTION B-B 4" OVERCUT ih NOTES: 1. P.C. CONC. SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (6 SACK). 2. SEE C.P.S. STANDARD DRAWNG 212 A FOR GENERAL NOTES. N.T.S. CITY OF PALM SPRINGS APPROVED: y� / DATE: 4 ENGINEERING DEPARTMENT �/ 26931 CITY ENGINEER R.C.E. CURB RAMP DETAIL - TYPE A DRAWN BY: G.F.F. FILE NO- STANDARD CHECKED BY: M.V.H. DWG. NO. -212 NO, REVISIONS APPROVED DATE GENERAL NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' PLATFORM, THE SIDEWALK MAY BE DEPRESSED LONGITUDINALLY. 2. IF SIDEWALK IS LESS THAN 6' WIDE, THE FILL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN ON DRAWING NO. 213. 3, RAMPS SHALL HAVE A 12-INCH WIDE BORDER WITH 1/4-INCH GROOVES APPROXIMATELY 3/4-INCH ON CENTERS. (SEE GROOVING DETAIL) 4. CURB RAMPS THAT HAVE A RAMP SLOPE FLATTER THAN 6.67% SHALL HAVE A DETECTABLE WARNING SURFACE ;{RAISED TRUNCATED DOMES) THAT EXTENDS THE FULL'WIDTH OF THE RAMP AND 2' MINIMUM LENGTH. DETECTABLE WARNING SURFACES, AT THE OPTION OF THE CONTRACTOR, CONTRACTOR, SHALL BE CONSTRUCTED BY CAST-IN-PLACE OR STAMPED METHOD, OR CONSIST PREFABRICATED SURFACE 5. WHEN DETECTABLE WARNING SURFACE IS NOT REQUIRED ON A CURB RAMP, .THE CONCRETE FINISH OF THE RAMP AND ITS 'FLARED".SIDES?SHALL HAVE'A'.TRANSVERSE BROOMED'SURFACE TEXTURE ROUGHER THAN THE SURROUNDING SIDEWALK. 6. TRANSITION FROM-RAMPS TO WALKS;.GUTTERS,.OR STREETS,.,SHALL-.BE:'FLUSH AND FREE OF ABRUPT CHANGES. 7. RAMPS IN CURB RETURNS SHALL BE LOCATED IN THE CENTER OF THE CURB RETURN, UNLESS OTHERWISE DIRECTED BY THE CITY ENGINEER. B. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF 10% AT CURB TO CONFORM WITH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP, EXCEPT TYPE 8 (DWG. NO.). 9. EXISTING CURB FACE HEIGHTS, 'SIDEWALK AND GUTTER SLOPES AND DIMENSIONS WILL VARY FROM LOCATION TO LOCATION. EXISTING PARAMETERS AND MAXIMUM .RAMP SLOPES SHALL CONTROL FINAL HORIZONTAL DIMENSIONS. 10. RAMPS SHALL BE MARKED IN THE FIELD BY THE CONTRACTOR AND APPROVED BY THE CITY ENGINEER PRIOR TO SAW CUTTING. 11. THE CONTRACTOR SHALL COORDINATE THE WORK WITH AFFECTED UTILITY AGENCIES OR OTHER PUBLIC AGENCIES TO RELOCATE ANY INTERFERING UTILITY PULL BOXES, MANHOLES, VAULTS OR UNDERGROUND LIVE OR ABANDONED LINES. 12. THE CONTRACTOR SHALL BE RESPONSIBLE_FOR. ANY DAMAGE CAUSED BY HIM TO EXISTING UTILITIES OR IRRIGATION LINES. _ 13. THE DETAILS SHOWN IN STO. DWG: NO. 212 ARE BASED UPON CONSTRUCTION WHERE A LEVEL CURB GRADE' SITUATION WHERE STREET GRADES SLOPE, STRICT ADHERENCE TO THE MAXIMUM SIDE FLARE SLOPE OF 10 PERCENT MAY NOT BE POSSIBLE TO ACHIEVE. IN SUCH CASES, THE SIDE FLARES WILL BE PERMITTED TO VARY DEPENDING UPON CURB GRADE. THE FOLLOWING TABLE LISTS THE APPROXIMATE SIDE*FLARE DIMENSIONS CORRESPONDING TO INCREASING CURB GRADES (FOR 6-INCH AND 8-INCH CURB HEIGHTS) IN ADHERENCE TO A.D.A. MAXIMUM 'ALLOWABLE SLOPES. SIDE FLARES,IN EXCESS..DF20.FEET WILL NOT BE REQUIRED. 6-INCH CURBS �8-INCH CURBS CURB GRADE DOWNHILL"SIDE "UPHILL'SIDE 'DOWNHILL'"SIDE UPHILL .SIDE 0 (LEVEL) 4.0 FT. 4.0 FT. 5.0 FT. 5.0 FT. 2 PERCENT 4.0 FT. 4.4 FT. 5.0 FT. 6.0 FT. 4 PERCENT 4.0 FT. 5.4 FT. 4.0 FT. 7.4 FT, 6 PERCENT 4.0 FT. 7.1 FT. 4.0 FT. 9.6 FT. 8 PERCENT 4.0 FT. 10.2 FT. 4.0 FT. 13.9 FT. 10 PERCENT 4.0 FT. 18.3 FT. 4.0 FT. 20.0 FT. 12 PERCENT 4.0 FT. 20.2 FT. 4.0 FT. 20.0 FT. CITY OF PALM SPRINGS APPROVED: I W ENGINEERING DEPARTMENT CITY ENGINEER � RC.GATE: 203E1 CURB RAMP - GENERAL NOTES DRAWN BY: G F F. FILE NO. STANDARDS CHECKED BY: M.V.H DWG. NO. 212- A N0. REVISIONS APPROVED DATE REGULATORY, WARNING OR GUIDE/y Y\ SIGN .080 GAUGE ALUM. SIGN 1 WITH HI-INTENSITY LETTERS I \ AND BACKGROUND COVERED J WITH 3M 1150 GRAFFITI— PROOF OVERLAY / / SIGNS SHALL BE ATTACHED \ POST UTILIZING TWO U 3806. T DRIVE RIVETS N0. TL 380fi. 86° z 0 � 90 2" X 2' X 12 GAUGE TELESPAR LL 0 POST OF SUFFICIENT LENGTH TO w -EXTEND FROM TOP OF SIGN TO- o 7" INTO SLEEVE AND STILL' PROVIDE 7' OF CLEARANCE. Y m J m Q 24" mF w m IF S/W K T a U O 4 U m T2- PLAN VIE IF S/W > 5' EXIST. F.S. FACE OF CURB SEE DETAIL \ BELOW o m 90% FRONT ELEVATION FACE OF 2_1/4" SIGN 2-1/4" x 2-1/4" X 30" 112 GAUGEI . TELESPAR SLEEVE PER POLE 3-4" ABOVE THE EXISTING SURFACE. 0 EXISTING GROUND o 0 90% 88% O POST INSTALLATION DETAIL SIDE ELEVATION CITY OF PALM SPRINGS APPROVED: �y1: DATE: DEPARTMENT OF TRANSPORTATION 2 931 CITY ENGINEER R.C.E. DRAWN BY: R.B.J I STANDARDS SIGN INSTALLATION CHECKED BY: E.R.F I DWG. N0. 624 Lo al -down DIMENSION TABLE - = - `�?I`„o.'I:„4E,¢ elS: Jam,,. .Cam �c'm.E,cnE b01; L cOxcrelirE Box a M ckness p OR NON-PCC COVERSM1NON-PCC BOx CONCRETELlfi M1ole rBox Box and LO WD ull ckness Eege Etlge -uminMinlmum ad}pone LP.k WIf 3` R inlcknBss toper ben.,aull o°xtl°. od 11"1 No Edam xensionmod360 mod (14"1 0 mod Ids"1 No Extension 390 mod 115%"1 260 mod f10�/e'l3p mod IP:p"1 95 mod 11�"1 3 mod 1�e9 July i, 2002 TMJJr �l rdNIx1I c°a beo mod (20"1 590 mod (23� "1 ]50 mod 113�'Y 32 mod 1 P/"1 50 mod (213mod z op, 25 mm 11") 560 mod E,5i r10 mod I26"1 960 mod fIB1E mod Ike"1 510 erT'Anfolrce Z-bar Jlv910 mm 0-Fe 5Bo mod In"I 10mod1 "l 510 mod Ito"1 790 mod I30/"1 45o mod 111 "1 32 mm 111 "I 50 mod 9 i "1 r^ss«e moJma vn.nn...v welaea flameNo.6 4o m fli "1 6:10 mod 129"1 oaau SM1 E%clutling con tlU it w0b Y'.E Tap almenslenRelnfarvetl 2 mod 11V•IMin 91E / lvl/c.Y ttw.kt r:rd W_i:.iw lJ lh rvCVI45r'a Mlp/9rexAtl[Ltty plate f er,golvanlZ¢tl� At,., taorlbarlon. TOP VIEW DIMENSION TABLE pia No;e q. G-Lensed Z-bar\\ le mod 0te Top f1usM1 CONCRETE BOX NON PCC-BOX STEEL COVERS welded trams 1 yM leeve 1 {Inish8d Pull Minimum Dearp nut wlYh / Minlmum 4F Minimum Beprh Pull 1 brass o°n 9f°tle Box thickness Bax and LO WO L W Minlmum iEB Box end Lff. W k3E Edge Edge box�,y/ Extension ihi°kness Ex}ensl°n R Thickness toper - B°nding JII' v ,` s N°.3%plil q0 mod II%"1 300 mod 112"1 530 mod 120%"I4 3r0 mod Ill1 2r0 mod t 25 mod 430 mod E 25 mod Does Not Apply 510 mod 120"l+ 350 mod 113�•'It o 13 mod 1%11 Nan. N ote 5 S rom a6110 aPOw0�h e4^v / ,o"I I nEF N°.6 ITl q50 mmlf0p mod 112"I 900 mod f35%"1} 600 mmm l23%"I] 4i0 mod T 25 mod i60 mod•t 251mm Does Not Apply p90 mod I33'1S 510 mod 12p"It 0 13 mod 1�/ O fumpef, Sea110%"t 1.1 Ili"Y IS A0 Mln. \�/ raecK sumPneO L Traffic pull box shall be Provitletl witM1 steel covet°n f9 OO"t "1 /51 None Q Ao mod NOTaESngON to"t •o none an N ;«Exawainq aanealr weo rap dlmenSlan PULL BOXES C no araona+: cfeunaing buAhnq a sp.alSl a°hosts 8)"COUNT STATION"Count and/or speed monitor clrcm+s. a Stool ewer shell have embosses non-skid pattern. SECTION A—A 2.Steel remtaramg shall be as regularly u.Ea In In, stances products 91"COMMUNICATION'Communication circuits. r No.3/2(T),No.5(T)AND of Tne respea..No manufvcTurer. JOH-CALTRANS"On all Pull boxes,mi Pull boxes marked"SPRINKLER-CONTROL••.r No.6(T)TRAFFIC PULL BOX ]'TOajacenrp ola°a e.=cot ma?lmhaeoovea areas01:e..duo or i¢nor III"TELEPHONE^Ti lephene¢atonic, _ W Immediately atll°eeni to ana Sro}e°tetl b9 a aanc to f°box Is hot 121-TJS COMMUNICATIONS"IRS communl°°rlons trunk BIG, pole or °M1er proiecilva c° traction, the box mall be placed with d �,0 Its top]0 mod II�A'l above s rrs ding Trade.Where practicable. I➢"TOS POWER'IDS power, (/J Q L� of Pull the baces k of Curm In b,antl pull hazes shown noOaJocenl tos stmrdartls 1071 POWER"relepnane demarcation vablm°t power. R� I Sea Note 2 snail .I placetl t side of foundatl°5 facing y from rrofflc,unless i death of. note When 9 UII b0ye is:n tolled In I:le.alk ar O,the 15)TCTV"Clocad Sol te,leveen clrCuits. _ __ tiepin of the put box h0ll be otliusted 50 that the top of the pull aox O 1i Is flushed With the top of the sdsw°IK, IWiLMS'•traffic moniterinq station circuits. I� jjjyyy ��^ 4.Pull box covers shell be mark°¢°s follows: 9 x 11 aq /P 11 xl"CMS"[ryangeable message slg0 clrcu:+s, l\ /• jj a1 No.3%t pull box. IM-CAR'HIQ`rway Sensory radle dreul r II'SIGNAL Traffic signal clraulis With or without street and/or sign 5.Bonding Jumper for metal covers shall be I m MG'G long,minlmum. a 10 mod (%.1 p Brass ' / IlgMing elrcwis. or stainless steel \ ./ Letters To be 6.The naminal tllme051°n5 oT the °penl%C In when the cover Sets shall be stun dolts,nuts /\/`/ 21"Si LIGHTING"street and/or sign IlgMinq circuN's where n°vvlivge ins same as the cover tllmensl°ns a ept the IengiM1°antl wlstM1 tllmensl°ns nd washers, Lift hales 25 mm IPI Mln IT Is above 600 V, shill be 3 mod 1yell greater. 2 PIT aox.Recess r5 mod C5"1 Mox ryign. In over for nut TOP VIEW See Note 4. 3)"SERVICE'Service all between service points and s°rvlce T,pll C er ens boxes shall be In}erch°nge061e With collPorNa Standard male m tllsconuman. ne{coddle gages.Wnen Intercn°ngetl With ° standard male or female Bonding Jump B°ga.the too swPoces Shall be flushetl wlffiIn 3 m Ile"1.Tap tsltle 1 12 mod 11 "1 Afln ef7 tr°unding busNnq 41"SPRINKLER-CONTR"Sprinkler S.Li eTro.l 50 Y°r less. d of all n rete covers a 0 Q 20 mod (�"1 Max LIP —[rode.See Note 3 edge O radio,. con[ n Pull boxes snail have 6 mod IlI/, G1 5)"CALTRANS"on II pull boxes,except pull boxes marked `° "SPRINKLER-CONTW. A.Put boxes shall Pat be Installed wl+hln d°rles the b°un Of new or existing E r ., See N°ia 2 _ /Grout 6)sTELEPHONE"Telephone servl°e. cufb romps. Secure bantling jumper bI No.5,6,9 Or 9A II boxes 9.Pull dozes for lecir°Ilers ns signal t°ns°rtls shall ae IOcatetl t ih°sa m _ to ground bushings p° stOtlOn LS m I5�1 5 the ctl)nceni Iectf011er°r signal si°ntlord,pull aoxSam. hall be placed adjacent to back of curb,or edge Of Shoulder except where / es II"TRAFFIC Ming Traffic signal circuits with°r without direct and/or this Is Impractical, o box may be placetl In another Subsidy Protected and mm�T Seal round conduit sign lighting circuits. occesslble 1°catlen, with mortarEET STATE OF CALIFORNIA Extension `% Extension when aox houses 21 iSTRb°veL 60OING"Street and/or sign lighting drculis whets no voltage DEPARTMENT OF TRANSPORTATION 15D mod r/ ��` iransfmi bales+, a ' ° SIGNAL LIGHTING AND 16"1 mli -Clean crushed Wheln spePninea. r 31"STREET voltage IS So VOLTAGE'V.Street and/or sign lighting clr¢ults ELECTRICAL SYSTEMS eraun� ec am where voltage 1S sow¢ fioO V. clamp Iti--L Groan raw when Specified o 4)'SERvlce•Se-VIS. ¢habits bewteen,erm rodes¢E point and¢e meaanmact. PULL BOX DETAILS when box houses trensforme. These••3t°narwa Vote for cvrmirusi of L°...Sfree is and Rums^ pniain unitsSt In tro 51"SPRINKLER-CONTROL••Sprinkler control eircults,50 V or less systems qt measu-ement.ntemnarlOnvl Sy»em of Unlis 61 or"metrlC'I antl 0nited Stv}es l SECTION B-B twos>siE OSTA hot oe°Issan11'iy e°airaio,ie r.-nanonoeome'see cft.exie:ara•oi±ne INSTALLATION DETAILS m'•1RflmgnON"nramta to o-ngarlPn apnrralier ao v Or more. bgglnNa g of tics Pubn°armn. n••RAND METER'Herb meter arculrs' the NO SCALE E$-$ I GATE INM/DDIYYYY) AC RRQ CERTIFICATE OF LIABILITY INSURANCE 12/11/2003 PRODUCER (949)263-0606 FAX (949)263-0906 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Complete Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE California DOI #0437762 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 19000 MacArthur Blvd. , PH Flr Irvine, CA 92612-1447 INSURERS AFFORDING COVERAGE NAIC# INSURED Sierra Pacific Electrical Contracting INSURER Steadfast Insurance Company (Hea h) 2542 Avalon Street INSURERS American States Insurance Co (Sa 'eco) Riverside, CA 92509 INSURER National Union Fire Ins. Co. (AI ) INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDIN ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS NSR DD' TYPE OFINSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY SC0356593004 06/30/2003 06/30/2004 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 50,000 CLAIMS MADE M OCCUR MED EXP(Any one person) $ Excluded A X Per Project Agg w/ PERSONAL&ADVINJURY $ 1,000,000 $l0 million limit GENERAL AGGREGATE $ 2,000,000 BERL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 1„000,000 POLICY X PRO- ECT M LOG AUTOMOBILE LIABILITY 01CG3703041 06/30/2003 06/30/2004 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ B SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per ecatlent) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO EAACC $ OTHER THAN AUTO ONLY AGO $ EXCESSIUMBRELLA LIABILITY BE8762952 06/30/2003 06/30/2004 EACH OCCURRENCE $ 1,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 1„000,000 C $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT $ OTHER *10 Day Notice for non-payment DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS E: Tachevah Drive Flashing Crosswalk, City Project# 02-24 TF CGL 1621 Additional Insured:is amended to include as an insured any person or organization for whom you perform operations when you & such person have agreed in writing in a contract or agreement that such person or organization be added as an additional insured, endorsement attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Palm Springs 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Dept. of Procurement and Contracting BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3200 Tahqui tz Canyon Way OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Palm Springs, CA 92262 AUTHORIZED REPRESENTATIVE Susan Sampson/GOLF ACORD 25(2001108) ©ACORD CORPORATION 1988 Ztl „-� I.0 I-C Steadfast Insurance Company Policy # SC03565930-04 Additional Insured-Owners,etc./Automatic Status per Contract(including Completed Operations) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Products-Completed Operations Liability Coverage Part A. Who is an Insured (Section II) is amended to include as an insured any person or organization for whom you perform operations when you and such person have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability arising out of "your work" performed for that insured. B. With respect to the insurance afforded these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage", "personal injury", or "advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. C. The insurance provided by this policy will be primary and non-contributory insurance, but only as respects a claim, loss or liability arising out of insured operations or work on behalf of you performed under an "insured contract" between you and the person or organization that requires you to maintain such primary and non- contributory insurance and to include them as an additional insured. SCHEDULE City of Palm Springs PE: Tachevah Drive Flashing Crosswalk, City Project# 02-24 STF-CGL-1621 D CW (04/03) A _ CERTIFICATE OF LIABILITY INSURANCE 12/11/zoo PRODUCER (949)263-0606 FAX (949)263-0906 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Complete Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE California DOI #0437762 HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 19000 MacArthur Blvd, Penthouse Irvine, CA 92612-1447 INSURERS AFFORDING COVERAGE NAIL# INSURED Sierra Pacific Electrical Contracting, Inc. INSURERA State Compensation Ins. Fund 2542 Avalon Street INSURER Riverside, CA 92509 INSURER NSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDIN ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L TYPE OFINSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS ITRNSRDATE IMMIDU") DATE(MMIDD[YY) GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ CLAIMS MADE O OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGO S POLICY PRO- JECT LOG AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (E..cadent $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Par person) $ HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Par o.dd.np PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHERTHAN EAACC $ AUTO ONLY AGO S EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND 460312745 01/01/2003 01/01/2004 X I WC STA,TuT C H- EMPLOYERS'LIABILITY A ANY PROPRIETORIPARTNERIEXECUTIVE EL EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT S 1,000,000 OTHER *10 day notice of cancellation for Non-payment or non-reporting DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS E! Tachevah Drive Flashing Crosswalk, City Project #02-24 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Palm Springs 30 DAYSWRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Department of Procurement and Contracting BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3200 Tahquitz Canyon Way OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Palm Springs, CA 92262 AUTHORIZED REPRESENTATIVE to` Susan Sam son/COLE ACORD 25(2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08)