Loading...
Paul Gardner/Washington & Highland Traffic Sig 86CITY OF LA QUINTA CONTRACT AGREEMENT FOR THE CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT THE INTERSECTION OF WASHINGTON STREET AND HIGHLAND PALMS AVENUE THIS CONTRACT AGREEMENT is made and entered into for the above stated project this J"¢ day of pPce.«6e/ , 19Bb , BY AND BETWEEN the CITY OF LA QUINTA, as AGENCY, and as CONTRACTOR. WITNESSETH that AGENCY and CONTRACTOR have mutually agreed as follows: ARTICLE I The contract documents for the aforesaid project shall con- sist of the Notice Inviting Sealed Bids, Instructions to Bidders, Proposal,General Specifications, Standard Specifi- cations, Special Provisions, Plans, and all referenced specifications, details, standard drawings, and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, and affida- vits; and also including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said con- tract documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by AGENCY, CONTRACTOR agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. CA-1 ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obliga- tions hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its ac- ceptance including those for well and faithfully completing the work and the whole thereof in the manner and time speci- fied in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen dif- ficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV AGENCY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and con- ditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the con- tract documents. ARTICLE V CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer to be insured against liabi- lity for worker's compensation, or to undertake self- insurance in accordance with the provisions of that code, and certifies compliance with such provisions. ARTICLE VI CONTRACTOR agrees to indemnify and hold harmless AGENCY and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the work undertaken by CONTRACTOR hereunder. ARTICLE VII CONTRACTOR affirms that the signatures, titles, and seals set forth hereinafter in execution of this Contract Agree- ment represent all individuals, firm members, partners, joint venturers, and/or corporate officers having a prin- cipal interest herein. CA-2 CONTRACT AGREEMENT IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first written. CITY: CONTRACTOR: Ei�kL_ ROL fAR k&,,, coer RA7,orU MAYOR — CITY OF LA QUIN A (CORPORATION NAME — TYPE) ATTEST: TITLE: 07e5trt� BY: CITY CLERK - CITY OF LA QUINTA rd l_ rZ 6;7Y[O Lr z 2 TITLE SNZIZ�si'd2y NOTE: SIGNATURES OF CORPORATE OFFICIALS AND SURETY MUST BE NOTARIZED. STATE OF CALIFORNIA COUNTY OF $dn,) yx�ua� On this 1-7 day of pez— ,. ' )4 _ r before me, the undersigned, a Notary Public in and for said State, in the year ig �6 n� INE M GARDNER �UL `Nl� personally appeared \. ^T Pv 1"l14uC P4UL aL;�q�rnq U�VTY (or proved to me �ArZ/��ULI J Y CCh u;SICN E F,r on the basis of satisfactory Personal) AFRIL 26, ic90 within instrument as President and Secretary, respective) , y known to me y evidence) to be the persons who executed the �-+ and acknowledged to me that the Corporation executed it pursuant to its by-laws re n named, of the Corporation therein named, resoj tion of its board of directors. ACKNOWLEDGMENT_ WITNESS My hand and official seat. G--Eres. 6 Sec._Wolcolis Form 222Cq_ aev 8-82 01982 WOLCOTTS, INC Notary Public in and for said State. CA-3 CITY OF LA QUINTA SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT THE INTERSECTION OF WASHINGTON STREET AND HIGHLAND PALMS AVENUE STANDARD SPECIFICATIONS The Standard Specifications of the Agency are contained in the most recent edition of the Standard Specifications for Public Works Construction, including all supplements, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the pub- lisher, Building News, Incorporated, 3055 Overland Avenue, Los Angeles, California 90034, telephone 213/202-7775. The Standard Specifications set forth above will control the general provisions, and contract administration provisions for this contract except as amended by the Plans, these Special Provisions, or other contract documents. The section numbers of the following Special Provisions coincide with those of the said Standard Specifications. Only those sections requiring amendment or elaboration, or specifying options, are called out. PART I SPECIAL PROVISIONS SECTION I - TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS. Agency/City - City of La Quinta' Board - City Council Caltrans - California Department of Transportation County - County of Riverside Engineer - City Engineer Federal - United States of America State - State of California SP-1 SECTION 2 - SCOPE AND CONTROL OF THE WORK. 2-1 AWARD AND EXECUTION OF CONTRACT. Within ten (10) working days after the date of the Notice of Award, the Con- tractor shall execute and return the following contract documents to the Agency: Contract Agreement Faithful Performance Bond Material and Labor Bond Public Liability and Property Damage Insurance Certificate Worker's Compensation Insurance Certificate Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not be considered binding upon the Agency until executed by the authorized Agency offi- cials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the Agency, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corpora- tion have the authority to do so. 2-4 CONTRACT BONDS. Both the Faithful Performance Bond and the Material and Labor Bond shall each be for not less than one hundred percent (100%) of the total contract amount. The Material and Labor Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 GENERAL. The Contractor shall maintain a control set of Plans and Specifications on the project site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications, shall be marked in red on this control set to show the as -built con- ditions. Upon completion of all work, the Contractor shall return the control set to the Engineer. Final payment will not be made until this requirement is met. 2-9 SURVEYING. The Contractor shall be responsible for pro- viding all surveying as required to construct the work. Payment for surveying shall be included in the various items of work and no additional compensation will be allowed. SP-2 SECTION 5 - UTILITIES The Contractor is advised of the existence of the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the precise locations of their substructures in the construction area when the Contractor gives at least 48 hours notice to the Underground Service Alert by calling 1- 800-422-4133. The Contractor shall notify the following agencies at least 48 hours in advance of excavating around any of their struc- tures. The utility companies listed below can be contacted as indicated. 1. Southern California Gas Company Phone (714) 781-6123 USA Member Utility, Phone 1-800-422-4133 Protection of existing facilities by Contractor 2. Imperial Irrigation District Power Division Phone (619) 398-5811 USA Member Utility, Phone 1-800-422-4133 Protection of existing facilities by Contractor 3. General Telephone Company Phone (619) 365-6141 USA Member Utility, Phone 1-800-422-4133 Protection of existing facilities by Contractor Coachella Valley Water District Phone (619) 398-2651 Protection of existing facilities by Contractor Coachella Valley Television Phone (619) 568-0140 Protection of existing facilities by Contractor SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK. 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. The Contractor's proposed Construction Schedule shall be submit- ted to the Engineer within ten (10) working days after the date of the Notice of Award of Contract. The schedule shall be supported by written statements' from each supplier of materials or equipment indicating that all orders have been placed and acknowledged, and setting forth the dates that each item will be delivered. Prior to issuing the Notices to Proceed, the Engineer will schedule a preconstruction meeting with the Contractor to review the proposed Construction Schedule and delivery dates, arrange the utility coordination, discuss construc- tion methods, and clarify inspection procedures. The Contractor shall submit periodic Progress Reports to the Engineer by the first day of each month. The report shall include an updated Construction Schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. Nw�04 WK01Qi elfl lago➢_000)kN 6-7.1 GENERAL. The time for completion shall be 90 working days after Notice to Proceed. 6-7.2 Working Day. The Contractor's activities shall be confined to the hours between 7:00 AM and 4:30 PM, Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior written con- sent of the Engineer, except in emergencies involving immediate hazard to persons or property. All construction activities within the public right-of-way shall be halted Wednesday through Sunday during the week of the 14th of January, 1987. In the event of either a requested or emergency deviation, inspection service fees will be charged against the Cont- ractor. The service fees will be calculated at overtime rates including benefits, overhead, and travel time. The service fees will be deducted from any amounts due the Cont- ractor. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. A noise level limit of 86 DBA at a distance of fifty feet (501) shall apply to all construction equipment on or related to the job whether owned by the Contractor or not. The use of exces- sively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR. 7-2.2 Laws. The Contractor, and all subcontractors, sup- pliers and vendors, shall comply with all Agency, State, and Federal orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The Contractor shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. 7-3 LIABILITY INSURANCE. The Contractor shall indemnify and save harmless the City, the State of California, the County of Orange, and/or any incorporated city from all claims or suits for damages arising from his prosecution of the con- tract work, as more fully described under "Contractor's Liability." SP-4 The Contractor shall maintain during the life of the con- tract a protective liability policy. The policy shall provide for not less than the following amounts: Bodily Injury $500,000 each person $1,000,000 each accident $1,000,000 aggregate products and completed operations Property Damage $1,000,000 each accident Worker's Compensation Statutory All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than 30 days before expiration or cancellation is effective. THE FOLLOWING STATEMENT SHALL BE INCLUDED ON THE INSURANCE CERTIFICATE: "Additional Insured: The insurer agrees that the City and its City Council, and/or all City Council appointed groups, committees, boards and any other City Council appointed body, and/or elective and appointive officers, servants, employees, or consultants of the City when acting as such are additional insured hereunder, for the acts of the insured, and such insurance shall be primary to any insurance of the City." The Contractor agrees to protect, defend and indemnify the City against loss, damage or expense by reason of any suit, claims, demands, judgments and causes of action caused by the Contractor, his employees, agents or any subcontractor or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at his option, may include such coverage under his Public Liability coverage. CONTRACTOR'S LIABILITY. The City, the City Council, or the Engineer shall not be answerable or accountable in any man- ner, for any loss or damage that may happen to the work or any part thereof; or for any of the materials or other things used or employed in performing the work; or for injury to any person or persons, either workmen or the pub- lic; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workmen, or any one employed by him; against all of which injuries or damages to persons and property the Contractor having control over such work must properly guard. w2V The Contractor shall be responsible for any damage to any person or property resulting from defects or obstructions or any time before its completion and final acceptance, and shall indemnify and save harmless the City, the City Coun- cil, and the Engineer from all suits or actions of every name and description, brought for, or on account of, any injuries or damages received or sustained by any person or persons, by or the Contractor, his servants or agents, in the construction of the work or by or in consequence of any negligence in guarding the same, in improper materials used in its construction, or by or on account of any act or omis- sion of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the City may be retained by the City until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, he may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the Engineer may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any moneys due or becoming due the Contractor. Failure of the Engineer to order such additional pre- cautions, however, shall not relieve the Contractor from his full responsibility for public safety. 7-5 PERMITS. Prior to the start of any work, the Contractor shall take out the applicable Agency permits and make arrangements for Agency inspections. The Contractor and all subcontractors shall each obtain any and all other permits, licenses, inspections, certificates, or authorizations required by any governing body. The payment for this work shall be included in the bid items of work and no additional compensation will be allowed. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic Requirements. No street or access closure to through traffic will be allowed without the express approval of the Agency. It shall be the Contractors responsibility to furnish a detailed detour signing and barricade plan for Agency approvals. Supplement and amend Subsection 7-10.1, "Traffic and Access," of the Standard Specifications as follows: When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. 7-10.4 Public Safety. 7-10.4.1 Safety Orders. The Contractor shall comply with the provisions of any Agency ordinances or regulations regarding requirements for the protection of excavations and the nature of such protection. 7-15 PAYROLL RECORDS. Payroll records, if required, shall be submitted to the Agency by the tenth day of each month. Progress payments will be withheld pending receipt of any outstanding reports. SECTION 9 - METHOD OF PAYMENT 9-3 PAYMENT. 9-3.2 Partial and Final Payment. The closure date for periodic progress payments will be five (5) working days prior to the first Monday of each month. The final progress payment will not be released until the Contractor returns the control set of Plans and Specifications showing the "as - built" conditions. The full ten percent (10%) retention will be deducted from all payments. The final retention will be authorized for payment thirty-five (35) days after the date of recordation of the Notice of Completion. SP-7 CITY OF LA QUINTA TECHNICAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT THE INTERSECTION OF WASHINGTON STREET AND HIGHLAND PALMS AVENUE The following technical materials and methods are fications for Public Works provisions for construction controlled by the Standard Speci- California, Department of Transpor tions, July 1984 edition. Each specification applies. FLOW AND ACCEPTANCE OF WATER uction, and the State of ation Standard Specifica- provision specifies which It is anticipated that storm, surface or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly, and Contractor, by submitting a bid, assumes all of said risk. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street or drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public and/or private properties, in the opinion of the Engineer, are not subject to the proba- bility of damage. The Contractor shall obtain written permission from the applicable public agency or property owner before any diversion of water outside of street right of way will be permitted. TRAFFIC SIGNAL AND HIGHWAY LIGHTING SYSTEM The furnishing and installing of traffic signals and highway lighting shall conform to the provisions of section 86, 'Signal and Lighting,' of the Standard Specifications of the state of California, Department of Transportation, July 1984, and these Special Provisions. STANDARD PLANS Standard Plans referred to on the signal plans and these Special Provisions for the signal work shall be the Standard Plan of the State of California, Business and Transportation Agency, Department of Transportation, dated July 1984. TP-1 EQUIPMENT LIST AND DRAWINGS Equipment list and drawing of electrical equipment and material shall conform to the provision in Section 86-1.03, 'Equipment List and Drawings,' of the Standard Specifica- tions, and these Special Provisions. The controller cabinet schematic wiring diagram and inter- section sketch shall be combined into one drawing, so that, when the cabinet door is fully open the drawing is oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controller is delivered for testing, or, if ordered by the Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to the following items; (a) Specifications (b) Design Characteristics (c) General Operation Theory (d) Function of all Controls (e) Detailed Circuit Analysis (f) Troubleshooting Procedure (diagnostic routine) (g) Voltage Charts with Wave Forms (h) Block Circuit Diagram (i) Geographical Layout of Components (j) Schematic Diagrams (k) List of Replaceable Component Parts with Stock Numbers The Contractor is required to submit the Engineer "as -built" prints, prior to the City's accepting the installations. The prints shall indicate in red all deviations from the con- tract plans such as location of poles, pull boxes and runs, depths of conduit, number of conductors and other appur- tenant work for future references. The Contractor shall also furnish cabinet inventory sheets. These sheets shall include serial and model numbers of all equipment contained in the cabinet. FOUNDATIONS Foundations shall conform to the provisions in Section 86- 2.03, "Foundations," of the Standard Specifications and these special provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the Standard Specifications and shall contain not less than 564 pounds of cement per cubic yard for pole foundations. Contractor shall install foundations for poles with Signal Mast Arms prior to confirming the pole order with his sup- plier. STANDARDS, STEEL PEDESTALS AND POSTS Standards, steel pedestals and posts shall conform to the provisions in Section 86-2.04, "Standards, Steel Pedestals and Posts," of the Standard Specifications and these special provisions. In addition to identifying each pole shaft as detailed on ES-6S of the State Standard Plans, the Contractor shall also identify each mast arm for all signals and luminaires. The stamped metal identification tag shall be located on the mast arm near the butt end and shall contain the same infor- mation required ES-6S. CONDUIT Conduit shall conform to the provisions in Section 86- 2.05,"Conduit," of the Standard Specifications, and these special provisions. Nonmetallic type conduit shall be used only where specifi- cally noted and shall be Schedule 80. Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suitable drill bits for the size hole required. All street crossing conduit runs shall be bored unless noted otherwise on plan . All detector runs shall be trenched behind curb unless noted otherwise on plan. Insulated bonding bushings will be required on metal con- duit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinet shall be sealed with an approved type of sealing compound. Conduit runs are shown in schematic form only. Actual installation shall be done in the most direct manner. PULL BOXES Pull boxes shall conform to the provisions of Section 86- 2.06 "Pull Boxes" of the Standard Specifications and these special provisions. In unimproved areas, install pull box markers and marker posts. CONDUCTORS AND WIRING Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors," and Section 86-2.09, "Wiring," of the Standard Specifications, and these special provisions. Conductors No. 8 AWG and larger shall be stranded. SPLICE INSULATION Splice insulation shall conform to the provisions in Section 86-2.09E, "Splice Insulation," of the Standard specifica- tions, and these special provisions. Conductors No. 10 AWG or larger shall be spliced by the use of "C" shaped compression connectors. Splices shall be insulated by "Method B." BONDING AND GROUNDING Bonding and grounding shall conform to the provisions in Section 86-2.10, "Bonding and Grounding" of the Standard Specifications and these special provisions. 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 poured on foundation. SERVICE Service shall conform to the provisions in Section 86-2.11, "Service," of the Standard Specifications and these special provisions. The Contractor shall notify the Engineer in writing at least 15 calendar days in advance of the date on which he desires any service connections or disconnects to be made. The Con- tractor shall be entitled to no extension of time or other compensation for any delay to this operation resulting from his failure to give the prescribed notification. The fourth paragraph of Section 86-2.11 is amended as fol- lows: It shall be the Contractor's responsibility to verify the location of and to make arrangements for and to pay for all costs to provide the necessary connection for the traf- fic signal and lighting system. TESTING Testing shall conform to the provisions in Section 86-2.14, "Testing," of the Standard Specifications and these special provisions. In lieu of state testing, the testing of traffic signal equipment, including controller units, fully wired cabinets TP-4 and auxiliary equipment as specified in Section 86-3, "Con- trollers," of the Standard Specifications shall be performed by an agency approved by the City of La Quinta. Approxi- mately 21 days will be required for testing and notification of the final results. The costs of such testing shall be included in the lump sum price bid for traffic signal, street lighting and signing and striping. Turn on of the new traffic signal system shall not be made on a Friday or the day preceding a legal holiday. The Traf- fic Engineer shall be notified at least 48 hours prior to the intended "turn on." SOLID-STATE TRAFFIC -ACTUATED CONTROLLERS Solid-state traffic -actuated controller units, cabinets, and auxiliary equipment shall conform to the provisions in Sec- tion 86-3, "Controllers," of the Standard Specifications and these special provisions. Supply and install an eight phase Type 90 controller with internal time base coordination and appurtenances in a type "P" aluminum cabinet. The Controller shall be Econolite Model KMCE 8000 or Traconex Model TMP 390 or Multisonics 820. SPECIAL DETECTOR SWITCHING CIRCUITS The Econolite KMCE 8000 controller (only) shall be provided with circuits to switch Phase 2 vehicle detector call to Phase 5 during Phase 5 green and to switch Phase 6 vehicle detector calls to Phase 1 during Phase 1 green. The internal time base coordination special function outputs 1 and 2 shall be used to select Phase 2 and Phase 6 detector switching circuits respectively. VEHICLE SIGNAL FACES AND SIGNAL HEADS Vehicle signal faces, signal heads and auxiliary equipment, as shown on the plans, and installation thereof, shall con- form to the provisions in Section 86-4.01 to 86-4.06, inclusive of the Standard Specifications and these special provisions. All lamps shall be furnished by the Contractor. All new vehicle indications shall be metal. PEDESTRIAN SIGNALS Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestrian Signals," of the Standard Specifications and these special provisions. TP-5 New Pedestrian Signals shall be Type G. DETECTORS Detectors shall conform to the provisions in Section 85-5, "Detectors," of the Standard Specifications and these special provisions. Loop -vehicle detector sensor units shall be Type B card rack mounted two or four -channel as indicated on the plans. The loop detector lead-in cables shall be Type C 2 #14. The Contractor shall test the detectors with a motor -driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components, or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor -driven cycle through the response or detection areas of the detector at not less than 3 miles per hour nor more than 7 miles per hour. The detector shall provide an indica- tion in response to this test. INTERNALLY ILLUMINATED STREET NAME SIGNS Internally illuminated street name signs shall conform to the provisions in Section 86-6.05 "Sign Lighting Fixtures Fluorescent" of the State Standard Specifications and these special provisions. The internally illuminated street name sign units (ISNS) shall be Type A. The sign legends shall be white on green with 8-inch upper- case and 6-inch lowercase letters. Minimum copy size for the legends shall be Series C with Series D or E copy being used where message length permits. Details of color, style, borders, and spacing shall conform to the standards established by the State of California, Department of Transportation. "Periods" shall not be used on abbreviations. The full-size layout for each legend shall be submitted to the City Engineer for approval prior to fabrication. HIGH INTENSITY DISCHARGE LUMINAIRES _.. Luminaires shall conform to the provisions in Section 86- 6.01, "High Intensity Discharge Luminaires," of the Standard Specifications and these special provisions. TP-6 The luminaires to be installed shall be 120 volt cut-off type high pressure sodium vapor with integral constant wat- tage ballast. The luminaires shall be furnished with lamps, and detachable power unit assemblies. The power unit assem- blies shall contain the ballast, starter board, capacitors, and heavy duty terminal block. The luminaire shall provide true ninety -degree cut-off with no light emitted above the horizontal. The lower edge of the luminaire housing shall extend below the light source and all glassware. Glare shields external to the luminaire will not be accepted. The luminaire optical assembly shall be sealed, water tight, and filtered to prevent contamination from infiltration of gaseous and particulate matter. The lamp socket shall be factory preset to produce medium cut-off IES Type III light distribution. The optical assembly door hinge shall be designed to prevent the door from swinging free of the hinge pins when opened. TRAFFIC STRIPES, MARKINGS AND MARKERS The Contractor shall furnish all equipment, material, labor, and supervision necessary to provide painted traffic stripes, pavement markings, crosswalks, raised pavement markers, and other designated markings as shown on the con- tract plans. The Contractor shall remove all existing or temporary traffic stripes and markings that do not conform to the contract plans. Painted traffic stripes and markings shall conform to the requirements of the last three paragraphs of Section 59- 1.03, "Application," 59-1.04 "Thinning Paint," and 91, "Paint" of the Standard Specifications. In addition, the paint for traffic stripes and markings shall be Experimental White Fast Dry Traffic Paint (State Formula Pt 361), Experi- mental Yellow Fast Dry Traffic Paint (State Formula Pt 362), and Experimental All -Purpose Black Traffic Paint (State For- mula Pt 235). Glass spheres for painted traffic stripes and markings shall conform to the State Material Specifications 751-80-34. The Contractor shall perform all layout, alignment, and spotting for traffic stripes and markings. Traffic striping shall not vary by more than 1/2 inch in 50 feet from the alignment shown on the plans. The dimensional details of the stripes and markings shall conform to the provisions set forth in the Traffic Manual and Maintenance Manual available from Caltrans. Spotting with cat tracks or dribble lines shall be performed prior to the removal of existing stripes. Cat tracks shall consist of spots of paint not more than 3 inches in width and not more than 5 feet apart along the alignment of the TP-7 stripe. Paint for the cat tracks shall be the same as that for the intended stripe. Paint for the dribble lines shall be neutral color obtained by mixing approximately two parts white paint with one part black paint. Existing and temporary stripes and markings shall be removed before, but not more than 24 hours prior to, placing the new ones. No section of street shall be without the proper striping over weekends or holidays. Traffic stripes and markings shall be applied only on dry surfaces during periods of favorable weather. Surfaces which are to receive stripes and markings shall be cleaned of all dirt and loose material immediately prior to application. Painted stripes and markings shall not be applied when the atmospheric temperature is below 40 degrees F., when freshly painted surfaces may become damaged by rain or condensation, or when it can be anticipated that the temperature will drop below 40 degrees during the drying period. Painted traffic stripes and markings shall be applied in one application. The paint may be heated for application pur- poses to a maximum temperature of 160 degrees F. Glass spheres shall be applied to all paint except black immedi- ately after application rates for paint and glass spheres shall be as follows: Dashed Stripe Approximate Rate of Application Paint 6 to 7 gallons per mile Glass Spheres 42 pounds per mile Solid Stripe Approximate Rate of Application White and Yellow Paint 16 to 18 gallons per mile Black Paint 8 gallons per mile Glass Spheres 110 pounds per mile All of the equipment used in the application of painted traffic stripes and markings shall be mechanical and capable of producing a finished product of uniform quality. word markings, letters, numerals, and symbols shall be applied using only approved stencils and templates. The completed stripes and markings shall have clean, well defined edges with a maximum deviation from the specified dimensions not exceeding 1/4 inch for widths or one inch for lengths. Drips, overspray, or improper markings shall be immediately removed by wet sandblasting. Painted traffic stripes shall be applied using a striping machine consisting of a rubber -tired vehicle with a wheel base of at least 100 inches. The striping machine shall be maneuverable to the extent that straight lines can be fol- lowed and normal curves can be made in tru arcs. It shall be capable of applying traffic paints at the rate specified RM above, and it shall be equipped with the following: A pointer or sighting device not less than 5 feet long and extending from the side of the machine to gate the distance from centerline for shoulder stripes; a positive action cut- off device to prevent deposition of paint in gaps of dashed stripes; shields or an adjustable air curtain for line con- trol; pressure regulators and gages (if pneuomatically operated) in full view of the operator at all times; a paint storage tank with mechanical agitator operating continu- ously; and an attached glass sphere dispenser located approximately 13 inches behind, and controlled simulta- neously with, the paint applicator nozzle. The removal of traffic stripes and markings shall be accom- plished by the set or vacuum sandblasting method. The machine used for this purpose shall meet all requirements of the air pollution control district having jurisdiction on the project area. All sand used in wet sandblasting shall be removed without delay as the operation progresses. SALVAGED EQUIPMENT All salvaged equipment shall be delivered to the City yard. Cost of delivering salvaged equipment to the City yard shall be included in the lump sum price bid for traffic signal, safety lighting, and traffic signing and striping. LANDSCAPING AND IRRIGATION SYSTEMS The contractor shall replace all landscaping and irrigation systems removed as required to construct the items of work. The cost of such replacement shall be included in the lump sum price bid for traffic signal, safety lighting, and traf- fic signing and striping. PAYMENT The lump sum price paid for traffic signal, lighting, signing and striping shall include all equipment, material, incidentals, tools, labor, and items of work as called for in the plans; specifications and contract documents including delivery of salvaged equipment to the city yard and replacing landscaping and irrigation systems as required and no additional compensation shall be allowed. FITMI APPENDIX A20-B ° ? 0 u� R - ISe�j �� e s t 00 oo k 0s 00 � t—e e— —m i :❑ 88 k ! .❑ 88 z. y < p `� q em `m —m 88 S a ^ Ne- Y e t Yt e_ G W w e e s g jp C E m e m 1 _ �C F �- 0 0 e Z_ J ! 0 LL Q Z �r I /� r V ir W U Yd H�' a -. aH:. m_ _0 a- H N 0 0 O • 0 0,0 W ❑ -a LU k ° 0 ° - ° co Y Y ®- Q J —. mk ok —m0-kmk Z W SF . -.::.- f1 Q ° ° 0 k 0 z Yo 0 El F O 0-6 a 0 - 0 0 0 0 W Y O F� Y a °° k o o, ¢ -m' m..- i Q a k 0 °_ ° 000 00-00 0 Y ° ° ° 0 © k Q 7 y A k 0- 0 X % C I t Im ❑ mt i +.❑ ❑1 0 I t 1 NH t .N r _ t tNo- H. N� Io0 N N _� N �u u❑ —o O O O 00 y y o0 0° y Y y 00 00 = y —00 0o ma 00 W {� 00 k 0 0 00 0 0 t .-1 e- t e- t 1 f i __01111 111113 —m a cc z z cn 0 0 w LU U Ul R NNW N z Ix 00 w oo- to 0� t 0- 0, 0 00 LL. z 0 00 tA 0 00 U- ZO 0 00 -00 t 0 0 ell r4 00 0 0 0 Z �4 t z l t i t i t s p R LLJ CL fL 0 z 0 z z ttt LLI LLI > -0 .0 0 0, 0 01 '0 -0 —0 -f t3 t �C t t t t t i f f t U]i g Fg 0 -0 .00i -0 N Pt I I t t I ti f V try i t. - § - \ )\ ' ®/ \) i zz =£ § < - ~ & - y LL, _ n $ \ } § Q ( }, » , ! ) -AV \ } ) .§ \ } 0 } ^.` ) »Gb _ ! � / / \ / § e � § / � � \ !#�!! m t� � |§ »!! | r \\ � a• Qa a ���»�� a ;��a-6 »w;;»w*; sZ & ] \ j / §\ \�12 d! - Qj § Q� a -/( ,vv ,� §' 4 ) 0 A 2 - \�- § �\: ( J� R. \\ .a 2 ! •4 t # {! �!\ � • / y § - & G ` } | ] § . CITY OF LA QUINTA Sheet 1 Contract was Date June 1 of 1 Sheet(s) Acct. No. AR17_1G9-nnn CONTRACT CHANGE ORDER NO. ONE TO: PAUL GARDNER CORPORATION, 901 South Sultana Avenue, Ontario, CA 91761 You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included In the plans and specifications on this contract. 1. DESCRIPTION: Relocate signal controller to mitigate property owner concern. COST: Construct additional conduit run for 3" diameter run $ 381.00 2. DESCRIPTION: Relocate CATV line in conflict with new controller foundation $ 259.00 SUBTOTAL $ 640.00 BASE BID $52,763.00 TOTAL $53,403.00 Lump Sum Project Amount By reason of this order the time of completion will be adlSted as follows: Submitted by: Date: 1gr--/9�Q% Fran of D' ector of Public Works/City E g' er Approved by: Date: - WF 7 We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown abov . Accepted: Date: -2 C — �� Contractor ! d4A By: Title Er, 'T EMP? Return to: City Clerk City of La Quint& P.O. Box 1504 La Quinta, CA 92253 NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of La Quinta, 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 La Quinta is authorized and directed to execute, on behalf of said City, and and all notices of completion. 3. The address of the City of La Quinta is City Hall, 78-105 Calle Estado, La Quinta, California (P.O. Box 1504, La Quinta, CA 92253). 4. The public work improvement on the hereinafter referred to real property within the City was COMPLETED on the loth day of July 19 87 5. The name of the contractor (if named) for such work of improvement was: Paul Gardner Corp. P_ O Box 3730 Ontario. CA 91761 I 6. The property on which said public work of improvement was completed is in the City of La Quinta, County of Riverside, State of California, and is described as follows: Washington Street at Highland Palma Drive Traffic Signal - Bid No. 86-008 7. The street address of said property is: N/A CITY OF LA OFFICIAL SEAL JANIS DAWSON m NOTARY PUBLIC - CALIFORNIA m7 GCmm. mires im 7, 1"1 me day of By. Notary Public in and for the County of Riverside, State of California. STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) , CALIFORNIA , P. E. Ronald L. Kiedrowski, being duly sworn, says: Return to: City Clerk City of La Quinta P.O. Box 1504 La Quinta, CA 92253 NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of La Quint&, 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 La Quinta is authorized and directed to execute, on behalf of said City, and and all notices of completion. 3. The address of the City of La Quinta is City Hall, 78-105 Calle Estado, La Quinta, California (P.O. Box 1504, La Quinta, CA 92253). 4. The public work improvement on the hereinafter referred to real property within the City was COMPLETED on the loth day of July 19 87 5. The name of the contractor (if named) for such work of improvement was: Panl Cardner Cory,. P. O_ Box 3730. Ontario, CA 91761 I 6. The property on which said public work of improvement was completed is in the City of La Quinta, County of Riverside, State of California, and is described as follows: Dlaahington Street at Highland Palma nrive Traffic Signal - Ria No- R6-OOR 7. The street address of said property is: N/A DATED: th OFFICIAL SEAL JANIS DAWSON NOTARY PUBLIC - CALIFORNIA RIVERSIDE COUNTY My ecmm. emir& 1M 7, 1"1 of CITY OF LA By me ,194 Notary Public in and for the County of Riverside, State of California. STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) Ronald L. Kiedrowski, being duly sworn, says: , CALIFORNIA S, P. E. That he is the City Clerk of the aformentioned City of La Quints. California, the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing notice of completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this vertification on behalf of said municipal corporation. OFFIC' ^' SEAL JANIS DAWSON m NOTARY PUBLIC - CALIFORNIA RIVERSIDE COUNTY My comm. worn 1M 7. 1991 SUBSCRIBED AND SWORN TO fore me th A day of e , 19 . City Clerk Notary Public in abnd for the County of Riverside, State of California.