Loading...
Signal Maint/Traffic Sig Ave 50 & Washington 87CITY OF LA QUINTA CONTRACT AGREEMENT FOR TRAFFIC SIGNAL IMPROVEMENTS ON WASHINGTON STREET AT 50TH AVENUE THIS CONTRACT AGREEMENT is made and entered into for the above stated project this Z/ 1-rday of Dec e, A. 2. 19 b'-) , BY AND BETWEEN the CITY OF LA QUINTA, as AGENCY, and S;' __�% /� a-,. e S dba SIGNAL CONSTRUCTION COMP IA CONTRACTOR. WITNESSETH that AGENCY and CONTRACTOR have mutually agreed as follows: ARTICLE I The contract documents for the aforesaid project shall consist of the Notice Inviting Sealed Bids, Instructions to Bidders, Proposal,General Specifications, Standard Specifications, 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 affidavits; 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 contract 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 obligations 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 acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties 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 conditions 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 contract documents. ARTICLE V CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer to be insured against liability 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 Agreement represent all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal 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: . ! SIGNAL MAINTENANCE, INC. dba/ SIGNAL CONSTRUCTION COMPANY YOR — CITY OF 4LAU—INTA (CORPORATION NAME — TAPE)_ ATTEST: %ORPORATE ACKNOWLEDGMENT State of CALIFORNIA 1 SS. County of ORANGE 11 .7' OFFICIAL SIVf a, ;RENE C. SPEER "hFO4NA ORPORATE ACKNOWLEDGMENT State of CALIFORNIA l SS. County of ORANGE } rk as NO. 202 On this the Rth day of UNITARY 19 88, before me, IRENE C. SPEER the undersigned Notary Public, personally appeared WILLIAM C. SONDERGARD ® personal ly.known tome ❑ proved to me on the basis of satisfactory evidence to be the person(s) who executed the within Instrument as or on behalf of the corporation therein named, and acknowledged to me that the corporation executed It. WITNESS my hand and official seal. NATIONAL NOTARY ASSOCIATION a 23012 Venture Blvd. a P.O. BOX 4625 a WOOdland HIIIA CA 91365d625 NO. 202 On this the 8th day of JANUARY 19--a, before me, IRENE C. SPEER the undersigned Notary Public, personally appeared DOLORES BYRNE IX personally known tome ❑ proved to me on the basis of satisfactory evidence to be the person(s) who executed the within Instrument as or on behalf of the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. 0122 NATIONAL NOTARY ASSOCIATION a 23012 Ventura Blvd. a P.O.Box4625 a Woodland Hills. CA 913654625 CITY OF LA QUINTA GENERAL PROVISIONS FOR TRAFFIC SIGNAL IMPROVEMENTS ON WASHINGTON STREET AT 50TH 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 publisher, 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, construction materials, and construction methods 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. GENERAL PROVISIONS SECTION I - TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS. Agency/City - City of La Quinta Board - City Council Caltrans - California Department of County - County of Riverside Engineer - City Engineer Federal - United States of America State - State of California GP-1 Transportation r 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 Contractor 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 officials. 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 corporation have the authority to do so. 2-4 CONTRACT BONDS. Both the Material and Labor Bond shall hundred percent (100%) of the and Labor Bond shall remain in after the date of recordation Faithful Performance Bond will after said date. 2-5 PLANS AND SPECIFICATIONS. Faithful Performance Bond and the each be for not less than one total contract amount. The Material force until thirty-five (35) days of the Notice of Completion. The not be released until one year 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 conditions. 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 2-9.3 Surveying Services. The Contractor shall provide and be responsible for the performance and accuracy of surveying and construction staking as adequate for construction of this project, including replacement of lost or disturbed stakes. All surveying and construction staking shall be under the supervision of a Registered Land Surveyor or Registered Civil Engineer. The Contractor shall provide the City Engineer copies of all cut, grade, and calculation sheets for Agency review. GP-2 T Payment for Construction Staking, shall be deemed as included in the payment for the various items of work and no additional compensation will be allowed. SECTION 4 - CONTROL OF MATERIALS The Contractor's attention is directed to the provisions of Section 4, including the provisions regarding inspection and testing, and use of equivalent materials. The Agency will pay for inspection and materials testing. The Contractor shall pay for retests due to failure to meet specifications. 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 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 structures. The utility companies listed below can be contacted as indicated. 1. Southern California Gas Company USA Member Utility, Phone 1-800-422-4133 Protection of existing facilities by Contractor. 2. Imperial Irrigation District Local Telephone (619) 398-5811 USA Member Utility, Phone 1-800-422-4133 Protection of existing facilities by Contractor. 3. General Telephone Company USA Member Utility, Phone 1-800-422-4133 Protection of existing facilities by Contractor. 4. Coachella Valley Water District USA Member Utility, Phone 1-800-422-4133 Protection of existing facilities by Contractor. 5. Palmer Cablevision Local Telephone (619) 340-1312 Protection of existing facilities by Contractor. The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operating condition. The Contractor shall notify the Southern California Gas Company's Headquarters Planning Office at (714) 369-0680 at least 2 working days prior to the start of construction. GP-3 r The Contractor simultaneously acknowledges the intent of the City to simultaneously award a contract for construction of street improvements at the same intersection and that no guarantee is made that said award will be to the same Contractor providing the signal. In the event of awards to different Contractors, each shall schedule his work and conduct his operation as to permit access and time for the other to accomplish the required work. Payment for the above, including any remobilization required, shall be deemed as included in the items of work as shown on the proposal bid sheet and no additional compensation will be allowed. 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 submitted 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 Notice 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 construction methods, and clarify inspection procedures. The Contractor shall submit periodic Progress Reports to the Engineer by the tenth 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. 6-7 TIME OF COMPLETION. 6-7.1 General. The time for completion shall be 90 working days after Notice to Proceed. 6-7.2 Working Day. Construction operations and maintenance of equipment within one half mile of human occupancy shall be performed only during the time periods as follows• October 1st to April 30th: Monday -Friday 7:00 AM to 5:30 PM Saturday 8:00 AM to 5:30 PM May 1st to September 30th: Monday -Friday 6:00 AM to 7:00 PM Saturday 8:00 AM to 5:00 PM Work shall be prohibited any time on Sunday or Federal Holidays. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. GP-4 T In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. 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 Contractor. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day in excess of the time specified, as adjusted in accordance with Subsection 6-6, for completion of the work the Contractor shall pay to the Agency, or have withheld from monies due it, the sum of $100.00. 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 (50') shall apply to all construction equipment on or related to the job whether owned by the Contractor or not. The use of excessively 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, suppliers 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 offers. 7-3 LIABILITY INSURANCE. The Contractor shall indemnify and save harmless the City of LA QUINTA, the State of California, the County of Riverside, and/or any incorporated city from all claims or suits for damages arising from his prosecution of the contract work, as more fully described under "Contractor's Liability." The Contractor shall maintain during the life of the contract 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 GP-5 r 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 or employees 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, its City Council, or the Engineer shall not be answerable or accountable in any manner, 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 public; 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. 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, its City Council, 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 omission 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. T 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 precautions, 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 including payment of any fees, if necessary,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. 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. 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. 7-10.3 Street Closures, Detours, Barricades. It shall be the Contractor's responsibility to furnish a detailed detour signing and barricade plan for Agency approval. The Contractor shall provide, at his expense, advanced warning signs advising the public of the impending major construction project on Washington Street and 50th Avenue and his proposed schedule. Said signs shall be posted at all major approaches to the construction zones a minimum of two weeks prior to the start of construction. Payment for the above shall be deemed as included in the lump sum price bid for clearing and grubbing and no additional compensation shall be allowed. 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. GP-7 T SECTION 9 - MEASUREMENT AND 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. 9-3.3 Delivered Materials. Materials and equipment delivered but not incorporated into the work will not be included in the estimate for progress payment, subject to the discretion of the City Engineer. 9-3.4 Mobilization. Mobilization shall consist of preparatory work and operations,including but not limited to those necessary for the movement of personnel, equipment, supplies,and incidentals to the project site; for the establishment of all offices, buildings and other facilities necessary for the work on this project; and for all other work and operations which must be performed or cost incurred prior to beginning work on the various contract items on the project site. The compensation paid for mobilization shall be included in the contract lump sum price for the traffic signal improvements and shall be full compensation for all costs incurred by the Contractor for doing all the work involved in mobilization as specified herein. Payment for mobilization will be included with the first monthly progress payment and shall be considered full compensation for the cost of such mobilization and administered for the entire contract period. MIM T CITY OF LA QUINTA SPECIAL PROVISIONS FOR TRAFFIC SIGNAL IMPROVEMENTS ON WASHINGTON STREET AT 50TH AVENUE FLOW AND ACCEPTANCE OF WATER 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 probability 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. SECTION 310 — TRAFFIC STRIPING, MARKINGS AND MARKERS 310-5.6.1 General. [Add the following]: Traffic signs and legends, shall conform to the California Department of Transportation _Traffic Sign Specification, Traffic Manual, Maintenance Manual and Standard Specifications and Sections 210 and 310 of the Standard Specifications for Public Works Construction as modified by these Special Provisions. Traffic control shall be as per "WATCH" handbook. Pavement legends shall conform to Agency stencils. Markings and pavement legends shall be reflectorized. 310-5.6.7 Layout, Alignment, and Spotting. [Add the following]: LAYOUT — The Contractor shall furnish the necessary control points for all markings, and shall be responsible for the completeness and accuracy thereof to the satisfaction of the Engineer. SP-1 T SPOTTING - Spotting shall be completed prior to the removal of any existing markings. Existing markings shall be removed prior to painting new ones, but in no case shall any section of street be left without the proper markings for more than 24 hours, or over weekends or holidays. NO MARKINGS SHALL BE PAINTED UNTIL THE LAYOUT AND SPOTTING HAVE BEEN SPECIFICALLY APPROVED BY THE ENGINEER. 310-5.6.8 Application of Paint. [Add the following]: Paint for Traffic Markings shall be applied in two coats. The rate of application for both coats shall be 16 to 18 gallons per mile of solid 4-inch wide stripe (one gallon per 98 square feet). The dry paint film thickness of each coat shall be 8 to 10 mils. Glass beads shall be applied to each coat at the rate of 110 pounds per mile of solid 4-inch wide stripe (one pound per 167 square feet). Any removal of conflicting traffic markings shall be accomplished by the wet sandblasting method or waterblasting method. The machine used for this purpose shall meet all requirements of the air pollution control district having jurisdiction in the project area. All sand used in wet sandblasting shall be removed by the use of a street sweeper without delay as the operation progresses. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.6.1 General. [Replace with the following]: The paint for traffic striping and marking shall be as follows: A. Rapid Dry Water -Borne Traffic Line Paint; White, Yellow and Black; California Material Specification 8010-42L-30. B. Rapid Dry Solvent -Borne Traffic Line Paint, White, Yellow and Black; California Material Specification 8010-12F-05. C. Fast Dry Solvent -Borne Traffic Line Paint; White, Yellow and Black; California Material Specification 8010-51K-04. Thinner shall not be mixed with paint. Paint shall dry "tack -free" within thirty (30) minutes. Paint used for pavement legends shall be a compound of paint and glass beads. SP-2 T 210-1.6.5 Reflective Material. [Replace the first sentence of the second paragraph with the following]: Glass beads for traffic paint shall conform to State Material Specification 8010-71L-22. 310-6.10. Measurement and Payment. [Replace with the following]; Compensation for traffic signs and markings shall be deemed as included in the lump sum price paid for the traffic signal installation and shall include full compensation for furnishing all labor, material (including adhesives, glass beads and paint), tools, equipment and incidentals, and for doing the work involved in installing traffic signs, markers complete in place, including removal of existing conflicting markings, removal of existing signs, and necessary traffic control as shown on the plans, and as specified in these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed. Removed signs in good condition shall be salvaged and delivered to the City yard. SP-3 T EQUIPMENT LIST AND DRAWINGS Equipment list and drawing of electrical equipment and material shall conform to the provision in Seotion 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. 'I?-1 T 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. TP-2 T Conductors No. 8 AWG and larger shall be stranded. Nylon -jacketed conductors shall,46be used. SPLICE INSULATION F� 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-3 T 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-4 T 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-5 ■d The luminaires to be installed shall be 120 volt cut-off type high pressure sodium vapor with integral constant wattage ballast. The luminaires shall be furnished with lamps, and detachable power unit assemblies. The power unit assemblies 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. PAYMENT The lump sum price paid for traffic signal, safety lighting, signing and marking shall include all mobilization, equipment, material, incidentals, tools, labor, and items of work as called for in the plans; specifications and contract documents, and no additional compensation shall be allowed. TP-6 T C Return to: Rewrdl�g Requested By: K �g City Clerk - S m a City of La Quinta00 P. 0. Box 1504 (s a' La Quinta, CA 92253 cO NOTICE OF COMPLETION o C 1�11 dc NOTICE IS HEREBY given that: LL 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, any 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 88was COMPLETED on the Ind day of AUGUST 5. The name of the contractor (if named) for such work of improvement was: SIGNAL MAINTENANCE 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: TRAFFIC SIGNAL ON WASHINGTON STREET AND 50th AVENUE pnnirr�R7_n17 7. The street address of said property is: DATED: AUGUST 2 1988 PI/A CITY QTJ LA QUINTA, CALIFORNIA - A L. JUHOLA Title CITY CLERK r- STATE OF CALIFORNIA) COUNTY OF RIVERSIDE) ss of the governing I hereby certify that I am the CITY CLERK board of the CITY OF LA QUINTA the political subdivision which executed th whose behalf I make this verification; that I know its contents, and that the same is true. of perjury that the foregoing is true Executed at TNnrn Calif. e foregoing notice and on have read said notice, I certify under penalty T