HomeMy WebLinkAboutBID - 10182 Traffic Signal Poles City of Financial Services
Purchasing Division
■ Fo215 N.Mason St.2"d Floor
F6rt
Collins
Box 580
Fort Collins,CO 80522
970.221.6775
fcgov.com/Purchasing
INVITATION TO BID
10182 TRAFFIC SIGNAL POLES
BID OPENING: 3:00 PM MT (our clock), July 9, 2025
The City of Fort Collins is requesting bids from qualified Vendors for traffic signal poles and
appurtenances per the included requirements, specifications and drawings. Vendors responding
to this bid must comply with the federal requirements and include a signed and completed
certification for compliance to the Buy America, Build America Act (BABA) Buy America and the
Byrd Anti-Lobbying Amendment Certification.All bid prices shall be FOB City of Fort Collins Traffic
Department.
As part of the City's commitment to Sustainable Purchasing, electronic bid submission is
preferred. Bids shall be submitted online through the Rocky Mountain E-Purchasing
System (RMEPS) at http://www.bidnetdirect.com/colorado/city-of-fort-collins. Please note:
submitting bids through RMEPS may need additional time for completion. Bids not submitted by
the designated Opening Date and Time will not be accepted by the system.
The City encourages all disadvantaged business enterprises to submit bid in response to all
invitations to bid. No individual or business will be discriminated against on the grounds of race,
color, sex, or national origin. It is the City's policy to create a level playing field on which DBEs
can compete fairly and to ensure nondiscrimination in the award and administration of all
contracts.
Public Bid Opening: Bid opening will be conducted shortly after 3:00 PM MT on [DATE]. Bid
openings will be conducted by videoconference. At said place and time, and promptly thereafter,
all Bids that have been duly received will publicly opened and read aloud. To access the Bid
opening, please follow the link:
Join the meeting now
Meeting ID: 275 257 042 387 1
Passcode: CJ7iF6sS
Alternatively, the bid opening can be accessed via phone. This option will only allow you to hear
the audio presentation.
Dial in by phone
+1 970-628-0892„79463916# United States, Grand Junction
Find a local number
Phone conference ID: 794 639 16#
Any additional questions must be submitted in writing via email,to Adam Hill Senior Buyer
at adhill@fcgov.com, no later than 3:00 PM MT (our clock) on June 30, 2025. Please format
your e-mail to include: Bid 10182 Traffic Signal Poles in the subject line. Questions received
after this deadline may not be answered. Responses to all questions submitted before the
deadline will be addressed in an addendum and posted on the Rocky Mountain E-Purchasing
System webpage.
BID 10182 Traffic Signal Poles Page 1 of 60
Rocky Mountain E-Purchasing System hosted by BidNet:
A copy of the Bid may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-colIins.
This BID has been posted utilizing the following Commodity Code(s):
28555 Lighting, Area Pole or Standard Mounted
28580 Street Light Poles and Standards
55085 Traffic Signal Poles, Standards and Brackets
Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the
provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-
4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract
entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded
full and fair opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
The City strictly prohibits unlawful discrimination based on an individual's gender (regardless of
gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age
40 years or older, marital status, disability, sexual orientation, genetic information, or other
characteristics protected by law. For the purpose of this policy "sexual orientation" means a
person's actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality.
The City also strictly prohibits unlawful harassment in the workplace, including sexual
harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages
in protected activity. Protected activity includes an employee complaining that he or she has been
discriminated against in violation of the above policy or participating in an employment
discrimination proceeding.
The City requires its Vendor to comply with the City's policy for equal employment opportunity
and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to
all third-party Vendor and their subcontractors/subconsultants at every tier.
Colorado Open Records Act: The City is a governmental entity subject to the Colorado Open
Records Act, C.R.S. §§ 24-72-200.1 et seq. ("CORA"). Any bid submitted hereunder is subject
to public disclosure by the City pursuant to CORA and City ordinances. All submitted bids, Bid
Forms, and the awarded contract will be considered public records subject to disclosure
under CORA. By responding to this Bid, Vendor hereby waives any and all claims for damages
against the City for the City's good faith compliance with CORA.
Special Instructions:
All bids must be properly signed by an authorized representative of the company with the legal
capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour
set for closing. Once bids have been accepted by the City and closing has occurred, failure to
enter into contract or honor the purchase order will be cause for removal of supplier's name from
the City of Fort Collins' bidders list for a period of twelve months from the date of the opening.
The City may also pursue any remedies available at law or in equity. Bid prices must be held firm
for a period of ninety (90) days after bid openings.
Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained
in the City's specifications initially provided to the Vendor. Any proposed modification must be
accepted in writing by the City prior to award of the bid.
Only bids properly received by the Purchasing Office will be accepted. All bids should be
clearly identified by the bid number and bid name contained in the bid proposal.
BID 10182 Traffic Signal Poles Page 2 of 60
No bid will be accepted from, or any purchase order awarded, to any person, firm or corporation
in default on any obligation to the City.
Bids must be furnished exclusive of any federal excise tax, wherever applicable.
Vendors must be properly licensed and secure necessary permits wherever applicable.
The City may elect where applicable, to award bids on an individual item/group basis or on a total
bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject
any and all bids, and to waive any irregularities or informalities.
Sales Prohibited/ Conflict of Interest: No officer, employee, or member of City Council, shall
have a financial interest in the sale to the City of any real or personal property, equipment,
material, supplies or services where such officer or employee exercises directly or indirectly any
decision-making authority concerning such sale or any supervisory authority over the services to
be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity, favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
Freight Terms: Unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All
freight charges must be included in prices submitted on proposal.
Collusive or Sham Bids: Any bid deemed to be collusive or a sham bid will be rejected and
reported to authorities as such. Your authorized signature of this bid assures that such bid is
genuine and is not a collusive or sham bid.
Vendor Registration: The City requires a new Vendor receiving awards from the City to submit
IRS form W-9 and requires all Vendors to accept Direct Deposit (Electronic) payment. If needed,
the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City's
Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. Please
do not submit these documents with your proposal, however, if you take exception to
participating in Direct Deposit (Electronic) payments please clearly note such in your proposal as
an exception. The City may waive the requirement to participate in Direct Deposit (Electronic)
payments at its sole discretion.
Bid results are posted online at http://www.bidnetdirect.com/colorado/city-of-fort-colIins.
�q�
Gerry Paul
Purchasing Director
BID 10182 Traffic Signal Poles Page 3 of 60
CITY OF FORT COLLINS
GENERAL INFORMATION
The City of Fort Collins is requesting bids from qualified Vendors for traffic signal poles and
appurtenances per the included requirements, specifications and drawings. Vendors responding
to this bid must comply with the federal requirements and include a signed and completed
certification for compliance to the Buy America, Build America Act (BABA), Buy America Act and
Byrd Anti-Lobbying Amendment Certification.All bid prices shall be FOB City of Fort Collins Traffic
Department.
Schedule
The following represents the City's target schedule for the bid. The City reserves the right to
amend the target schedule at any time.
• Bid issuance: June 17, 2025
• Question deadline: 3:00 PM MT on June 30, 2025
• Issue Final Addendum July 2, 2025
• Bid Opening Date: 3:00 MT (our clock) on July 9, 2025
• Award of Contract (tentative): Week of July 14, 2025
Method of Award
The City reserves the right to award to multiple Vendors in whatever percentages are most
advantageous to the City.
Award(s) from this bid will be based on the lowest responsive and responsible bid price with
consideration to delivery lead-time and exceptions to the specifications and/or contract terms.
Bidders must complete pricing for all items on the bid schedule to be considered responsive.
Future orders may be authorized, at the option of the City, from this bid for a period of five years
after bid closing date. Satisfactory pricing and delivery are required for future orders based on
this bid.
Aqreement
The awarded Vendor will receive a Purchase Order from the City authorizing Work under this
Agreement. Vendor should not begin any Work prior to receipt of the Purchase Order.
The awarded Vendor will be required to sign the City's standard Services Agreement, a sample
of which is attached in Section VI for reference only. In the event the City has agreements with
multiple Vendors for the Work, the City reserves the right to choose which Vendor to contact
regarding the project, unless order of preference has been established during the contracting
process. The Agreement will be effective for a period of one year. At the option of the City, the
Agreement may be extended for up to an additional four (4) one-year periods. Renewals and
pricing changes shall only be negotiated and agreed to by both parties at least thirty (30) days
prior to Agreement expiration. Written notice of renewal shall be provided to the Vendor and
mailed no later than thirty (30) days prior to the Agreement expiration date.
Individual Work assignments will be requested and agreed to by the City Project Manager. Each
proposal from Vendor must include a start and completion date, total cost and a general summary
BID 10182 Traffic Signal Poles Page 4 of 60
of work. Fees outlined in the Vendor's proposal must conform with those submitted in the BID
response and subsequently included in the Agreement.
Any changes to the dates, cost or scope of any order must be agreed upon in writing by the City
Project Manager.
Invoices & Payments
Invoices should be emailed after a shipment to invoices@fcgov.com with a copy to the Project
Manager. The cost of the item(s) delivered shall be paid to the Vendor following the submittal of
a correct invoice. Vendor should include Purchase Order Number and a detailed description of
item(s) on each invoice submitted. The City pays invoices on Net 30 terms.
Fees, Licenses, Permits
The successful Vendor shall be responsible for obtaining any necessary licenses, fees or permits
without additional expense to the City. All equipment shall be properly licensed and insured, carry
the appropriate permits and be placarded as required by law.
Laws and Regulations
All Work and/or materials must meet current standards in force by recognized technical and
professional societies, trade and materials supply associations, institutes and organizations,
bureaus and testing laboratories.
The Vendor agrees to comply fully with all applicable local, State of Colorado and Federal laws
and regulations and municipal ordinances to include American Disabilities Act(ADA). The Vendor
further agrees to comply fully with the Occupational Safety and Health Act, all regulations issued
there under, and all state laws and regulations enacted and adopted pursuant thereto.
Insurance
Vendor is responsible for providing the City with insurance as required in the attached Agreement.
Warranty
Vendor warrants all equipment, materials, labor and other work, provided under this Agreement,
except City-furnished materials, equipment and labor, against defects and nonconformances in
design, materials and workmanship/ workwomanship for a period beginning with delivery and
ending five (5) years from and after final acceptance under the Agreement, regardless whether
the same were furnished or performed by Vendor or by any of its subcontractors of any tier. Upon
receipt of written notice from City of any such defect or nonconformances, the affected item or
part thereof shall be redesigned, repaired or replaced by Vendor in a manner and at a time
acceptable to City.
Delivery
Delivery of all items shall be to:
City of Fort Collins Traffic Operations
626 Linden Street
Fort Collins, CO 80524
Freight terms: F.O.B. destination freight prepaid. All freight charges must be included in pricing
submitted on the Bid Schedule and not entered as separate pricing. Any surcharges or additional
costs shall be noted & included in proposed pricing.
BID 10182 Traffic Signal Poles Page 5 of 60
CITY OF FORT COLLINS
BID SUBMITTAL INSTRUCTIONS
The following items must be provided in the bid submittal package:
1) Completed Bid Submittal Form, consisting of ( ) pages, including:
• Bid Schedule
• Experience & References List, providing documentation of at least three (3)
reference projects.
• Buy America, Build America Act (BABA), Buy America Act and Byrde Anti-
Lobbying Amendment Certifications.
• Acknowledgement.
• Additional documents may be submitted in Word or PDF.
Failure to submit any of the above may result in your bid being considered non-responsive.
BID 10182 Traffic Signal Poles Page 6 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
VENDOR NAME:
SUBMITTAL DATE:
A. BID SCHEDULE
ADD PRICING, LEAD TIME
ITEM STANDARD MASTARM DESCRIPTION UNIT COST
NUMBER PLANS LENGTH
1 S414-40A 0' TS POLE BASE SECTION WITH 0' $
MASTARM GV WITH ABS
2 S414-40A 15' TS POLE BASE SECTION WITH 15' $
MASTARM GV WITH ABS
TS POLE BASE SECTION WITH 20'
3 5414-40A 20' MASTARM GV WITH ABS $
4 S414-40A 25' TS POLE BASE SECTION WITH 25' $
MASTARM GV WITH ABS
5 S414-40A 30' TS POLE BASE SECTION WITH 30' $
MASTARM GV WITH ABS
6 S414-40A 35' TS POLE BASE SECTION WITH 35' $
MASTARM GV WITH ABS
7 S414-40A 40' TS POLE BASE SECTION WITH 40' $
MASTARM GV WITH ABS
8 S414-40A 45' TS POLE BASE SECTION WITH 45' $
MASTARM GV WITH ABS
9 S414-40A 50' TS POLE BASE SECTION WITH 50' $
MASTARM GV WITH ABS
10 S414-40A 55' TS POLE BASE SECTION WITH 55' $
MASTARM GV WITH ABS
POLE TOP EXTENSION TO 30' MTG HT
11 S614-40A NONE WITH ATTACHMENT PLATE FOR(1) $
LUMINAIRE ARM
12 S414-40 60' TS POLE BASE SECTION WITH 60' $
MASTARM GV WITH ABS
13 S414-40 65' TS POLE BASE SECTION WITH 65' $
MASTARM GV WITH ABS
POLE TOP EXTENSION TO 30' MTG HT
14 S614-40 NONE WITH ATTACHMENT PLATE FOR(1) $
LUMINAIRE ARM
TS POLE BASE SECTION WITH 70'
15 5414-40 70' MASTARM GV WITH ABS $
TS POLE BASE SECTION WITH 75'
16 5414-40 75' MASTARM GV WITH ABS
POLE TOP EXTENSION TO 30' MTG HT
17 S614-40 NONE WITH ATTACHMENT PLATE FOR(1) $
LUMINAIRE ARM
TS POLE BASE SECTION WITH 0'
18 S414-40A 0' MASTARM GV WITH ABS&CDOT $
'DUPLEX COATING
BID 10182 Traffic Signal Poles Page 7 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
TS POLE BASE SECTION WITH 15'
19 S414-40A 15' MASTARM GV WITH ABS&CDOT $
'DUPLEX COATING
TS POLE BASE SECTION WITH 20'
20 S414-40A 20' MASTARM GV WITH ABS&CDOT $
'DUPLEX COATING
TS POLE BASE SECTION WITH 25'
21 S414-40A 25' MASTARM GV WITH ABS&CDOT $
'DUPLEX COATING
TS POLE BASE SECTION WITH 30'
22 S414-40A 30' MASTARM GV WITH ABS&CDOT $
'DUPLEX COATING
TS POLE BASE SECTION WITH 35'
23 S414-40A 35' MASTARM GV WITH ABS&CDOT $
'DUPLEX COATING
TS POLE BASE SECTION WITH 40'
24 S414-40A 40' MASTARM GV WITH ABS&CDOT $
'DUPLEX COATING
TS POLE BASE SECTION WITH 45'
25 S414-40A 45' MASTARM GV WITH ABS&CDOT $
'DUPLEX COATING
TS POLE BASE SECTION WITH 50'
26 S414-40A 50' MASTARM GV WITH ABS&CDOT $
'DUPLEX COATING
TS POLE BASE SECTION WITH 55'
27 S414-40A 55' MASTARM GV WITH ABS&CDOT $
'DUPLEX COATING
POLE TOP EXTENSION TO 30' MTG HT
28 S614-40A NONE WITH ATTACHMENT PLATE FOR(1) $
LUMINAIRE ARM &CDOT'DUPLEX
COATING
TS POLE BASE SECTION WITH 60'
29 S414-40 60' MASTARM FP/GV WITH ABS&CDOT $
'DUPLEX COATING
TS POLE BASE SECTION WITH 65'
30 S414-40 65' MASTARM FP/GV WITH ABS&CDOT $
'DUPLEX COATING
POLE TOP EXTENSION TO 30' MTG HT
31 5614-40 NONE WITH ATTACHMENT PLATE FOR(1) $
LUMINAIRE ARM &CDOT'DUPLEX
COATING
TS POLE BASE SECTION WITH 70'
32 S414-40 70' MASTARM FP/GV WITH ABS&CDOT $
'DUPLEX COATING
TS POLE BASE SECTION WITH 75'
33 S414-40 75' MASTARM FP/GV WITH ABS&CDOT $
'DUPLEX COATING
POLE TOP EXTENSION TO 30' MTG HT
34 5614-40 NONE WITH ATTACHMENT PLATE FOR(1) $
LUMINAIRE ARM &CDOT'DUPLEX
COATING
35 10' LUMINAIRE ARM GALVANIZED $
BID 10182 Traffic Signal Poles Page 8 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
36 10' LUMINAIRE ARM FP/FV CDOT DUPLEX
COATING
37 15' LUMINAIRE ARM GALVANIZED $
38 15' LUMINAIRE ARM FP/FV CDOT DUPLEX $
COATING
39 S614-40A 20' TS MASTARM ONLY 20'GV WITH ABS $
40 S614-40A 25' TS MASTARM ONLY 25'GV WITH ABS $
41 S614-40A 30' TS MASTARM ONLY 30'GV WITH ABS $
42 S614-40A 35' TS MASTARM ONLY 35'GV WITH ABS $
43 S614-40A 40' TS MASTARM ONLY 40'GV WITH ABS $
44 S614-40A 45' TS MASTARM ONLY 45'GV WITH ABS $
45 S614-40A 50' TS MASTARM ONLY 50'GV WITH ABS $
46 S614-40A 55' TS MASTARM ONLY 55'GV WITH ABS $
TS MASTARM ONLY 20'GV WITH ABS
47 5614 40A 20' &CDOT'DUPLEX COATING'
48 5614-40A 25'
TS MASTARM ONLY 25'GV WITH ABS
&CDOT'DUPLEX COATING'
TS MASTARM ONLY 30'GV WITH ABS
49 5614-40A 30' $
&CDOT'DUPLEX COATING'
50 5614-40A 35'
TS MASTARM ONLY 35'GV WITH ABS
&CDOT'DUPLEX COATING'
51 5614-40A 40'
TS MASTARM ONLY 40'GV WITH ABS
&CDOT'DUPLEX COATING'
TS MASTARM ONLY 45'GV WITH ABS
52 5614-40A 45' $
&CDOT'DUPLEX COATING'
53 5614-40A 50'
TS MASTARM ONLY 50'GV WITH ABS
&CDOT'DUPLEX COATING'
TS MASTARM ONLY 55' GV WITH ABS
54 5614-40A 55' $
&CDOT'DUPLEX COATING'
TOTAL BASE BID $
IN WORDS:
Delivery Lead-Time:
Note: All unit pricing to include freight to the City.
BID 10182 Traffic Signal Poles Page 9 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
B. EXPERIENCE & REFERENCES LIST
PROJECT#1
Project Name:
Project Type:
Location:
Contract Amount: $
Client:
Contact Name: Title:
Phone: Email:
Start Date: Completion Date:
Was the Project completed on time? ❑ Yes ❑ No
If no, please describe:
Was the Project completed within the original budget? ❑ Yes ❑ No
If no, please describe:
Additional information:
BID 10182 Traffic Signal Poles Page 10 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
PROJECT#2
Project Name:
Project Type:
Location:
Contract Amount: $
Client:
Contact Name: Title:
Phone: Email:
Start Date: Completion Date:
Was the Project completed on time? ❑ Yes ❑ No
If no, please describe:
Was the Project completed within the original budget? ❑ Yes ❑ No
If no, please describe:
Additional information:
BID 10182 Traffic Signal Poles Page 11 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
PROJECT#3
Project Name:
Project Type:
Location:
Contract Amount: $
Client:
Contact Name: Title:
Phone: Email:
Start Date: Completion Date:
Was the Project completed on time? ❑ Yes ❑ No
If no, please describe:
Was the Project completed within the original budget? ❑ Yes ❑ No
If no, please describe:
Additional information:
PLEASE NOTE: THE CITY RESERVES THE RIGHT TO REQUEST AND CONTACT ADDITIONAL
REFERENCES.
BID 10182 Traffic Signal Poles Page 12 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
C. Federal Required Forms
BUILD AMERICA, BUY AMERICA CERTIFICATION
Build America—Construction materials used in the Project are subject to the domestic
preference requirement of the Build America, Buy America Act, Pub. L. 117-58, div. G,tit. IX,
§§7091 1 —70927 (2021), as implemented by the U.S. Office of Management and Budget, the
U.S. Department of Transportation, and FTA. The Recipient acknowledges that this agreement is
neither a waiver of§ 70914(a) nor a finding under § 70914(b).
Buy America—The domestic preference requirements of 49 U.S.C. § 53230), and FTA
regulations, "Buy America Requirements,"49 CFR Part 661, to the extent consistent with 49
U.S.C. 53230) apply to this contract.
BIDDER MUST SIGN THE FOLLOWING:
Certification requirement for Build America,Buy America.
The bidder or offeror hereby certifies that it will meet the requirements of Build America, Buy
America.
Date
Signature
Company Name
Title
BID 10182 Traffic Signal Poles Page 13 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
BUY AMERICA CERTIFICATION
BUY AMERICA
The Vendor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide that
Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-
funded projects are produced in the United States, unless a waiver has been granted by FTA or
the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and
include final assembly in the United States for 15 passenger vans and 15 passenger wagons
produced by Chrysler Corporation, and microcomputer equipment and software. Separate
requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. Rolling
stock must be assembled in the United States and have a 60 percent domestic content.
A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification
(below)with all bids or offers on FTA-funded contracts, except those subject to a general waiver.
Bids or offers that are not accompanied by a completed Buy America certification must be
rejected as nonresponsive. This requirement does not apply to lower tier subcontractors.
BIDDER MUST SIGN ONE 1) OF THE FOLLOWING:
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S.C. 53236)(1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and
the applicable regulations in 49 C.F.R. Part 661.5.
Date
Signature
Company
Name
Title
Certificate of Non-Compliance with 49 U.S.C. 53236)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.
53230)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C.
53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7.
Date
Signature
BID 10182 Traffic Signal Poles Page 14 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
Company Name
Title
BID 10182 Traffic Signal Poles Page 15 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)
CERTIFICATION
The Vendor attests that it has filed the required certification under the Byrd Anti-Lobbying
Amendment. The Vendor attests that it has certified that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to influence an
officer or employee of any agency, a member of Congress, officer or employee of Congress, or
an employee of a member of Congress in connection with obtaining any Federal Contract, grant
or any other award covered by 31 U.S.C.1352. The Vendor further attests that it has disclosed,
and will continue to disclose, any lobbying with non-Federal funds that takes place in connection
with obtaining any Federal award.
The undersigned certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of an agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any
person for making lobbying contacts to an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress
in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions [as amended by"Government wide Guidance
for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96).
(3)The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements)and that all subrecipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying
Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to
a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
The Vendor, , certifies or affirms the truthfulness and
accuracy of each statement of its certification and disclosure, if any. In addition, the Vendor
understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification
and disclosure, if any.
Entity Name
Signature of Authorized Official
Name and Title of Authorized Official
Date
BID 10182 Traffic Signal Poles Page 16 of 60
10182 Traffic Signal Poles
BID SUBMITTAL FORM
D. ACKNOWLEDGEMENT
This form may not be redlined and must be submitted with your bid.
Vendor hereby acknowledges receipt of the City of Fort Collins Bid and acknowledges that it
has read and agrees to be fully bound by all of the terms, conditions and other provisions set
forth in 10182 Traffic Signal Poles except as otherwise noted. Additionally, Vendor hereby
makes the following representations to City:
a. All of the statements and representations made in this proposal are true to the best of the
Vendor's knowledge and belief.
b. Vendor commits that it is able to meet the terms provided in this proposal.
c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof.
d. Vendor further agrees that the method of award is acceptable.
e. Vendor also agrees to complete the proposed Notice of Award (NOA)with the City of Fort
Collins within 10 days of notice of award. If NOA is not completed and signed within 10
days, City reserves the right to cancel and award to the next highest rated firm.
f. Vendor acknowledges receipt of _addenda.
g. Vendor acknowledges no conflict of interest.
h. Vendor has signed and attached the Buy America, Build America Act (BABA), Buy
America Act and Byrde Anti-Lobbying Amendment Certifications.
i. Vendor acknowledges that the City is a governmental entity subject to the Colorado Open
Records Act, C.R.S. §§ 24-72-200.1 et seq. ("CORA"). Any bid submitted hereunder is
subject to public disclosure by the City pursuant to CORA and City ordinances. All
submitted bids, Bid Forms, and the awarded contract will be considered public
records subject to disclosure under CORA. By responding to this Bid, Vendor hereby
waives any and all claims for damages against the City for the City's good faith compliance
with CORA.
Legal Firm Name:
Physical Address:
Remit to Address:
Phone:
Name of Authorized Agent of Firm:
Signature of Authorized Agent:
Primary Contact for Project:
Title: Email Address:
Phone: Cell Phone:
NOTE: ALL BID SUBMITTAL FORM PAGES MUST BE COMPLETED, SIGNED WHERE
REQUIRED & RETURNED WITH YOUR BID PROPOSAL PACKAGE.
BID 10182 Traffic Signal Poles Page 17 of 60
E. SCOPE OF WORK
Estimate of Quantities
The City estimates it will order an average of 12-16 poles/mast arms, pole top
extensions and luminaire arms each year. There are no guarantees of quantities.
Federal Requirements
All purchases utilizing federal funding must comply with Build America Buy America,
Buy America and Appendix II: Contract Provisions for non-Federal Entity Contracts
Under Federal Awards attached.
Unit Pricing
See above Bid Schedule.
All unit pricing to include freight to the City of Fort Collins, 626 Linden Street, Fort
Collins, CO.
Specifications/ Drawings
Colorado Department of Transportation (CDOT) S-Standard plans and drawings are
found on the following website and are attached below.
https://www.codot.gov/safety/traffic-safety/design/s-standards
To be qualified, manufacturers must be approved by the CDOT Bridge Division.
Component Notes
Traffic Signal (TS) Pole Base Sections shall include base section, mast arm (size as
denoted), mast arm mounting bolts, anchor bolts, anchor bolt steel template and all
hardware necessary to make a complete assembly.
Pole Top Extensions shall include end section, luminaire arm mounting bolts, and all
hardware necessary to secure the Pole Top Extension (end section) to a TS Pole
Base Section.
Components that are to be painted shall be galvanized inside and outside after
fabrication and painting shall conform to CDOT Section 522, Duplex Coating System.
Revision of Section 522 specifications are found on the following website and are
attached below.
https://www.codot.gov/business/designsupport/cdot-construction-
specifications/2019-construction-specifications
Delivery
Delivery shall be made to the City's Traffic Operations Facility at 626 Linden Street,
Fort Collins, CO 80524 and will require 48 hours advance notice to schedule the
unloading. Contact Traffic personnel at 970-221-6630.
BID 10182 Traffic Signal Poles Page 18 of 60
GENERAL NOTES 24. ALL ELECTRICAL CONNECTIONS TO THE SIGNALS SHALL BE GROUNDED IN ACORDANCE WITH APPLICABLE
ELECTRICAL CODES.
1. REFER TO ROADWAY PLANS FOR THE ACTUAL CONFIGURATION AND LOCATION OF TRAFFIC SIGNAL HEADS AND 25. TRAFFIC SIGNAL STRUCTURES HAVE BEEN DESIGNED IN ACCORDANCE WITH THE AASHTO STANDARD SPECIFICATIONS FOR
SIGNS MARKED WITH A ■ . STRUCTURAL SUPPORTS FOR HIGHWAY SIGNS,LUMINAIRES,AND TRAFFIC SIGNALS,FOURTH EDITION,2001.
2. ALL POLES AND ARMS SHALL BE FABRICATED WITH ASTM A572 GRADE 65 STEEL.LUMINAIRE ARMS MAY BE 26. A DESIGN WIND VELOCITY OF 100 MPH AND ONE 12'LANE WITH A 65 MPH TRUCK INDUCED GUST LOADING HAVE BEEN
FABRICATED WITH ASTM A595 GRADE A STEEL WITH A MINIMUM YIELD POINT OF 55 KSI. USED FOR THE DESIGNS HEREIN.
3. ALL POLES AND ARMS SHALL COMPLY WITH THE DIMENSIONAL TOLERANCES SPECIFIED IN ASTM A500,A501, 27, CERTIFIED MILL TEST REPORTS INCLUDING CHARPY V-NOTCH TEST RESULTS WELD INSPECTION REPORTS AND ENHANCED
OR A595. MAGNETIC PARTICLE TEST REPORTS SHALL BE SUBMITTED TO COOT STAFF 9RIDGE,2829 W HOWARD PLACE,DENVER
COLORADO,80204 AS SOON AS THEY BECOME AVAILABLE. CVN TEST RESULTS FOR ASTM A572 GRADES 42 AND 65
4. ALL POLES AND ARMS SHALL BE ROUND OR DODECAGONAL (12 SIDED) TUBES WITH A 0.14 IN/FT TAPER. STEEL SHALL HAVE A MINIMUM VALUE OF 15 FT-LBS AT 40OF AS PER THE H FREQUENCY TEST REQUIREMENTS IN
5. HARDENED WASHERS SHALL CONFORM TO ASTM F436. AASHTO T243 (ASTM A673).
28. SHOP DRAWINGS SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW IN ACCORDANCE WITH SUBSECTION 105.02 OF THE
6. ALL POLES AND ARMS SHALL BE GALVANIZED INSIDE AND OUTSIDE AFTER FABRICATION IN ACCORDANCE STANDARD SPECIFICATIONS.
WITH ASTM A123 UNLESS PAINTING IS CALLED FOR ON THE PLANS.PAINTING SHALL CONFORM TO SECTION
522,DUPLEX COATING SYSTEM. 29. DEFINITIONS: U.O.N.= UNLESS OTHERWISE NOTED
W.P.= WORK POINT
7. POLE AND MAST ARM SPLICES SHALL BE MECHANICALLY FORCED TOGETHER FOR A SNUG FIT. P=10 LB.
30. TRAFFIC SIGNALS MOUNTED ON MAST ARMS SHALL BE FURNISHED WITH ASTRO TYPE MOUNTING BRACKETS. A=1.125 SQ. FT.
8. BLIND BOLTS SHALL BE A307 GRADE A STEEL AND ARE NOT REQUIRED FOR MULTISIDED POLES. Cd=1.2
MECHANICAL ALTERNATIVES TO BLIND BOLTS UTILIZING FRICTION KEYS INTERLOCKING TEETH OR A 31. END SECTION DIAMETERS MUST BE INCREASED TO ACCOMMODATE OUT-OF-ROUNDNESS GALVANIZING THICKNESS AND SEAM (CAMERA)
COMBINATION THEREOF TO PREVENT THE BUILT-UP BOX FROM TMSTINd ON THE POLE MAY BE USED AS WELD PROFILES TO PROVIDE THE MINIMUM REQUIRED ARM SLIP SPLICE LENGTHS AID POLE MEMBER OVERLAPS.
APPROVED BY COOT STAFF BRIDGE.
32. USE 35'OF 3/" HIGH STRENGTH CHAIN (SAFE WORKING LOAD OF 5,000 LB.) TWO "S" SHAPED HOOKS PROPERLY FORGED
9. ALL MAST ARMS MORE THAN 40 FT IN LENGTH SHALL BE TWO PIECE CONSTRUCTION TO LIMIT ARM WEIGHTS. FROM 1" SQURRE BAR STOCK AND TWO 4,000 LB.CAPACITY COME-ALONGS fO SEAT THE POLE END SECTION ON ITS
BASE SECTION BY ATTACHING THE COME-ALONGS TO OPPOSING ACCESS HOLES IN THE BUILT-UP BOX WITH THE "S' P=75 LB.
10. GALVANIZED ASTM A325 H.S.BOLTS SHALL BE USED FQR ATTACHING LUMINAIRE AND MAST ARMS.A SHAPED HOOKS AND PULLING AGAINST THE CHAIN WHICH IS STRUNG UNDERNEATH THE POLE BASE PLATE.APPLY ENOUGH
LUBRICATED TIGHTENING TORQUE OF 178 FT-LBS FOR q" DIAMETER BOLTS,395 FT-LBS FOR 1" DIAMETER BOLTS FORCE TO ALIGN THE WIRE ACCESS HOLES AND TO SEAT THE SLIP SPLICE WITHIN 4" OF THE SPECIFIED LENGTH. A=3.3 SQ.FT. w
AND 1300 FT-LBS FOR 11/2" DIAMETER BOLTS SHALL BE USED TO TIGHTEN ALL H.S.BOLTS. MAST ARMS SHALL BE Cd=1.2
TEMPORARILY SUPPORTED TO TAKE LOAD OFF OF FIELD CONNECTIONS WHILE BOLTS ARE TIGHTENED IN ORDER 33. SECURE ARM FLANGE PLATE,POLE BASE PLATE,AND CONNECTION FACEPLATE DURING WELDING TO PREVENT DISTORTION. (FLAT HEAD) Q
TO FIRMLY SEAT THE FLANGE PLATE.BOLTS SHALL BE SEQUENTIALLY TIGHTENED.ASSUMING 12 BOLTS AND A z
UNTIL FA LEd THE OSE BOLTS TIGHTENING
ARE FOU D ENTER AULDBBE 12 /�1 7�ETC EEN ] HIS PROCESS
LLY SHALL
N BE CONTINUED 34. ONECDDRILLEDAL HOLE
O GWITH A MAXIMUM DIAMETER OF 3/q" IS ALLOWED AT LOCATIONS MARKED WITH A ♦ TO ACCOMMODATE j
TWIN MAST ARM CONNECTION z J
11. CAST POLE END CAP TO BE SECURED IN PLACE WITH 3 SET SCREWS. 35. SEE S-614-42 AND S-614-43 FOR "CABINET FOUNDATION DETAILS" AND "TRAFFIC LOOP AND MISC. SHOWN:SINGLE MAST ARM o o
SIGNAL DETAILS" RESPECTIVELY. CONNECTION SHOWN BELOW W o =o
12. ALL SIGNAL HEADS,SIGNS,AND HARDWARE SHALL BE FIELD POSITIONED. v _
13. ACCESSORIES TO BE HOT DIP GALVANIZED IN ACCORDANCE WITH ASTM A153. L o
14. ALL PLATES AND STIFFENERS SHALL BE FABRICATED WITH AASHTO M270 (ASTM A709)GRADE 36 STEEL TRAFFIC SIGNS■ CENTER SIGNAL _
AND SHALL COMPLY WITH THE DIMENSIONAL TOLERANCES SPECIFIED IN ASTM A6.ALL HANDHOLES SHALL BE HEADS ON LANES IN ij
FABRICATED WITH ASTM A572 GRADE 42 STEEL.
15. LEVELINGPLA CONCRETE SHALL BE 3000 PSI AIR ENTRAINED CONCRETE VIBRATED IN PLACE BELOW THE POLE
BASE.
16. THE DESIGNS HEREIN ASSUME THAT SIGNALS ARE INSTALLED WITHIN THE ROADWAY EARTHWORK PRISM WITH BASE SECTION
THE FOLLOWING SOIL PARAMETERS:
SOIL DENSITY g= 110 LB./CU.FT.
SOIL COHESION = 750 LB./SQ.FT.FOR MEDIUM STIFF COHESIVE SOIL
~ o
SOIL 0 ANGLE = 30° FOR MEDIUM DENSE COHESIONLESS SOIL 31-0" 71-0" 5'-0" 5'-0" 5'-0" 5'-0" 5'-0" 5'-0'
SF = 1.5 FOR TORSIONAL RESISTANCE AND 3.0 FOR FLEXURAL RESISTANCE ° = P=60 LB P=28 LB P=28 LB P=28 LB P=100 LB.
17. CONTACT THE ENGINEER IF ANY OF THE FOLLOWING SOIL CONDITIONS ARE ENCOUNTERED DURING DRILLING: o z A=15 SQ.FT. A=7 SQ.FT. A=7 SQ.FT. A=7 SQ.FT. A=17.34 SQ.FT. r
A SIGNALS WILL NOT BE INSTALLED WITHIN THE ROADWAY EARTHWORK PRISM. z END SECTION A m
B THE SOIL HAS A HIGH ORGANIC CONTENT OR CONSISTS OF SATURATED SILT AND CLAY.
C THE SITE WON'T SUPPORT THE WEIGHT OF THE DRILLING RIG.
D THE FOUNDATION SOILS ARE NOT HOMOGENOUS. P=63 LB P=46 LB. P=46 LB. P=46 LB. P=46 LB. SIGN
E FIRM BEDROCK IS ENCOUNTERED.
A=14 SQ.FT. A=8.67 SQ.FT. A=8:67 SQ.FT. A=8,67 SQ.FT. A=8.67 SQ,FT. I
18. CAISSONS SHALL BE PLACED AGAINST UNDISTURBED EARTH.WET OR CAVING HOLES SHALL BE BACKFILLED A A A A A PEDESTRIAN o CD
WITH FLOW-FILL AND REDRILLED AFTER A THREE DAY CURING PERIOD WITHOUT THE USE OF A CASING. z o PUSH BUTTON Cl 0
19. CAISSONS SHALL BE CONSTRUCTED WITH AIR ENTRAINED CLASS BZ CONCRETE IN ACCORDANCE WITH a o LOWER
SECTION 503 OF THE STANDARD SPECIFICATIONS.REINFORCING STEEL SHALL BE GRADE 60. _w LiI__od HANDHOLE
20, CAISSON CONCRETE MUST HAVE A MINIMUM COMPRESSIVE STRENGTH OF 2,700 PSI BEFORE INSTALLING THE V o
SIGNAL STRUCTURE;VERIFY CONCRETE STRENGTH WITH MATURITY METER. DESIGN DATA CD
2'-0" MIN.
0
21. U-BOLTS AND ANCHOR BOLTS SHALL BE FABRICATED WITH AASHTO M314-90 GRADE 55 STEEL. m
1. DRAWING SHOWN HAS 5 SIGNAL HEADS SHORTER ARM LENGTHS MAY HAVE FEWER N o Q FACE OF CURB OR <D
22. ANCHOR BOLT SHALL BE FABRICATED WITH HEAVY HEX NUTS AND FLAT WASHERS AND EXTENDED A HEADS.THIS CONFIGURATION IS INTRED TO REPRESENT A WORST CASE LOADING w � - EDGE OF PAVEMENT -
MINIMUM OF _$g" ABOVE THE NUT AFTER COMPLETING THE TIGHTENING PROCESS.TPREAD UPPER 12 INCHES AND CONDITION. < a z
GALVANIZE PER 13 INCHES OF THE ANCHOR BOLTS. FIELD WELDING OF ANCHOR BOLTS TO REBAR DURING G >o w
ERECTION WILL NOT BE ALLOWED.ANCHOR BOLTS SHALL BE SET WITH A STEEL TEMPLATE UNTIL THE CONCRETE m '- <
HAS CURED AT LEAST TWO DAYS. THE ANCHOR BOLTS SHALL BE TIGHTENED USING THE TURN-OF-NUT METHOD. 70'�(75'� 55' 60'�(fi5')) 45' 50' 35' 40' 25' 30' a w Lii� M SECTION LETTER OR DETAIL
THE BOLTS SHALL FIRST BE TIGHTENED TO SNUG TIGHT,WHICH IS DEFINED AS THE TIGHTNESS THAT EXISTS �SIGNAC HEADS pAC-HE75S 4 SiGNAC READS 2 SIJO HEADS ~ w u NUMBER IDENTIFICATION
WHEN THE UPPER AND LOWER NUTS ARE IN FIRM CONTACT WITH THE BASE PLATE. WITH MAST ARMS FREE TO o m a o
DEFLECT,THE UPPER AND LOWER NUTS SHALL THEN EACH BE ROTATED AN ADDITIONAL )f2 TURN (300± 05) 1 m
WITH A SLUGGING,HYDRAULIC OR AIR IMPACT WRENCH, THE DESIGN LENGTH "L" FOR EACH SERIES IS SHOWN IN PARENTHESIS. N o CROSS REFERENCE DRAWING
23. WELDING OF STEEL SHALL CONFORM TO THE REQUIREMENTS OF ANSI/AWS D1.1. ALL AREAS TO BE WELDED Uj UMBER (IF BLANK REFERENCE
2. FOR THE TWIN MAST ARM CONNECTION THE SECOND ARM IS ASSUMED TO BE S TO SAME SHEET')
SHALL BE GROUND TO BRIGHT METAL. ALL WELDING AND REQUIRED TESTING SHALL BE COMPLETE BEFORE ANY WITHIN 60' TO 120' OF THE PRIMAP ARM AND IS ASSUMED TO BE LOADED WITH THE
MATERIAL IS GALVANIZED. ALL CIRCUMFERENTIAL AND STIFFENER WELDS SHALL BE NON-DESTRUCTIVELY SAME LOADS AS SHOWN ABOVE.THE SECONDARY ARM MAY BE THE SAME LENGTH AS OR SINGLE MAST ARM SXX
TESTED USING THE ENHANCED MAGNETIC PARTICLE METHOD IN ACCORDANCE WITH SUBSECTION 509.18 (d)OF SHORTER THAN THE PRIMARY ARM. C O N N E C T I O N ARROW HEAD FOR SECTION
THE STANDARD SPECIFICATIONS. THE ACCEPTANCE CRITERIA IS STATED IN TABLE 6.1 OF ANSI/AWS D1.1. CUT AND LEADER LINE FOR
ALL LONGITUDINAL WELDS WITHIN 6 INCHES OF FULL PENETRATION CIRCUMFERENTIAL GROOVE WELDS AND FULL DETAIL
PENETRATION GROOVE WELDS SHALL BE INSPECTED AS SPECIFIED ABOVE. MAXIMUM WELD UNDERCUT SHALL BE
0.01 INCHES.
Computer File Information Sheet Revisions Colorado Department of Transportation TYPICAL TRAFFIC SIGNAL STANDARD PLAN NO.
Creation Date: 07/04/12 Date: Comments 2829 W. Howard PI. t t
Created By: SCL � 07/22/22 Modified Sheet Title ® Denver, CO 80204 15' - 75 DOUBLE MAST ARMS 5-614-40
FAX: 303757-
Last Modification Date: 07/22/22 Phone:3-757-9219-5102 60t 75t SINGLE MAST ARM
Last Modified By: EButta Q
CAD Ver.: MicroStation V8 Scale: Not to Scale Units: English O Traffic & Safety Engineering EB Issued By:Traffic & Safety Engineering Branch July 31,2019 Sheet No. 1 of 5
MAST ARM DATA MAST ARM CONNECTION DATA
MAST Z
Y
ARM BASE SECTION END SECTION • STIFFENER FLANGE BOLT
LENGTH
(L) WALL PLATE SOCKET CIRCLE HOLE
LENGTH TIP m TRUNK m THK. LENGTH TIP m TRUNK m THK. NO. THK. WIDTH HEIGHT RADIUS DIA. THK. NO. DIA.
(FT.) ANGLE WELD WELD WELD DIA DIA. ANGLE
(FT.) (IN.) (IN.) (IN.) (FT.) (IN.) (IN.) (IN.) OF (IN.) (IN.) (IN.) (IN.) (IN.) (IN.) (IN.) (IN.) (IN.) OF (IN.) (IN.) (IN.)
30 29.25 6.50 10.59 0.1793 N.A. N.A. N.A. N.A. 6 0.50 3.5 7 6.89 30.00 OA79 0.375 20 1.00 0.179 6 1.0 16 1.125 60.00
40 39.11 6.50 11.98 0.2391 N.A. N.A. N.A. N.A. 8 0.50 4.0 8 8.12 22.5° 0.239 0.375 23 1.25 0.239 8 1.5 17 1.625 45.0° Y = DIAMETER OF A ROUND TUBE.
50 25.15 9.47 12.99 0.3125 25 6.50 10.00 0.1793 8 0.75 4.0 8 8.12 22.5° 0.250 0.625 24 1.50 0.250 8 1.5 18 1.625 45.00 Z = PERPENDICULAR DISTANCE BETWEEN FLATS.
65 25.35 12.52 16.07 0.3125 1 40 1 7.50 13.10 0.1793 8 0.75 5.0 10 1 10.60 22.50 1 0.250 1 0.625 29 1 1.75 1 0.250 8 1.5 23 1.625 45.00 Y AND Z ARE OUTSIDE DIAMETER DIMENSIONS.
75 35.23 12.52 17.45 0.3125 40 7.50 13.10 0.1793 10 0.75 5.5 11 11.84 18.00 0.250 0.625 31 1.75 0.250 10 1.5 25 1.625 36.0° Z/Y RATIO MUST BE .98 MINIMUM.
* BASE SECTION LENGTH INCLUDES THE SPLICE LENGTH AS PER THE "MAST ARM SLIP SPLICE DETAIL" BELOW. ■ CEND
OPTIONAL MULTI-SIDED POLE
SEE GENERAL NOTE 31 ON SHEET 1 OF 5. TOP PLATE 3/16" OR MAST ARM
END SECTIONSTOP ALL WELDS �/2" SHORT OF PLATE EDGES AND BOLT HOLES. POLE WALL
3%4" FOR 30'ARM UPPER HANDHOLE. 8%4 ARM AND SIMPLEX 10'OR 15'NOMINAL (SEE NOTES I & 2 BELOW)
I" 6�/4" ACCESS HOLE PLATE
HANDHOLE ON CL ARM,ACCESS (TYP.)
POLE HOLE,AND ARM - 2'-011
SIMPLEX PLATE. 3/16 ■ HORIZONTALco
`+ 0GUSSET PIPE 2 STD.X SECTION o aPOLE PLATES NT OF 10" WITH 8"OF oEQUAL _ _ BOTTOM GENCY ATPROJECTION a CDISTANCE o � G
PLATE 3/16" GUSSET PLATE
/4 SECTION --- -------__ _ _ _
/e
(GASKET CEMENTED + 2"m ACCESS (TYPICAL TOP AND BOTTOM PLATES) _
/4"m CAP SCREW.. TO COVER PLATE a HOLE SECTION e 0.1793"
TOT.2 /8" THICK COVER PLATE -
�/4"m H.S.BOLT THROUGH 7/8" B C
SECTION E E m HOLE IN ARM SIMPLEX PLATE. POLE SIMPLEX 18.2° FOR 1
S4 S5 B TAP HOLES IN POLE SIMPLEX PLATE TIP DIAMETER 10'ARM a
SECTION e PLATE AFTER GALVANIZING. A 1„ ■ A OF TAPERED z
REMOVEABLE END 3/16 SECTION = 2.796" 13.7° FOR
CAP PROVIDED ON ARM SIMPLEX TYPICAL FOR 15'ARM b
ALL POLES AND PLATE BOTH ARMS d
ARMS. = TACK WELD �� HANDHOLE ON CL POLE 0 o
HEX NUT /4" THICK R = 12'FOR 10'ARM o
w COVER PLATE BACKGOUGE GUSSET =
(TYP.) AND 40'FOR 15'ARM
o NOT SHOWN C112
PLATE
PROVIDED "C" HOOK AT POLE FOR CLARITY LUMINAIRE ARM NOTES
END AND BUILT-UP BOX END SECTION
FOR WIRING AND HANDLING - - 1 POLE WALL 1. 10'LUMINAIRE ARM SHAFT:WALL THICKNESS = 0.1793";
_ J O�'-'J S5 LINEAR TAPER = 0.14 IN./FT.;DIAMETER AT ARM SIMPLEX
END CAP DETAIL z o _ ¢_ UT HOLDER FOR 3/16 ■ PLATE = 4.066"
z M a 7 " 1/" �/4" THICK TOPNDING;GROUNDED
w=o M= POLE FASTENERS PROVIDDED AT AND BOTTOM 2. 15'LUMINAIRE ARM SHAFT:WALL THICKNESS = 0.1793";
o'w=p m w WALL 4/Z" LOWER HANDHOLE ONLY B PLATES LINEAR TAPER = 0.14 IN./FT:;DIAMETER AT ARM SIMPLEX
N N�m 3 I w a ■ I PLATE = 4.679".
CL POLE AND PRIMARY MAST ARM
cli SECTION e DETAIL e DETAIL FLANGE WELD - I BOLT
WELD S4 S5 INSIDE FACE OF SEE DETAIL 1 STIFFENER ANGLE
2 THICKNESS END SECTION WITH 11/16"m = } PIPE WALL ON SHEET 5 OF 5 ANGLE I
n /2" NO WELD AREA SHOP DRILLED HOLES o - 1„
/I (TYP.AT EA.END 0.375 D 0.375 D o STIFFENER -SEE
JJJ���LLL OF ALL 4 WELD DETAIL THIS SHEET
+ M ✓ li
N
= LEGS) - - - - - - - -- -- - - \
- - - - - - STIFFENER a --��'
DETAIL 2 WALL WELD STIFFENER
WIDTH - -�-- -- - ----- - 0 _ + \ PLATE
r p_ WELD
BOLT
5/8"m A325 THRU BOLTS -- -- - - -- - - - - - %4e"
BREAK ALL CIRCLE BOLT HOLE
X (PEEN EXPOSED THREADS 1.5 D MIN.
BASE SECTION WITH 3/16 CORNER ANDAFTER ASSEMBLY) FIELD DRILLED 11/16"m EDGES '/8" SECTION D D FLANGE PLATE
STIFFENER DETAIL MAST ARM SLIP SPLICE DETAIL HOLES "C" HOOK DETAIL s3 s4 (BOLTS NOT SHOWN FOR CLARITY)
Computer File Information Sheet Revisions Colorado Department of Transportation TYPICAL TRAFFIC SIGNAL STANDARD PLAN NO.
Creation Date: 07/04/12 Date: Comments 2829 W. Howard PI. t t
Created By: SCL Q 07/22/22 Modified Sheet Title Q
Denver, CO 80204 15 - 75 DOUBLE MAST ARMS S-614-40
Last Modification Date: 07/22/22 Q Phone:3-757--5102 60t 75t SINGLE MAST ARM
FAX: 303-757-9219
Last Modified By: EButta Q
CAD Ver.: MicroStation V8 Scale: Not to Scale Units: English Q Traffic & Safety Engineering EB Issued By:Traffic & Safety Engineering Branch July 31,2019 Sheet No. 2 Of 5
BLIND BOLD BUILT-UP BOX DATA * POLE DATA
MAST DATA THICKNESS SIDE PLATE TOP PLATE BOTTOM PLATE END SECTION
ARM of BOX POLE BASE SECTION WITH LUMINAIRE
BOLTS NO. PLATES WELD WIDTH FOR WIDTH FOR
LENGTH N0. (1 PER OF U.O.N. (IN.) H e= 450 e = 45' LENGTH TOP 0 BOTTOM 0 THK. LENGTH TOP 0 BOTTOM 0 THK. TOP = H + 1.75" TOP OR BOTTOM
(FT.) OF (IN.) ROW ROWS (IN.) (IN.) (IN.) (IN.) (FT.) (IN.) (IN.) (IN.) (FT.) (IN.) (IN.) (IN.) BOTTOM = TOP + H SiWTAN6+1/TANe) PLATE WIDTH CL SECONDARY ARM
30 24 0.75 6 4 1.50 0.1875 22 23.75 26.053 22.29 9.11 12.23 0.3125 20.54 7.25 10.13 0.2391 2"m MAX.ACCESS HOLE IN
40 30 0.75 6 5 2.00 0.1875 25 26.75 29.367 22.67 11.81 14.98 0.3125 20.71 10.00 12.90 0.2391 POLE
THE POLE
50 36 0.75 12 3 2.50 0.1875 26 27.75 30.471 22.33 14.86 17.98 0.3125 20.79 13.00 15.91 0.2391 5" V SECTION;
2 X 1 VERTICALLY
65 48 1 0.75 1 12 r 4 2.75 1 0.1875 1 31 1 32.75 1 35.995 22.77 18.54 21.73 0.3125 21.02 16.75 19.69 0.2391 SLOTTED HOLE IN THE
75 1 60 1 0.75 1 12 5 3.00 1 0.1875 1 33 1 34.75 1 38.204 23.08 20.75 23.98 0.3125 21.12 19.00 21.96 0.2391 POLE END SECTION /
nTO45'
USE LARGER ARM IN A DOUBLE ARM SIGNAL TO DETERMINE PLATE THICKNESS AND DIMENSIONS. / e= 30
♦ SEE GENERAL NOTE 31 ON SHEET 1 OF 5 / 9%41' X 6%411
HANDHOLE
CL POLE AND BOX
BOLT TOP PLATE WIDTH C PRIMARY ARM COOEER PLATE
E
ANGLE /%
STIFFENER W.P.AT CL ACCESS
WITHPOLE END SECTION � ANGLE 6 q" /'
4 6 MAX.ACCESS
BLIND
SHOP DRILLED _ "-""""""""" """__ """" -_---- HOLE IN LOADED HOLE
LATE (TYP)
N N 0 INSIDE ACCESS HOLE IN
BLIND BOLT HOLES 1 - � ""; ;"" "" "" F P- 0 SIDE�N- o o o o o o o o SIDE PLATE (TYP.) /' 9%q" X 6%q" AC S
+ - N o o o o o 0 o o / \ THE POLE BASE SECTION;
e o o o f o o o o f /' WIDTH AT TOP PLATE = 4" X 15" VERTICALLY
BLIND BOLTS EQUALLY +-o -± TYP. SIDE PLATE HEIGHT (H)
0 0 0 o i o o o o f a SLOTTED IN THE
SPACED AROUND POLE /a- (TYP.4 SIDES)
i POLE END SECTION
4"0 MAX.
ACCESS /� / ` SECTION e UNLOADED PFACES ON
HOLE I /
\ / w DRAWN WITH e= 30o
"C" HOOK
BOLT Je
I / - _ _ - - --- -
, - w
CIRCLE ` Q
i a
POLE END SECTION
a
BOLT OPENING (WITH ROUNDED
HOLE CORNERS,R = %211)ON WELD
POLE BASE SECTION I POLE TO MATCH BOX 1
WITH SHOP OR FIELD D SIDE PLATE OPENING B oIo e
0 0 0 0 BOX TOP PLATE
DRILLED BLIND BOLT CL POLE AND BOX D o o o o C (CENTER ON POLE)
HOLES AS APPROVED
BY COOT STAFF BRIDGE S2
STIFFENER i HANDHOLE
CL POLE
BOTTOM PLATE WIDTH SECTION e
I
E E -�C BOX
_ - = 3o
(TYP.)
SECTION e
- ---- _ _
POLE BASE
SECTION
POLE END SECTION FOR 8 BOLTS AND e< 450,ROTATE CL MAST ARM D - %
SLIP CONNECTION DETAIL FLANGE FOR SECONDARY ARM 22.5
(SEE GENERAL NOTE 8 ON SHEET 1 TO AVOID BOLT INTERFERENCE PROBLEMS. C
POLE
OF 5 REGARDING THE NEED FOR I POLE END H.S.BOLT,TAP WELD
BLIND BOLTS)
BOX SIDE THREADS IN BOX B
PLATE FLANGE PLATE BOX BOTTOM PLATE
AFTER GALVANIZING. (CENTER ON POLE)
1/8"8" NEOPRENE
5
-i 5 GASKET CEMENTED POLE BASE SECTION
TO COVER PLATE
1/q"m CAP SCREW
TAP INTO BOX 9/4" X 12/q" X Vie" e= 3 (T
SIDE PLATE yp.) �_�C POLE AND BOX
(TOTAL 4) E COVER PLATE
SECTION MAST ARM CONNECTION DETAIL
Computer File Information Sheet Revisions Colorado Department of Transportation TYPICAL TRAFFIC SIGNAL STANDARD PLAN NO.
Creation Date: 07/04/12 Date: Comments 2829 W. Howard PI. t t
Created By: SCL � 07/22/22 Modified Sheet Title ® Denver, CO 80204 15 - 75 DOUBLE MAST ARMS 5-614-40
Last Modification Date: 07/22/22 Phone:3-757- 219 60t 75t SINGLE MAST ARM
FAX: 303-757-9219
Last Modified By: EButta Q
CAD Ver.: MicroStation V8 Scale: Not to Scale Units: English Traffic & Safety Engineering EB Issued By:Traffic & Safety Engineering Branch July 31,2019 Sheet No. 3 of 5
MAST FACEPLATE DATA STOP BAR DATA SIDE PLATE DATA WASHER DATA U-BOLT DATA •
ARM FACEPLATE HEIGHTS THICKNESS OF WIDTH OF FACEPLATE EDGE THICKNESS LENGTH OF WIDTH OF BOLT DIAMETER OF BEND RADIUS BEND RADIUS DIAMETER OF
LENGTH TOP BOTTOM TOTAL FACEPLATE ENDS CENTER RADIUS DISTANCE BAR LENGTH OF SIDE PLATE EAR HEIGHT WASHER WASHER SPACING U-BOLT U-BOLT (A) U-BOLT (B) OVERSIZED
(FT.) (HTDR) (IN.) ( OnOM) (IN.) (HFIE)(IN.) (TFAcE) (IN.) (WE)(IN.) (We) (IN.) (IN.) (SEDGE) (IN.) (Lenz) (IN.) (TsR) (IN.) (HEAR) (IN.) 4ASHER) (IN.) HASHER) (IN.) (SBOLT) (IN.) 4-BOLT) (IN.) (IN.) (IN.) HOLE (IN.)
65 24.91 20.91 45.81 2.375 25.67 29.00 158.58 2.563 28.000 1.125 1.500 8.500 3.50 5.000 1.375 10.05 10.26 1.688
75 1 26.59 22.59 49.19 2.500 28.07 31.00 207.07 2.563 31.000 1.125 1.625 1 8.500 3.50 5.000 1 1.500 11.23 11.46 1.813
MAST POLE DATA SADDLE DATA WWASHER/2 WWASHER/2 �a' _ (CHAMFER
WWASHER/2 WwwsEn/2
ARM BASE SECTION * END SECTION WITH LUMINAIRE ♦ THICKNESS OF I I~
LENGTH LENGTH TOP 0 BOTTOM 0 THK. LENGTH TOP 0 BOTTOM 0 THK SADDLE PLATES 3° 3°
(FT.) (FT.) (IN.) (IN.) (IN.) (FT.) (IN.) (IN.) (IN.) (TSA) (IN.) W WASHER T
-
65 26.30 18.05 21.73 0.3125 14.99 16.75 18.85 WWASHER/2 0.2391 1.500 -- - -- - -- CHAMFER SIDE
75 26.74 20.24 23.98 0.3125 14.83 19.00 21.07 1 0.2391 1 1.625 LWA HER PLATE 3/B" X 450
SBOEI r - - - i/q WWASHER TO CLEAR WELD
WWASHER/2 DETAIL e
I /q
• BEND RADIUS MEASURED TO THE � OF EACH U-BOLT.INCREASE RADII AS NEEDED TO ACCOMMODATE WWASHER
OUT-OF-ROUNDNESS,GALVANIZING THICKNESS AND SEAM WELD PROFILES.U-BOLTS SHALL BE
TIGHTENED W2 TURN (30°t5°)PAST SNUG TIGHT; PEEN THREADS AFTER TIGHTENING.U-BOLTS AND POLE END
FACEPLATE SHALL BE MOUNTED ON BASE SECTION PRIOR TO SHIPMENT. TAPERED WASHER DETAILS SECTION
We
♦ MATCH FIT STOP BAR TO SIDE PLATE USING TACK WELDS TO ENSURE UNIFORM BEARING. I POLE BASE
i�
* BASE SECTION LENGTHS INCLUDE THE SPLICE LENGTH AS PER THE "MAST ARM SLIP SPLICE DETAIL" WE D 2 SECTION
ON SHEET 2 OF 5. , - - , _ _
CL POLE TAPERED WASHER - S2 i
SADDLE 1 `, USE " SEAL WELD 190°(TYP.) I U-BOLTS (AJ
♦ SEE GENERAL NOTE 31 ON SHEET IOF 5. TO FACE - Viz' TOP ATTACH TO I WITH TWO HEAVY
i SADDLE FACEPLATE (TYP.) _ I HEX NUTS AND
■ END ALL WELDS %2 IN.SHORT OF BOLT HOLE AND PLATE EDGES. PLATE WELD n /Z; i OVERSIZED
O ESI OR A - -_- WASOHERSD A
♦ BEND STOP BAR TO MATCH POLE CURVATURE. I U-BOLT (TYP.) THREAD LAST 4"
OF U-BOLT LEGS. iI T
I I s �� SIDE PLATE _
U = UPPER
/B _ I SADDLE HANDHDLE
FACEPLATE TO SADDLE
SIDE PLATE 3 „ - - STIFFENER FACEPLATE SIDE
(TYP.) o /a TsP WELD■ - - - - - - - _ __ - , PLATE F CONNECTION a
_ � S2 AND HANDHOLE
UPPER �-� b (TYP.) i�i I �"C" HOOK F
B iii E E
HANDHQLE FACEPLATE T_ ___ _ _ il� _ j B
RADIUS MAST ARMJ WORK POINT _ „ -t
-- -- 11 2 0 MAX. -
STOP BAR (TYP.) 4„m ARM 1 ACCESS °
HOLE
ACM Viz° SIDE PLATE - --- - - - - - - I 2" F
HOLE \ / Viz' TO FACEPLATE 1 S2
SECTION e 1 sIDE 0.
10 WELD■ H.S.BOLT I/g11
FACEPLATE a a PLATE H BOTTOM I/q i
CL
FACEPLATE SIDE PLATE ARM FLANGE 1 SADDLE
SIDE PLATE /q" MIN.
_ TO SADDLE TO 1" MAX.
I �/e' WELD■
TOP BOTTOM 1
SADDLE SADDLE _ _ _ _ , t HOLES FOR H.S.MAST ARM
POLE SILHOUETTE---" BOLTS.TAP THREADS IN D EAC U-BOLT (B)WITH TWO
BOTTOM SADDLE FACEPLATE AFTER GALVANIZING 3° HEAVY HEX NUTS AND
ENGAGEMENT LENGTH = 1" X2"X LB- HARDENED WASHERS
FOR ?0 H.S.BOLT AND 1.5" MP BAR
SIDE PLATE FOR 11/2"m H.S.BOLTS. POLE 1 °
SECTION e MD.) SECTION e SECTION e c CLIP45
ELEVATION
Computer File Information Sheet Revisions Colorado Department of Transportation TYPICAL TRAFFIC SIGNAL STANDARD PLAN NO.
Creation Date: 07/04/12 Date: Comments 2829 W. Howard PI.Created By: SCL Q 07/22/22 Modified Sheet Title ® Denver, CO 80204 15t - 75'
DOUBLE MAST ARMS 5-614-40
Last Modification Date: 07/22/22 Q Phone:3 -5102 60t 75t SINGLE MAST ARM
FAX: 303-757-757-9219
Last Modified By: EButta Q
CAD Ver.: MicroStation V8 Scale: Not to Scale Units: English Q Traffic & Safety Engineering EB Issued By:Traffic & Safety Engineering Branch July 31,2019 Sheet No. 4 of 5
POLE BASE CONNECTION DATA CAISSON DATA
AS (FOR SINGLE AND DOUBLE
ARM STIFFENER BASE PLATE ANCHOR BOLT ARM INSTALLATIONS) ANCHOR BOLT - SEE
LENGTHWALL PLATE CIRCLE HOLE DEPTH PAY V BARS GENERAL NOTES SE AND
(FT.) q0 _
THK. WIDTH HEIGHT RADIUS ANGLE WELD WELD DIA. THK. N0. DIA. LENGTH DIA DIA. ANGLE PROJECTION DIA. (D) LENGTH (L) 22 ON SHEET 1 OF 5
(IN.) (IN.) (IN.) (IN.) (IN.) EL (IN) (IN.) OF (IN) (IN.) (IN) (IN.) (IN.) (IN.) (FT) (FT.) SIZE TOTAL
30 6 0.75 5.0 10 10.600 30.0° 0.25 10.625 24 2.25 6 2.0 63 17.75 2.25 60.0° 11.25 36 12.5 13 #9 11 z LEVELING NUT
40 6 0.75 5.5 11 11.841 30.0° 0.25 0.625 27 2.50 6 2.0 63 21.00 2.25 60.00 11.50 36 14.5 15 #9 11 2
50 6 0.75 6.5 13 14.327 30.0° 0.25 0.625 32 2.75 6 2.0 63 25.00 2.25 60.0° 11.75 42 16.5 17 9 14 w SIDEWALK OR LEVELING
65 6 0.75 8.0 16 18.063 30.0° 0.25 0.625 39 3.00 6 2.5 63 30.25 2.75 60.0° 12.50 48 20.5 21 9 18 o CONCRETE - SEE
75 6 0.75 8.5 17 19.309 30.0° 0.25 0.625 42 3.25 6 2.5 63 33.00 2.75 60.00 12.75 54 20.5 21 9 23 FINISHED GROUND GENERAL NOTE 15 ON
LINE SHEET 1 OF 5
N �
POLE AND PRIMARY ARM ,3 LOWER TOP OF
I HANDHOLE CAISSON
�F S2
� PULL BOX
CAISSON AND LEVELING E ,v x E
CONCRETE S2 S2 1
STIFFENER -SEEUU1 _
w
STIFFENER DETAIL ON 1 L
/ SHEET 2 OF 5 0 1 f w N
Q L o
T ANCHOR BOLT CIRCLE A A 1 r z
0 0
ONE 2"0 RIGID CON DUIT `
FOR LUMINAIRE AND TWO z r �
P' \ STIFFENER PLATE WELD a a
/ - 3110 RIGID CONDUITS FOR � =a o
PLATE AND POLE SIGNAL ITEMS.(2'-0" MIN.
POLE BASE DEPTH,24" MIN.DEPTH
/ -
STIFFENER WALL WELD � �, STIFFENER UNDER ROADWAY)
STIFFENER WALL WELD 1 r ~
PLATE WELD
ANCHOR BOLT
POLE TO BASE PLATE SIDEWALK OR II N a
WELD -SEE DETAIL 1 LEVELING CONCRETE l r = a
o
BASE PLATE
� � J
� Z
� � o
SECTION e BASE PLATE DETAIL
MAXIMUM FIT-UP GAP V BARS
BETWEEN POLE WALL SPACED
POLE,MAST ARM,OR AND BACKING RING EQUALLY I_ DIA. -J
LUMINAIRE ARM WALL 2„ X /"I
BACKING RING POLE,MAST ARM,OR
LUMINAIRE ARM WALL
T
X BASE PLATE OR CJP �\
TIP OF LOADED MAST ARM MUST BE FLANGE PLATE CJP • •
ABOVE BASE OF MAST ARM IN FINAL
JB< 1:40 Max DEFLECTED POSITION.ADJUST B DURING BASE PLATE OR • • DRILLED
CONSTRUCTION TO ACHIEVE THIS. X FLANGE PLATE #4 SPIRAL x, . • CAISSON
SOCKET WELD BACKING RING WELD `•�
CONSTRUCTION REQUIREMENTS X = 3/16" FOR LUMINAIRE ARMS AND
11/4" FOR POLES.SEE TABLE ON
SHEET 2 OF 5 FOR MAST ARMS. DETAIL 1 S2 TRAFFIC SIGNAL
POLE CAISSON
Computer File Information Sheet Revisions Colorado Department of Transportation TYPICAL TRAFFIC SIGNAL STANDARD PLAN NO.
Creation Date: 07/04/12 Date: Comments 2829 W. Howard PI. t t
Created By: SCL � 07/22/22 Modified Sheet Title ® Denver, CO 80204 15' - 75 DOUBLE MAST ARMS 5-614-40
Last Modification Date: 07/22/22 Phone:3-757- 219 60t 75t SINGLE MAST ARM
FAX: 303-757-9219
Last Modified By: EButta Q
CAD Ver.: MicroStation V8 Scale: Not to Scale Units: English O Traffic & Safety Engineering EB Issued By:Traffic & Safety Engineering Branch July 31,2019 Sheet No. 5 Of 5
GENERAL NOTES DESIGN DATA
1. REFER TO THE ROADWAY PLANS FOR THE ACTUAL CONFIGURATION AND LOCATION OF TRAFFIC SIGNAL HEADS AND SIGNS MARKED WITH A ■ .
1. DRAWING SHOWN HAS 5 SIGNAL HEADS,SHORTER ARM LENGTHS MAY HAVE FEWER HEADS.
2. ALL POLES SHALL BE FABRICATED WITH ASTM A572 GRADE 65 STEEL. THIS CONFIGURATION IS INTENDED TO REPRESENT A WORST CASE LOADING SITUATION.
3. ALL ARMS SHALL BE FABRICATED WITH ASTM A572 GRADE 65 STEEL OR ASTM A595 GRADE A STEEL WITH A MINIMUM YIELD POINT OF 55 KSI. (55').50' (45').40' (35').30' (25')
5 SIGNAL HEADS 4 SIGNAL HEADS 3 SIGNAL HEADS 2 SIGNAL HEADS
4. ALL POLES AND ARMS SHALL COMPLY WITH THE DIMENSIONAL TOLERANCES SPECIFIED IN ASTM A500,A501,OR A595. THE DESIGN LENGTH "L" FOR EACH SERIES IS SHOWN IN PARENTHESIS.
5. ALL POLES AND ARMS SHALL BE ROUND OR DODECAGONAL (12 SIDES)TUBES WITH A 0.14 IN/FT TAPER.
2. THE DESIGNS HEREIN ASSUME THAT SIGNALS ARE INSTALLED WITHIN THE ROADWAY
6. HARDENED WASHERS SHALL CONFORM TO ASTM F436. EARTHWORK PRISM WITH THE FOLLOWING SOIL PARAMETERS:
SOIL DENSITY g = 110 LB./CU.FT.
7. ALL POLES AND ARMS SHALL BE GALVANIZED INSIDE AND OUTSIDE AFTER FABRICATION IN ACCORDANCE WITH ASTM A123 UNLESS PAINTING IS CALLED SOIL COHESION = 750 LB./SQ.FT.FOR MEDIUM STIFF COHESIVE SOIL
SOIL o ANGLE = 301 FOR MEDIUM DENSE COHESIONLESS SOIL
FOR ON THE PLANS. PAINTING SHALL CONFORM TO SECTION 522,DUPLEX COATING SYSTEM. SF = 1.25 FOR TORSIONAL RESISTANCE AND 3.0 FOR FLEXURAL RESISTANCE
8. POLE AND MAST ARM SPLICES SHALL BE MECHANICALLY FORCED TOGETHER FOR A SNUG FIT. 3. CONTACT THE ENGINEER IF ANY OF THE FOLLOWING SOIL CONDITIONS ARE ENCOUNTERED
DURING DRILLING:
9. ALL MAST ARMS MORE THAN 35 FT IN LENGTH SHALL BE TWO PIECE CONSTRUCTION TO LIMIT ARM WEIGHTS. (A) SIGNALS WILL NOT BE INSTALLED WITHIN THE ROADWAY EARTHWORK PRISM.
(B) THE SOIL HAS A HIGH ORGANIC CONTENT OR CONSISTS OF SATURATED SILT AND CLAY.
10. GALVANIZED ASTM A325 H.S.BOLTS SHALL BE USED FOR ATTACHING MAST ARMS.A LUBRICATED TIGHTENING TORQUE OF 178 FT-LBS FOR Y4" (C) THE SITE WON'T SUPPORT THE WEIGHT OF THE DRILLING RIG.
DIAMETER BOLTS,AND 1300 FT-LBS FOR 1 INCH DIAMETER BOLTS SHALL BE USED TO TIGHTEN ALL H.S.BOLTS.MAST ARMS SHALL BE TEMPORARILY (D) THE FOUNDATION SOILS ARE NOT HOMOGENOUS. P=1.1 LB.
�2�� (E) FIRM BEDROCK IS ENCOUNTERED A=1.125 S.Q. FT.
SUPPORTED TO TAKE LOAD OFF OF FIELD CONNECTIONS WHILE BOLTS ARE TIGHTENED IN ORDER TO FIRMLY SEAT THE FLANGE PLATE.BOLTS SHALL Cd=1 2
BE SEQUENTIALLY TIGHTENED. 4. TRAFFIC SIGNAL STRUCTURES HAVE BEEN DESIGNED IN ACCORDANCE WITH THE AASHTO (CAMERA)
STANDARD SPECIFICATIONS FOR STRUCTURAL SUPPORTS FOR HIGHWAY SIGNS LUMINAIRES,
11. CAST POLE END CAP TO BE SECURED IN PLACE WITH 3 SET SCREWS. AND TRAFFIC SIGNALS,FOURTH EDITION,2001.
12. ALL SIGNAL HEADS,SIGNS,AND HARDWARE SHALL BE FIELD POSITIONED. 5. A DESIGN WIND VELOCITY OF 100 MPH AND ONE 12'LANE WITH A 65 MPH TRUCK INDUCED
GUST LOADING HAVE BEEN USED FOR THE DESIGNS HEREIN. P=75 LB.
13. ACCESSORIES TO BE HOT DIP GALVANIZED IN ACCORDANCE WITH ASTM A153. A=3.3 SO,FT.
6. GALLOPING LOADS ARE EXCLUDED FROM FATIGUE DESIGN AND CATEGORY TWO IMPORTANCE Ca=1.2
14. ALL PLATES SHALL BE FABRICATED WITH AASHTO M270 (ASTM A709) GRADE 36 STEEL AND SHALL COMPLY WITH THE DIMENSIONAL TOLERANCES FACTORS HAVE BEEN USED w
SPECIFIED IN ASTM A6.ALL HANDHOLES SHALL BE FABRICATED WITH ASTM A572 GRADE 42 STEEL. (FLAT HEAD)
7. THE SOCKET WELD OPTION IS LIMITED TO 150% OF THE ALLOWABLE FATIGUE STRESS FOR z o
AN E'WELD IN ORDER TO RECOGNIZE THE BENEFICIAL EFFECTS DERIVED FROM LOAD
15. LEVELING CONCRETE SHALL BE 3000 PSI AIR ENTRAINED CONCRETE VIBRATED IN PLACE BELOW THE POLE BASE PLATE. SHARING BETWEEN THE TWO WELDS.
w
16. CAISSONS SHALL BE PLACED AGAINST UNDISTURBED EARTH.WET OR CAVING HOLES SHALL BE BACKFILLED WITH FLOW-FILL AND REDRILLED AFTER A o Ld
z o
THREE DAY CURING PERIOD WITHOUT THE USE OF A CASING. END SECTION w -�
17. CAISSONS SHALL BE CONSTRUCTED WITH AIR ENTRAINED CLASS BZ CONCRETE IN ACCORDANCE WITH SECTION 503 OF THE STANDARD SPECIFICATIONS. L
REINFORCING STEEL SHALL BE GRADE 60.
TRAFFIC SIGNS■ CENTER SIGNAL -
18. CAISSON CONCRETE MUST HAVE A MINIMUM COMPRESSIVE STRENGTH OF 2,700 PSI BEFORE INSTALLING THE SIGNAL STRUCTURE;VERIFY CONCRETE HEADS ON LANES ■
STRENGTH WITH MATURITY METER.
19. U-BOLTS AND ANCHOR BOLTS SHALL BE FABRICATED WITH AASHTO M314-90 GRADE 55 STEEL.
20. ANCHOR BOLTS SHALL BE FABRICATED WITH HEAVY HEX NUTS AND FLAT WASHERS,AND EXTENDED A MINIMUM OF %4" ABOVE THE NUT AFTER
COMPLETING THE TIGHTENING PROCESS.THREAD UPPER 12 INCHES AND GALVANIZE UPPER 13 INCHES OF THE ANCHOR BOLTS.FIELD WELDING OF
ANCHOR BOLTS TO REBAR DURING ERECTION WILL NOT BE ALLOWED.ANCHOR BOLTS SHALL BE SET WITH A STEEL TEMPLATE UNTIL THE CONCRETE HAS BASE SECTION
CURED AT LEAST TWO DAYS.THEY SHALL BE TIGHTENED USING THE TURN-OF-NUT METHOD BY FIRST TIGHTENING THEM TO SNUG TIGHT,WHICH IS
DEFINED AS THE TIGHTNESS THAT EXISTS WHEN THE UPPER AND LOWER NUTS ARE IN FIRM CONTACT WITH THE BASE PLATE.WITH MAST ARMS FREE ~ z
TO DEFLECT,THE UPPER AND LOWER NUTS SHALL THEN EACH BE ROTATED AN ADDITIONAL 1/12 TURN (300 ± 50)WITH A SLUGGING,HYDRAULIC OR
a 3'-0" 7'-0" 5'-0" 5'-0" 5'-0" 5'-0" 5'-0" 5'-0"AIR �,
AIR IMPACT WRENCH. _ P=100 LB.
21. WELDING OF STEEL SHALL CONFORM TO THE REQUIREMENTS OF ANSI/AWS D1.1.ALL AREAS TO BE WELDED SHALL BE GROUND TO BRIGHT METAL.ALL z P=60 LB P 28 LB P=28 LB P=28 CB A=17.34 SQ. r o w
WELDING AND REQUIRED TESTING SHALL BE COMPLETE BEFORE ANY MATERIAL IS GALVANIZED. ALL CIRCUMFERENTIAL WELDS SHALL BE NON- A=15 SQ. A 7 SC.PT. 4=7 SC.FT. A=7 SQ.FT. r Cl)
DESTRUCTIVELY TESTED USING THE ENHANCED MAGNETIC PARTICLE METHOD W ACCORDANCE WITH SUBSECTION 509.18 (d)OF THE STANDARD o ® o m
SPECIFICATIONS.THE ACCEPTANCE CRITERIA IS STATED IN TABLE 6.1 OF ANSI/AWS DIA.ALL LONGITUDINAL WELDS WITHIN 6 INCHES OF FULL 10'-0"
PENETRATION CIRCUMFERENTIAL GROOVE WELDS AND FULL PENETRATION GROOVE WELDS SHALL BE INSPECTED AS SPECIFIED ABOVE.MAXIMUM WELD
UNDERCUT SHALL BE 0.01INCHES. P=63 LB P=46 LB. P=46 LB. P=46 LB. P=46 LB. 0
A=14 SO.FT. A=8.67 SO.FT. A=8.67 SO.FT. A=8.67 SO.FT. A=8.67 SO.FT. ♦ PEDESTRIAN o
22. ALL ELECTRICAL CONNECTIONS TO THE SIGNALS SHALL BE GROUNDED IN ACCORDANCE WITH APPLICABLE ELECTRICAL CODES. A A A A A PUSH BUTTON �tlo 0
23. CERTIFIED MILL TEST REPORTS INCLUDING CHARPY V-NOTCH (CVN) TEST RESULTS,WELD INSPECTION REPORTS AND ENHANCED MAGNETIC PARTICLE LOWER
TEST REPORTS SHALL BE SUBMITTED TO COOT STAFF BRIDGE,2829 W HOWARD PLACE,DENVER COLORADO 80204 AS SOON AS THEY BECOME HANDHOLE
AVAILABLE.CVN TEST RESULTS FOR ASTM A572 GRADES 42,55 AND 65 STEEL SHALL HAVE A MINIMUM VALUE OF 15 FT-LBS AT 40°f AS PER THE H
FREQUENCY TEST REQUIREMENTS IN AASHTO T243 (ASTM A673). POLE DATA
24. SHOP DRAWINGS SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW IN ACCORDANCE WITH SUBSECTION 105.02 OF THE STANDARD SPECIFICATIONS. MAST 2'-0" MIN.
ARM BASE SECTION * END SECTION FACE OF CURB OR
25. TRAFFIC SIGNALS MOUNTED ON MAST ARMS SHALL BE FURNISHED WITH ASTRO TYPE MOUNTING BRACKETS. LENGTH EDGE OF PAVEMENT °
26. END SECTION DIAMETERS MUST BE INCREASED TO ACCOMMODATE OUT-OF-ROUNDNESS,GALVANIZING THICKNESS AND SEAM WELD PROFILES TO PROVIDE (L) (FT.) LENGTH TOP o BOTTOM o THK. LENGTH BOTTOM 0 THK.
THE MINIMUM REQUIRED ARM SLIP SPLICE LENGTHS AND POLE MEMBER OVERLAPS. (FN (IN.) (IN.) (IN.) (FT.) TOP o (IN.) (IN.) (IN.)
27. SECURE ARM FLANGE PLATE,POLE BASE PLATE,AND CONNECTION FACE PLATE DURING WELDING TO PREVENT DISTORTION. ALL SECTION LETTER OR
ARMS 24.47 11.57 15.00 0.3125 16.00 9.90 12.14 0.1793 f DETAIL NUMBER IDENTIFICATION
28. IF THE VERTICAL DEFLECTIONS DURING A 10 TO 20 MPH WIND EXCEED THE GALLOPING DEFLECTION LIMITS LISTED IN THE TABLE ON SHEET 2 OF 4, XI/
CROSS REFERENCE DRAWING
THE OWNER SHALL INSTALL AN ALUMINUM SIGN BLANK (16" X 66" OR LARGER)NEAR THE FREE END OF THE TRAFFIC SIGNAL MAST ARM.SAID SIGN SXX NUMBER (If BLANK REFERENCE
BLANK SHALL BE ROTATED ABOUT THE LONGITUDINAL AXIS OF THE ARM WHILE THE WIND BLOWS TO MINIMIZE THE GALLOPING DEFLECTIONS.CONTACT * BASE SECTION LENGTHS INCLUDE THE SPLICE LENGTH AS PER THE "MAST '
STAFF BRIDGE FOR MORE INFORMATION. ARM SLIP SPLICE DETAIL" ON SHEET 2 OF 4
IS TO SAME SHEET)
29. ONE DRILLED HOLE WITH A MAXIMUM DIAMETER OF Y4" IS ALLOWED AT LOCATIONS MARKED WITH A ♦ TO ACCOMMODATE ELECTRICAL WIRING. ARROW HEAD FOR SECTION CUT
SEE GENERAL NOTE 26 AND LEADER LINE FOR DETAIL
30. SEE S-614-42 AND S-614-43 FOR "CABINET FOUNDATION DETAILS" AND "TRAFFIC LOOP AND MISC.SIGNAL DETAILS" RESPECTIVELY.
Computer File Informotion Sheet Revisions Colorodo Deportment of Transportation
Creation Date: 07/04/12 Date: Comments ALTERNATE TRAFFIC SIGNAL STANDARD PLAN NO.
2829 W. Howard PI.
Created By: SCL 07/22/22 Modified Sheet Title � Denver,CO 518020451 15' - 55' SINGLE MAST ARM
O Phone:303-512-5102 S-614-40A
Last Modification Date: 07/22/22 FAX: 303-757-9219
Last Modified By: EButta Q
CAD VMo Modified
V8 Scale: Not to Scale Units: English O Trof fic & Sofety Engineering EB Issued By:Traffic & Safety Engineering Branch July 31,2019 Sheet No. 1 of 4
MAST ARM DATA
MAST GALLOPING POLE Z Y
ARM BASE SECTION * END SECTION ♦ DEFLECTION - ARM
E GTH LIMITS (A)
L
LENGTH TIP 0 TRUNK 0 THK LENGTH TIP 0 TRUNK 0 THK. (IN) • CL ARM
(FT.) (IN.) (IN.) (IN.) (FT.) (IN.) (IN.) (IN.) .47 AT REST
25 23.92 6.65 10.00 0.2391 N.A. N.A. N.A. N.A. + Y = DIAMETER OF A ROUND TUBE.
35 1 33.92 7.50 12.25 0.2391 N.A. N.A. N.A. N.A. + GALLOPING DEFLECTION LIMITS Z = PERPENDICULAR DISTANCE BETWEEN FLATS.
45 25.16 9.73 13.25 0.3125 20.00 7.46 10.26 0.1793 6" Y AND Z ARE OUTSIDE DIAMETER DIMENSIONS.
55 25.34 11.20 14.75 0.3125 30.00 7.56 11.76 0.1793 1111 TOP SIMPLEX Z/Y RATIO MUST BE .98 MINIMUM.
tPLATEPLATE ���,, OPTIONAL MULTI-SIDED POLE
BASE SECTION LENGTH INCLUDES THE SPLICE LENGTH AS PER THE "MAST ARM SLIP SPLICE DETAIL" BELOW. JA END SECTION OR MAST ARM
♦SEE GENERAL NOTE 26 ON SHEET 1 OF 4. ■
• SEE GENERAL NOTE 28 ON SHEET 1 OF 4. /16" POLE WALL
3/16" 10'OR 15'NOMINAL (SEE
+ DEFLECTION T00 SMALL TO MEASURE. POINT OF NOTES 1& 2 BELOW)
■ STOP ALL WELDS %2" SHORT OF PLATE EDGES TANGENCYAND BOLT HOLES. GUSSETBOTTOM -- -- AT END OF 2'-0" ��,
PLATES PLATE GUSSET PLATE HORIZONTAL Z
HANDHOLE PIPE 2 STD.X SECTION - C) CD CD``'
Mf ON POLE SECTION e 3/16" PRI WITH G EC IONI o
POLE -'f f (TYPICAL TOP AND BOTTOM PLATES) 7AARM
EQUAL 3 ARM ANDSECTION DISTANCE 1" (TYP.) 6/q" ACCESS HOLE 0.1793"ARM,ACCESS HOLE AND ARM TIP DIAMETER 3/q %a" NEOPRENE SIMPLEX PLATE POLE SIMPLEX OF TAPERED/q 0 CAP GASKET CEMENTED ARM V. PLATE SECTION = 2.796 SCREW TOT.2 TO COVER PLATE A SIMPLEX ■ A T to o M
SECTION J N %a" THICK COVER PLATE 00 PLATE 3/1 BOTH ARMS CL ARM AND
ACCESS HOLE.
s4 s3 R = 12'FOR 10'ARM AND
2"0 ACCESS HOLE /4"THIC 40'FOR 15'ARM
r PLATE END SECTION LUMINAIRE ARM NOTES
_ 2 POLE WALL
TACK WELD _ Yq"0 H.S.BOLT THROUGH g4 ■ 1. 10'LUMINAIRE ARM SHAFT:WALL THICKNESS = 0.1793";LINEAR TAPER =
HE NUT CL HANDHOLD ON C POLE _ 7/s"O HOLE IN ARM SIMPLEX 3/16 0.14 IN./FT.;DIAMETER AT ARM SIMPLEX PLATE = 4.066".
PLATE. TAP HOLES IN POLE 7/a" 1�a' 1/q" THICK TOP
COVER PLATE SECTION e SIMPLEX PLATE AFTER AND BOTTOM 2, 15'LUMINAIRE ARM SHAFT:WALL THICKNESS = 0.1793";LINEAR TAPER =
a NOT SHOWN BACKGOUGE GALVANIZING PLATES 0.14 IN,/FT.;DIAMETER AT ARM SIMPLEX PLATE = 4.679".
o FOR CLARITY - (TYP.) m
o m
- DETAIL e 1'-7"
3/2" V-0" 3�/2" 1%110 HOLE FOR
1�/2"a H.S.BOLTS
CD
am a Q �/2" NUT HOLDER FOR -N WITH HARDENED
C) _o Ld= 4�/z" GROUNDING;GROUNDED M I I WASHER (TYP.)
CO o N -p m L, FASTENERS PROVIDED AT ACCESS HDLE-
N CV m M I ,a LOWER HANDHOLE ONLY. INSIDE FACE
of o o POLE _ OF PIPE WALL BASE SECTION TRUNK
WALL -
M 1 = WELD ETDETAILRANDC3Ea FOR
SECTION e DETAIL e _ BACKING RING WELD DETAIL
S3 S4 END SECTION WITH 11/16" 0 N V.
SHOP DRILLED HOLES60
o -
REMOVABLE END 0.375 D. .375 D + N j
CAP PROVIDED ON - -
`" I CL PLATE AND
ALL POLES AND ARMS ______ __:_- -___-- :::_ ___- --- ------------------ - N ACCESS HOLE
- - -- - - --- -- -- + M 30°00
(TYP.) I ARM FLANGE PLATE
PL /q" BREAK ALL =
_:_ ::.:::..:... ::::.:::. :.. --- - - THICKNESS 2�/q" FOR
-- ------------
PROVIDED C HOOK AT a"0 A325 THRU ----- N /q SOCKET WELD DETAIL
BOLTS (PEEN 1.5 D MIN. 21 CORNERS AND N
POLE END FOR WIRING EXPOSED THREADS BASE SECTION WITH 3/16 EDGES /e" r7 AND 1D FOR BACKING
AND HANDLING AFTER ASSEMBLY) FIELD DRILLED 3s�a RING DETAIL
11/16" DIA HOLES
END CAP DETAIL MAST ARM SLIP SPLICE DETAIL "C" HOOK DETAIL SECTION
Computer File Information Sheet Revisions Colorado Department of Transportation STANDARD PLAN NO.
Creation Date: 07/04/12 Date: Comments 2829 W. Howard Pl. ALTERNATE TRAFFIC SIGNAL
Created By: SCL Q 07/22/22 Modified Sheet Title 10 Denver, CO 518020451 02 15' - 55' SINGLE MAST ARM S-614-40A
Last Modification Date: 07/22/22 Q W Phone:303-512-
FAX: 303-757-9219
Last Modified By: EButta Q
CAD Ver.: MicroStation V8 Scale: Not to Scale Units: English Q Traffic & Safety Engineering EB Issued By:Traffic & Safety Engineering Branch July 31,2019 Sheet No. 2 of 4
• BEND RADIUS MEASURED TO THE � OF EACH U-BOLT. INCREASE RADII AS NEEDED TO ys
ACCOMODATE OUT-OF-ROUNDNESS,GALVANIZING THICKNESS AND SEAM WELD PROFILES.
U-BOLTS SHALL BE TIGHTENED 6 TURN (300 t 50)PAST SNUG TIGHT;PEEN 15 " is " 15s lss CHAMFER
THREADS AFTER TIGHTENING.U-BOLTS AND FACEPLATE SHALL BE MOUNTED ON BASE - 3° 30
SECTION PRIOR TO SHIPMENT. ^^� II
+ MATCH FIT STOP BAR TO SIDE PLATE USING TACK WELDS TO ENSURE UNIFORM �:7, — —
EA _ _ ^� CHAMFER SIDE
REARING. = PLATE % X 45°
■ STOP ALL WELDS �/2"SHORT OF PLATE EDGES AND BOLT HOLES. _ — —- { — i/4 3i/a TO CLEAR WELD
* BEND STOP BAR TO MATCH POLE CURVATURE. DETAIL e
SIDE PLATE V-7"
FACEPLATE
(TYP.) TAPERED WASHER DETAILS POLE
TOP SADDLE I
POLE END
w
SECTION
J 0
S Fn
61 O
°' 1" RADIUS
TOP (TYP.) D POLE BASE
SECTION
SADDLE
s + TAPED WASHER - rT�A oo HEAVYU HEX NUTS AND 0
P /e SADDLE TO USE '/n" SEAL WELD J HARDENED WASHERS
SECTIONe = l I 3/8u FACEPLATE WELD■ TO A ACH TO FACE _ •BEND RADIUS = 6.68"
3 II P PLATE (TYP.) P
FACEPLATE /s SIDE PLATE TO THREAD LAST 4"
4 HOLES 3/B SADDLE WELD■ OF U-BOLT LEGS " -----------------
FOR MAST
ARM H.S.BOLT - ;; TOP SIDE
UPPER N BOLTS 2" 0 ACCESS
— — —-T SADDLE PLATE
HOLE il,-----------. UPPER
HANDHOLE _
SIDE -- -
' M HANDHOLE
CHAMFER SIDE PLATE SIDE FACEPLATE S2 -
PLATE 3/e" TO I PLATE MAST ARM ,..HOOK === AANDOHANDHOLE
CLEAR WELD 7
ACCESS HOLE - N N
----- S2 S2
STOP BAR (TYP.) -
SIDE PLATE FACEPLATE WORK POINT2" 0 MAX. — -—
(TYP.) HOLES ACCESS °
FOR MAST I 3/8" SIDE PLATE TO HOLE
SECTIONe BOLTS %,, FACEPLATE WELD■ ____-------------- - ___ 3� M =
/4i
X 2" X 30"
2 STOP BAR* S2 -
— HOLES FOR 1�/2" 0 H.S.MAST S4 i _-- -- /4 ■ t
FACEPLATE ARM BOLTS.TAP THREADS - i/4
BOTTOM IN FACEPLATE AFTER BOTTOM =
GALVANIZING.ENGAGEMENT R ARM FLANGE SADDLE R
SADDLE LENGTH = 1�/2" (TYP.)
N _ _—_ _ SIDE PLATE TO /a" MIN.TO
BOTTOM SADDLE 1" MAX (TYP.)
3/a
WELD■ —
Uj
a
Jo o POLE -
m = SILHOUETTE 2" 1�/8"0 U-BOLT WITH TWO
HEAVY HEX NUTS AND
SIDE PLATE U ACCESS HOLE AND 3° HARDENED WASHERS
(TYP.) FACEPLATE 1" 2" 1" X 45° • BEND RADIUS = 6.90"
CLIP
SECTIONe BOTTOM
° ELEVATION
CTIONe°
Computer File Information Sheet Revisions Colorado Department of Transportation ALTERNATE TRAFFIC SIGNAL STANDARD PLAN NO.
Creation Date: 07/04/12 Date: Comments 2829 W. Howard PI.
Created By: SCL Q 07/22/22 Modified Sheet Title Denver, CO 80204 Phone:303-512-5102 15' - 55' SINGLE MAST ARM S-614-40A
Last Modification Date: 07/22/22 Q
FAX: 303-757-9219
Last Modified By: EButta Q
CAD Ver.: MicroStation V8 Scale: Not to Scale Units: English Q Traffic & Safety Engineering EB Issued By:Traffic & Safety Engineering Branch July 31,2019 Sheet No. 3 of 4
SOCKET WELD DATAARM E
�o�o
1�G
LENGTH (INS) (INl) (IN.) (DEG.) ppG �N0 4 - 2"0 ANCHOR BOLTS
(FT.) FpFt E� NOTESSEE GENERAL
PROJECTION = 12" ± 3/g" AND 20 ON SHEET I I OF4
25 0.2391 D.285 0.183 40 `� SOG� FOR SOCKET WELD DETAIL
MAST 35 0.2391 0.285 0.183 40 F04i AND 11" ± %" FOR
ARMS 45 0.3125 0.372 0.239 40 E BACKING RING WELD DETAIL LEVELING NUT
55 1 0.3125 1 0.372 1 0.239 40 W'
POLE ALL 0.3125 0.372 0.239 40 3 " MAXIMUM FIT-UP GAP SIDEWALK OR LEVELING
LUMINAIRE ARMS ALL 0.1793 0.214 0.138 40 FINISHED CONCRETE - SEE
T � BETWEEN POLE WALL GROUND LWE GENERAL NOTE 15 ON
MI6 AND BACKING RING SHEET 1 OF 4
POLE,MAST T T POLE,MAST ARM,OR
BACKING RING WELD DATA ARM,OR
2" X /4" LUMINAIRE ARM WALL
LUMINAIRE BACKING RING TOP OF `�
ARM W W E e ARM WALL PULL BOX CAISSON
W = T �+
LENGTH
(IN.) QN'.) (W.) (DEG.) Wj/2 CJP °
•
25 0.1196 0.489 0.289 14 V
OOT OPENINGMAST 35 0.1196 0.489 0.289 14 - - CJP BEVEL
ARMS 45 0.1566 0.563 0.385 16 r
55 0.1566 0.563 0.385 16 BASE PLATE OR i r o
POLE ALL 0.1566 0.563 0.385 16 FLANGE PLATE
LUMINAIRE ARMS ALL 0.0897 0.429 0.212 12 BASE PLATE OR r w
FLANGE PLATE ONE 2"P RIGID CONDUIT w w =
SOCKET WELD BACKING RING WELD FOR LUMINAIRE AND TWO o
3"0 RIGID CONDUITS FOR -
�
2 2 2 SIGNAL ITEMS. (2'-0" r N CD N
DETAIL 52 53 MIN.DEPTH,2'-6" MIN. r a - o w
DEPTH UNDER ROADWAY) I " `� 11 W
r a� 6Zw
�Co
CD
2ED Q �2 U
Cr
ACCESS HOLE Q o �"CD
BASE PLATE ACCESS r w z `) of
o
15"0 FOR SOCKET WELD H o
4DETAIL AND 8"0 FOR BACKING HOLE,AND ARM
RING WELD DETAIL �' N~ W
20"0 BOLT CIRCLE o z z -
1 �n
TIP OF LOADED MAST S2 LOWER 1" X 1" CLIP (TYP.) f o=
R <_ 1:40 MAX. HANDHOLE �� ? o a
ARM MUST BE ABOVE 2/4'0 HOLE FOR 2"0 z
BASE OF MAST ARM IN u o ANCHOR BOLTS (TYP) I i CD o
i FINAL DEFLECTED
POSITION.ADJUST R it < o CL BASE PLATE
DURING CONSTRUCTION _ _ _ _ _ ° /-AND ACCESS HOLE i f
TO ACHIEVE THIS. I
CONSTRUCTION REQUIREMENTS
BASE PLATE THICKNESS
= 2%4" FOR SOCKET #9 (TOTAL 14) 36"
WELD DETAIL AND 1Y4" SPACED
POLE BASE-----.,, 2 10" 10" FOR BACKING RING EQUALLY
WELD DETAIL
SECTION e •
DRILLED
SIDEWALK OR CAISSON
LEVELING • •
CONCRETE #4 SPIRAL
-f— sip ell
BASE PLATE DETAIL TRAFFIC SIGNAL
POLE CAISSON
Computer File Informotion Sheet Revisions Colorado Department of Tronsportotion
Creation Date: 07/04/12 Date: Comments ALTERNATE TRAFFIC SIGNAL STANDARD PLAN NO.
2829 W. Howard PI.
Created By: SCL R-1 07/22/22 Modified Sheet Title Denver,CO 518020451 15' - 55' SINGLE MAST ARM
FAX: 3 303-512-5102 S-614-40A
Last Modification Date: 07/22/22 0 FAX: 303-757-9219
Last Modified By: EButta Q
CAD Ver.: MicroStotion V8 Scale: Not to Scale Units: English � Trof fic & Sofety Engineering EB Issued By:Traffic & Safety Engineering Branch July 31,201g Sheet No. 4 of 4
COLORADO PROJECT NO. DATE
PROJECT CODE XXXXX
1
REVISION OF SECTION 522
DUPLEX COATING SYSTEM
Add Section 522 of the standard specifications to the Standard Specifications for this
project as follows:
DESCRIPTION
522.01 This work consists of hot dip galvanizing and duplex coating steel structures as shown
in the Contract.
MATERIALS AND CONSTRUCTION REQUIREMENTS
522.02
(a) General. The Contractor shall provide, install, and repair if necessary, all steel items
that are prepared and coated in conformance with this Section. All repair and
replacement of the finished coating necessary for final acceptance shall be at the
Contractor's expense.
Steel products to be galvanized and coated shall be cleaned of weld spatter and bevel
finished at exposed corners, edges and points. Areas having welds, cuts, bores,
notches, or grooves shall also be beveled unless otherwise noted in the Contract or
directed by the Engineer. Bevel work shall produce a uniform, smooth finish for
galvanizing. Bevel size to be used is based on steel thickness and other criteria as
follows:
Steel Thickness/Type Bevel Size (inches)
Less than 1 /2" thick 1 /32" to 1 /16"
Over 1 /2" thick 1/16" to 1/8"
Bores, notches Et root face of 1/32" to 1/16"
grooves
Welds shall be cleaned and finished according to AWS standards.
All coating measurements shall be taken with a Type 2 fixed probe Dry Film Thickness
(DFT) gauge. The gauge shall be calibrated, and measurements shall be taken,
according to the Society for Protective Coatings (SSPC) Standard PA-2.
(b) Galvanizing. Galvanizing shall be done in accordance with the Contract requirements
and AASHTO M 111 (ASTM Al23) for the type of material being galvanized, except that
items shall only be quenched with ambient air. The poles and arms for traffic signals
and signs shall be hot dipped galvanized inside and outside. Chromate treatment of any
type will not be permitted. Zinc-phosphate pretreatment or acrylic passivation
pretreatments shall be as described in (d) below.
COLORADO PROJECT NO. DATE
PROJECT CODE XXXXX
2
REVISION OF SECTION 522
DUPLEX COATING SYSTEM
The Contractor shall submit a certificate of compliance (COC), conforming to subsection
106.12, confirming that all materials meet or exceed the galvanizing requirements
described herein.
All galvanized surfaces shall be free from drips, slag or surface irregularities..
Spot areas not requiring galvanizing shall be marked and cleanly patched with material
that prevents galvanization but does not weaken the adjacent spelter coating. Repair of
patched areas shall be achieved by metallizing as described in (c) below.
Prior to galvanizing, the Contractor's galvanizer shall notify the Engineer in writing that
the galvanized order is chromate free, and air quenched. Products not certified
chromate free by the Contractor's galvanizer shall be tested prior to galvanizing. The
Contractor shall provide the Engineer with certification from an independent ASTM
accredited laboratory listing all individual items that test chromate free. Testing shall
comply with ASTM D-2092 Appendix X2. Test results shall be provided to the Engineer
prior to galvanizing.
(c) Repair of Galvanized Products. Uncoated areas or damaged coating exceeding
applicable specification limits shall be re-galvanized to meet the original specification
requirements. Cuts made after galvanizing shall be ground, beveled, and smoothed
before repair. Damaged galvanized areas shall be re-galvanized or metallized.
Re-galvanizing shall conform to ASTM A-780, Annex Al. Metalizing shall conform to
ASTM A-780, Annex A3, except that minor repair areas shall be cleaned according to
SSPC method SP-3. SSPC Method SP-2 may be used to clean difficult access areas.
Thickness of the repair coat shall match adjacent galvanizing, as measured by a
calibrated DFT gauge.
Coating imperfections such as burring, runs or drips, high spots, heavy dross, or ash
inclusion shall be removed and cleaned at the Contractor's expense. Areas of re-work
falling below zinc thickness limits shall be repaired at the Contractor's expense.
Printed Technical Data Sheets (PTDS) shall be provided to the Engineer for repair
materials used.
(d) Preparing Galvanized Surfaces for Coating. Products shall be inspected for shipping and
handling damage before surface preparation begins. Damage shall be reported to the
Contractor's galvanizer and to the Engineer prior to repair. The Engineer will determine
whether damaged items are to be repaired or replaced. Minor repair of galvanizing shall
conform to (c) above and shall be at the Contractor's expense.
The Contractor shall prepare each surface to be coated so that it has a slightly roughened
profile without removing over 1.0 mil of the galvanized coating. Minimum ASTM zinc
thickness specifications shall still apply after preparation.
COLORADO PROJECT NO. DATE
PROJECT CODE XXXXX
3
REVISION OF SECTION 522
DUPLEX COATING SYSTEM
Surfaces of fasteners to be coated shall be lightly brushed or sanded in a manner that will
remove the least amount of zinc.
Surfaces that become soiled after pretreatment shall be cleaned prior to coating by low
pressure, mild detergent wash and rinse. Stained or oiled surfaces may also be mildly
scrubbed with a soft bristle nylon brush. Stubborn stains may be mildly scrubbed with a
mix of 1 - 2 percent ammonia solution and thoroughly rinsed. Wash and rinse pressure
shall not exceed 100 psi at 185' F temperature.
Surface preparation work shall be done according to one of the following methods:
1 . Zinc-Phosphate Pretreatment. This treatment may be used only on new
galvanizing less than 48 hours of age.
Items shall be immersed in a bath of acidic zinc-phosphate solution for 3 - 6 minutes,
rinsed with clean water, and dried. The first epoxy coat shall be applied within 48
hours after immersion treatment.
If treated items are shipped to a different coating facility they shall be rewashed,
rinsed and dried to remove surface soiling. The first epoxy coat must still be applied
within 48 hours after immersion treatment.
2. Acrylic Passivation Pretreatment. This treatment may be used only on fresh hot
galvanizing or new galvanizing less than 48 hours of age. Only chrome-free
solutions shall be used, applied by a method that ensures complete coverage of all
surfaces to be coated. The Contractor shall provide the Engineer with treatment
dates for each item and the PTDS for the solutions used.
The Contractor's galvanizer may apply solution to fresh hot galvanizing that is less
than 6 hours of age, still clean, and dry and that has cooled to treatment application
temperature guidelines.
If newly galvanized items are shipped to another treatment facility they shall be
washed, rinsed and dried to remove surface soiling. The solution shall then be
applied and cured according to the supplier's instructions.
Fully cured and treated items shall be rewashed, rinsed, and dried again just before
coating. Items not coated within 100 days of treatment shall be abrasive blasted in
conformance with subsection (d) 3.
3. Abrasive Blasting. This treatment may be used on galvanized items of any age if
beveling requirements as listed in the third and fourth paragraphs of subsection (a)
have been met.
COLORADO PROJECT NO. DATE
PROJECT CODE XXXXX
4
REVISION OF SECTION 522
DUPLEX COATING SYSTEM
The Contractor shall notify the Engineer in writing at least five working days before
blasting begins. Zinc thickness shall be measured and recorded immediately after
blasting and provided to the Engineer within 48 hours of blasting. Thickness limits
and measurement frequency shall comply with the original applicable ASTM
specification. Blast operations shall reasonably conform to ASTM Standard Practice
D-6386, Subsection 5.4.1 except for small areas falling below required zinc
thickness. These areas shall be repaired in accordance with subsection (c). No
single area shall exceed 2 inches at its largest width or 12 inches at its longest
dimension. The total repair area shall not exceed 1 percent of the coatable surface
of the item; if limits are exceeded or zinc thickness is below the specification
requirement, the item shall be re-galvanized in conformance with the original
specification.
The Contractor shall measure and record the size, location and repair method used
for all repairs. This information shall be included on the report of thickness
measurements.
The first epoxy coat shall be applied within 24 hours of abrasive blasting. Items
shall be cleaned free of blast debris before coating. Compressed air used to clean
items shall be free of oil, residue, oil and other harmful contaminants.
Thickness measurement is not required after surface preparation work has been
completed.
(e) Coating and Paint Systems. Prepared items shall be coated with a two or three coat
system described in this subsection. Alternative coating systems shall be pre-approved in
writing by the Engineer. Manufacturer's PTDS for each coating type shall state test values
for ASTM requirements of this subsection. Prior to product use the coating supplier shall
provide the PTDS and certify to the Engineer in writing that all furnished coating materials
meet applicable requirements of this subsection.
Faying surfaces shall not be painted unless written approval is given by the Engineer.
All shop fabrication, including welds and attachments, shall be completed prior to
coating unless otherwise specified in the Contract or directed in writing by the
Engineer.
Inorganic zinc coatings shall not be used. Combined DFT of all coats applied over the
galvanizing shall range from 6.5 to 10 mils with a topcoat DFT of 3 mils minimum. Dried
color of the base coat and topcoat shall be visually contrasting. Finished color shall not
vary more than 4 AE*ab units from the specified color determined in accordance with
ASTM D 2244.
Volatile Organic Compound (VOC) levels shall not exceed 3.5 pounds per gallon for each
applied coat. Dry films shall contain less than 1 percent lead and other toxic heavy
metals. The zinc concentration of each epoxy coat shall not exceed 40 percent.
Topcoats shall have a semi-gloss value of 50-75.
COLORADO PROJECT NO. DATE
PROJECT CODE XXXXX
5
REVISION OF SECTION 522
DUPLEX COATING SYSTEM
All coatings shall be able to withstand temperatures up to 180' F without sag, blister, or
peel damage. Topcoat formulation shall provide weathering, chemical, and ultraviolet
(UV) resistance. All coatings shall meet the following ASTM requirements as amended:
(1) Corrosion Weathering. ASTM, D-5894, minimum 6-cycles of exposure:
Corrosion rating of 8 or higher according to ASTM D-1654.
Blistering rating of 8 or higher according to ASTM D-714.
(2) Impact Resistance. ASTM D-2794, 30 day test:
Epoxies - Minimum 40 inch-pounds
All Topcoats - Minimum 90 inch-pounds
(3) Adhesion Testing. ASTM D-4541, 30 day test, Minimum 500 psi for either: Method B -
flat surface or Method E - curved surface.
(4) Abrasion Resistance. ASTM D-4060, 30 day test: Maximum 90 mg loss after 1000
cycles with a CS10 or CS17 wheel.
(5) Flexibility. ASTM D-522, 30 day test - Method B: Epoxies shall pass a 180 degree
bend over a 1/4 inch mandrel. All Topcoats shall pass a 180 degree bend over a 3/8
inch mandrel.
Each coat shall be applied uniformly to provide an appearance free of laps, streaks,
sags, drips, pinholes, and other discontinuities; all such defects shall be repaired prior
to product shipment.
The Contractor's coater shall measure the DFT of each applied coat according to SSPC,
Guide PA-2, except that measurements shall be taken with a calibrated Type 2 fixed
probe gauge. Thickness records shall be provided to the Engineer prior to project
shipment. The following two coating systems do not require pre-approval:
1 . Powder Coating. The Contractor's coater shall oven preheat the articles to abate
out-gassing potential. The Contractor's coater shall use compatible materials and
coating processes to obtain proper coat to coat adhesion.
The epoxy powder base coat shall measure 2 to 6 mils DFT and be applied by
electrostatic or airstatic spray. The powder formulation shall be a non-hybrid epoxy
of anti-gassing grade.
The powder topcoat shall be electrostatic or airstatic spray applied and measure 3 to
6 mils DFT. The powder formulation shall be a non-acrylic, high-build, aliphatic-
based, enhanced polyester or urethane polyester of anti-gassing grade.
2. Liquid Coating. The Contractor's coater shall apply coats by conventional or airless
spray according to the supplier's guidelines. Minimal striping at difficult work areas
COLORADO PROJECT NO. DATE
PROJECT CODE XXXXX
6
REVISION OF SECTION 522
DUPLEX COATING SYSTEM
is permissible. The Contractor's Coater shall use proper work methods and
compatible materials to obtain proper coat adhesion. Thinning of paints shall be
done according to the manufacturer's instructions so that thinned products conform
to the solids content and VOC limits of this subsection.
The epoxy base coat shall measure 2 to 6 mils DFT. Paint shall be a low-blush epoxy
polyamide, or a low-blush cycloaliphatic bisphenol-A polyamine. Minimum solids by
weight of all epoxies used shall be 68 percent.
The topcoat shall measure 3 to 6 mils DFT. Paint shall be an aliphatic-based
urethane polyester or aliphatic-based polyurea urethane. Specially formulated
aliphatic-based polyaspartic polyureas may also be used over compatible epoxy
bases.
(f) Repair of Coated Products. The Contractor shall repair damage from shipment,
installation, field welding, or other activity during the construction. Damage shall be
reported to the Engineer prior to repair. Repairs shall be as directed by the Engineer.
Significant repair procedures require written submittal of a proposed repair process
from the Contractor. The Engineer shall approve the proposal in writing before repairs
begin. Significant repairs are classified as:
(1) Any damaged area to the base coat material over 1 square inch
(2) Total repair areas exceeding 5 percent of the coating per item.
(3) Any single topcoat repair area over 64 square inches
Minor and touchup repair of topcoats shall be done as follows:
A UV rated, aliphatic-based liquid topcoat paint shall be used. The paint shall be
compatible with the existing topcoat material and closely match existing color. The
paint shall meet the requirements of subsection (e). The paint supplier shall provide
the Engineer with PTDS for the products used.
Single areas smaller than 8 square inches requiring repair shall be scuffed with 220 grit
sandpaper or equivalent scuff material. Larger areas up to 64 square inches may be
cleaned according to SSPC, Method SP-2. All border areas at the undamaged topcoat
shall be scuffed with 220 grit material.
Cleaned, scuffed areas shall be bordered and coated by airless or conventional spray.
Work areas shall be adequately shielded to contain errant spray. Fresh repair areas
shall be protected as necessary during the initial cure. Repair thickness shall reasonably
match the adjacent coating.
The repair coat shall provide an appearance free of sags, runs, streaks, drips, pinholes,
or other discontinuities. Spray can paint repair shall not be used.
COLORADO PROJECT NO. DATE
PROJECT CODE XXXXX
7
REVISION OF SECTION 522
DUPLEX COATING SYSTEM
(g) Conditions for Final Acceptance of Coating. Within six weeks immediately prior to final
project acceptance, the Engineer and a representative of CDOT's Staff Bridge Branch will
conduct a final inspection of the coating. The Contractor's Superintendent shall also
attend the inspection. Before final project acceptance, the Contractor shall repair the
following defects found during the inspection:
(1) Peeling on any portion of the coatings.
(2) Blistering on any portion of the coatings.
(3) Color fading below a 35 gloss rating, in accordance with ASTM D523.
(4) Mottling defects that exceed 3 percent of the topcoat surface.
(5) Visible cracking of the topcoat material.
(6) Visible rusting discoloration on the coating.
(7) Sag or other evidence of coating adhesion loss.
METHOD OF MEASUREMENT AND BASIS OF PAYMENT
Duplex Coating System will not be measured and paid for separately but shall be included in
the work.
INSTRUCTIONS TO DESIGNERS: (delete all instructions and symbols from final draft):
Use this project special provision when painting is required on galvanized metal.
Environmental Stain (Galvanized) may be used as an option for a brown color.
PERMANENT CHANGES TO PROJECT DATED SPECIAL PROVISIONS
REVISION OF SECTION 522 DUPLEX COATING SYSTEM
DATE AUTHOR DESCRIPTION OF CHANGE
1 /14/19 Staff Bridge Initial Website Issue
04.11 .2023 M. Kayen Revisions to make spec online ADA-compliant. 5.22.23
Additional ADA.
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
F. Federal Terms and Conditions
Appendix II: Contract Provisions for non-Federal Entity Contracts Under Federal Awards
(A) For a Contract for more than the simplified acquisition threshold ($250,000).
Breach. Any breach of the Contract by Professional shall be governed by the termination
and remedies provisions of the Contract. Additionally, in the event that the City incurs
damages as a result of Professional's breach, the City may pursue recovery of such
damages from Professional. The City further retains the right to seek specific performance
of the Contract at any time as authorized by law. The City further retains the right to
otherwise pursue any remedies available to the City as a result of the Professional's breach,
including but not limited to administrative, Contractual, or legal remedies, as well as any
applicable sanctions and penalties.
Remedies for Non-Performance. If Professional fails to perform any of its obligations under
this Contract, the City may, at its sole discretion, exercise one or more of the following
remedies, which shall survive expiration or termination of this Contract:
a. Suspend Performance: The City may require the Professional to suspend performance
of all or any portion of the Work pending necessary corrective action specified by the
City and without entitling Professional to an increase in compensation or extension of
the performance schedule. Professional must promptly stop performance and incurring
costs upon delivery of a notice of suspension by the City.
b. Withhold Payment Pending Corrections: The City may permit Professional to correct any
rejected Work at the City 's discretion. Upon City 's request, Professional must correct
rejected Work at Professional's sole expense within the time frame established by the
City. Upon completion of the corrections satisfactory to the City, City will remit payment
to Professional.
c. Deny Payment: City may deny payment for any Work that does not comply with the
requirements of the Contract or that Professional otherwise fails to provide or complete,
as determined by the City in its sole discretion. Upon City request, Professional will
promptly refund any amounts prepaid by the City with respect to such non-compliant
Work.
d. Removal: Upon City 's request, Professional will remove any of its employees or agents
from performance of the Work, if the City, in its sole discretion, deems any such person
to be incompetent, careless, unsuitable, or otherwise unacceptable.
(B) [All Contracts in excess of$10,000 must address termination for cause and for
convenience including the manner by which it will be effected and the basis of the
settlement.]
Termination.
Termination for Convenience. The City may terminate this Contract, in whole or in part, for
any reason, upon five (5) days written notice to the Professional. In such event, the City
shall pay the Professional its costs, including reasonable Contract close-out costs, and profit
Services Agreement
ITB 10182 Traffic Signal Poles Page 35 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
on Work performed up to the time of termination. The Professional shall promptly submit its
termination claim to the City to be paid the Professional. If the Professional has any property
in its possession belonging to the City, the Professional will account for the same, and
dispose of it in a manner the City directs.
Termination for Breach. Either Party's failure to perform any of its material obligations under
this Contract, in whole or in part or in a timely or satisfactory manner, will be a breach. The
institution of proceedings under any bankruptcy, insolvency, reorganization or similar law,
by or against Professional, or the appointment of a receiver or similar officer for Professional
or any of its property, which is not vacated or fully stayed within thirty (30) days after the
institution of such proceeding, will also constitute a breach. In the event of a breach, the
non-breaching Party may provide written notice of the breach to the other Party. If the
notified Party does not cure the breach, at its sole expense, within thirty (30) days after
delivery of notice, the non-breaching Party may exercise any of its remedies provided under
this Contract or at law, including immediate termination of the Contract.
(C) [Except as otherwise provided under 41 CFR Part 60, all Contracts that meet the
definition of"federally assisted construction Contract"in 41 CFR Part 60-1.3]
Equal Employment Opportunity. Professional agrees to comply with the Equal Opportunity
Clause provided under 41 CFR 60-1.4(a) (Government Contracts) and 41 CFR 60-1.4(b)
(Federal Assisted Construction Contracts), in accordance with Executive Order 11246,
"Equal EmploymentOpportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p.
339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating
to Equal Employment Opportunity,"and implementing regulations at 41 CFR part 60, "Office
of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of
Labor." Professional furtheragrees to include this provision, including the Equal Opportunity
Clause or a reference thereto, in any subcontracts it enters into pursuant to the Contract.
During the performance of this Contract, the Professional agrees as follows:
(1) The Professional will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, sexual orientation, gender identity, or
national origin. The Professional will take affirmative action to ensure that applicants
are employed, and that employees are treated during employment without regard to
their race, color, religion, sex, sexual orientation, gender identity, or national origin.
Such action shall include, but not be limited to the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The Professional agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided
setting forth the provisions of this nondiscrimination clause.
(2) The Professional will, in all solicitations or advertisements for employees placed by or
on behalf of the Professional, state that all qualified applicants will receive
consideration for employment without regard to race, color, religion, sex, sexual
orientation, gender identity, or national origin.
Services Agreement
ITB 10182 Traffic Signal Poles Page 36 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
(3) The Professional will not discharge or in any other manner discriminate against any
employee or applicant for employment because such employee or applicant has
inquired about, discussed, or disclosed the compensation of the employee or applicant
or another employee or applicant. This provision shall not apply to instances in which
an employee who has access to the compensation information of other employees or
applicants as a part of such employee's essential job functions discloses the
compensation of such other employees or applicants to individuals who do not
otherwise have access to such information, unless such disclosure is in response to a
formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or
action, including an investigation conducted by the employer, or is consistent with the
Professional's legal duty to furnish information.
(4) The Professional will send to each labor union or representative of workers with which
he has a collective bargaining agreement or other Contract or understanding, a notice
to be provided advising the said labor union or workers' representatives of the
Professional's commitments under this section, and shall post copies of the notice in
conspicuous places available to employees and applicants for employment.
(5) The Professional will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
(6) The Professional will furnish all information and reports required by Executive Order
11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary
of Labor, or pursuant thereto, and will permit access to his books, records, and
accounts by the administering agency and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules, regulations, and orders.
(7) In the event of the Professional's noncompliance with the nondiscrimination clauses of
this Contract or with any of the said rules, regulations, or orders, this Contract may be
canceled, terminated, or suspended in whole or in part and the Professional may be
declared ineligible for further Government Contracts or federally assisted construction
Contracts in accordance with procedures authorized in Executive Order 11246 of
September 24, 1965, and such other sanctions may be imposed and remedies invoked
as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or
order of the Secretary of Labor, or as otherwise provided by law.
(8) The Professional will include the portion of the sentence immediately preceding
paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or
purchase order unless exempted by rules, regulations, or orders of the Secretary of
Labor issued pursuant to section 204 of Executive Order 11246 of September 24,
1965, so that such provisions will be binding upon each subcontractor or vendor. The
Professional will take such action with respect to any subcontract or purchase order as
the administering agency may direct as a means of enforcing such provisions,
including sanctions for noncompliance:
Provided, however, that in the event a Professional becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such direction
by the administering agency, the Professional may request the United States to enter
into such litigation to protect the interests of the United States.
Services Agreement
ITB 10182 Traffic Signal Poles Page 37 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
The applicant further agrees that it will be bound by the above equal opportunity
clause with respect to its own employment practices when it participates in federally
assisted construction work: Provided, that if the applicant so participating is a State or
local government, the above equal opportunity clause is not applicable to any agency,
instrumentality or subdivision of such government which does not participate in work
on or under the Contract.
The applicant agrees that it will assist and cooperate actively with the administering
agency and the Secretary of Labor in obtaining the compliance of Professionals and
subcontractors with the equal opportunity clause and the rules, regulations, and
relevant orders of the Secretary of Labor, that it will furnish the administering agency
and the Secretary of Labor such information as they may require for the supervision of
such compliance, and that it will otherwise assist the administering agency in the
discharge of the agency's primary responsibility for securing compliance.
The applicant further agrees that it will refrain from entering into any Contract or Contract
modification subject to Executive Order 11246 of September 24, 1965, with a
Professional debarred from, or who has not demonstrated eligibility for, Government
Contracts and federally assisted construction Contracts pursuant to the Executive Order
and will carry out such sanctions and penalties for violation of the equal opportunity
clause as may be imposed upon Professionals and subcontractors by the administering
agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order.
In addition, the applicant agrees that if it fails or refuses to comply with these
undertakings, the administering agency may take any or all of the following actions:
Cancel, terminate, or suspend in whole or in part this grant (Contract, loan, insurance,
guarantee); refrain from extending any further assistance to the applicant under the
program with respect to which the failure or refund occurred until satisfactory assurance
of future compliance has been received from such applicant; and refer the case to the
Department of Justice for appropriate legal proceedings.
(9) [Reserved]
(c) Subcontracts. Each nonexempt prime Professional or subcontractor shall include the
equal opportunity clause in each of its nonexempt subcontracts.
(d) Inclusion of the equal opportunity clause by reference. The equal opportunity clause
may be included by reference in all Government Contracts and subcontracts, including
Government bills of lading, transportation requests, Contracts for deposit of
Government funds, and Contracts for issuing and paying U.S. savings bonds and
notes, and such other Contracts and subcontracts as the Director of OFCCP may
designate.
(e) Incorporation by operation of the order. By operation of the order, the equal opportunity
clause shall be considered to be a part of every Contract and subcontract required by
the order and the regulations in this part to include such a clause whether or not it is
physically incorporated in such Contracts and whether or not the Contract between the
agency and the Professional is written.
(f)Adaptation of language. Such necessary changes in language may be made in the
equal opportunity clause as shall be appropriate to identify properly the parties and
their undertakings.
Services Agreement
ITB 10182 Traffic Signal Poles Page 38 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
(D) [Where applicable, all Contracts awarded by the non-Federal entity in excess of
$100,000 that involve the employment of mechanics or laborers]
Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Professional must
fully comply with the Contract Work Hours and Safety Standard Act (40 U.S.C. 3701-3708),
including 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations
(29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, Contract is required to compute the
wages of every mechanic and laborer on the basis of a standard work week of 40 hours.
Work in excess of the standard work week is permissible provided that the worker is
compensated at a rate of not less than one and a half times the basic rate of pay for all
hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704
are applicable to construction work and provide that no laborer ormechanic must be required
to work in surroundings or under working conditions which are unsanitary, hazardous or
dangerous. These requirements do not apply to the purchases of suppliesor materials or
articles ordinarily available on the open market, or Contracts for transportation or
transmission of intelligence.
a. Overtime requirements. No contractor or subcontractor contracting for any part of
the contractwork which may require or involve the employment of laborers or
mechanics shall require or permit any such laborer or mechanic in any workweek
in which he or she is employed on such work to work in excess of forty hours in
such workweek unless such laborer or mechanic receivescompensation at a rate
not less than one and one-half times the basic rate of pay for all hours worked in
excess of forty hours in such workweek.
b. Violation; liability for unpaid wages; liquidated damages. In the event of any
violation of the clause set forth in paragraph (a) of this section the contractor and
any subcontractor responsible therefor shall be liable for the unpaid wages. In
addition, such contractor and subcontractor shall be liable to the United States
(in the case of work done under contract for the District of Columbia or a territory,
to such District or to such territory), for liquidated damages. Such liquidated
damages shall be computed with respect to each individual laborer or mechanic,
including watchmen and guards, employed in violation of the clause set forth in
paragraph (a) of this section, in the sum of $26 for each calendar day on which
such individual was required or permitted to work in excess of the standard
workweek of forty hours without payment of theovertime wages required by the
clause set forth in paragraph (a) of this section.
C. Withholding for unpaid wages and liquidated damages. The FEMA shall upon its
own action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys payable
on account of work performed by the contractoror subcontractor under any such
contract or any other Federal contract with the same prime contractor, or any
other federally-assisted contract subject to the Contract Work Hours and Safety
Standards Act, which is held by the same prime contractor, such sums as may
be determined to be necessary to satisfy any liabilities of such contractor or
Services Agreement
ITB 10182 Traffic Signal Poles Page 39 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
subcontractor for unpaid wages and liquidated damages as provided in the clause
set forth in paragraph (b) of thissection.
d. Subcontracts. The contractor or subcontractor shall insert in any subcontracts
the clauses set forth in paragraph (a)through (d) of this section and also a clause
requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsiblefor compliance by any
subcontractor or lower tier subcontractor with the clauses set forth in paragraphs
(a) through (d) of this section.
(E) [If the Federal award meets the definition of"funding agreement"under 37 CFR
§401.2 (a)]
Rights to Inventions Made Under a Contract or Contract. For Contracts entered into by the
Professional or the City with a small business firm or nonprofit organization regarding the
substitution of parties, assignment or performance of experimental, developmental, or
research work under that "funding agreement," the parties must comply with the
requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations
and Small Business Firms Under Government Grants, Contracts and Cooperative
Contracts," and any implementing regulations issued by the awarding agency.
(F) jContracts and subgrants of amounts in excess of$150,000]
Clean Air Act (42 U.S.C. 7401-7671g.) and the Federal Water Pollution Control Act (33
U.S.C. 1251-1387), as amended.
a. All parties agree to comply with all applicable standards, ordersor regulations
issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal
WaterPollution Control Act as amended (33 U.S.C. 1251-1387). All parties shall
report violations to theFederal awarding agency and the Regional Office of the
Environmental Protection Agency (EPA).
b. The Professional agrees to report each violation to the City and understands and
agrees that the City will, in turn, report each violation as required to assure
notification to the Federal Emergency Management Agency, and the appropriate
Environmental Protection Agency Regional Office.
c. The Professional agrees to include these requirements in each subcontract
exceeding $150,000 financed in whole or in part with Federal funds.
(G) [For Contract awards (see 2 CFR 180.220)]
Debarment and Suspension (Executive Orders 12549 and 12689). Professional attests that
it is not listed on the government-wide exclusions in the System for Award Management
(SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive
Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p.
235), "Debarment and Suspension." SAM Exclusions contains the names of parties
Services Agreement
ITB 10182 Traffic Signal Poles Page 40 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authorityother than Executive Order 12549.
a. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2
C.F.R. pt. 3000. As such, the Professional is required to verify that none of
the Professional's principals (defined at 2 C.F.R. § 180.995) or its affiliates
(defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or
disqualified (defined at 2 C.F.R. § 180.935).
b. The Professional must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.
3000, subpart C, and must include a requirement to comply with these
regulations in any lower tier covered transaction it enters into.
C. This certification is a material representation of fact relied upon by the City. If it
is later determined that the Professional did not comply with 2 C.F.R. pt. 180,
subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to
the City, the Federal Government maypursue available remedies, including but
not limited to suspension and/or debarment.
d. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt.
180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and
throughout the period of any contractthat may arise from this offer. The bidder or
proposer further agrees to include a provision requiring such compliance in its
lower tier covered transactions.
(H) [For Contracts exceeding $100,000]
Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). Professional attests that it has filed the
required certification under the Byrd Anti-Lobbying Amendment. Professional attests that it
has certified that it will not and has not used Federal appropriated funds to pay any person
or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress inconnection with obtaining any Federal Contract, grant or any other
award covered by 31 U.S.C. 1352. Professional further attests that it has disclosed, and will
continue to disclose, any lobbyingwith non-Federal funds that takes place in connection with
obtaining any Federal award.
(1) [All Contracts]
Procurement of recovered materials (2 CFR §200.323). All parties agree to comply with all
applicable requirements of Section 6002 of the Solid Waste Disposal Act, as amended by
the Resource Conservation and Recovery Act. The requirements of Section 6002 include
procuring only items designated in guidelines of the Environmental Protection Agency(EPA)
at 40 CFR part 247 that contain the highest percentage ofrecovered materials practicable,
consistent with maintaining a satisfactory level of competition, where the purchase price of
the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal
year exceeded $10,000; procuring solid waste management services in a manner that
Services Agreement
ITB 10182 Traffic Signal Poles Page 41 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
maximizes energy and resource recovery; and establishing an affirmative procurement
program for procurement of recovered materials identified in the EPA guidelines.
a. In the performance of this contract, the Professional shall make maximum use
of products containing recovered materials that are EPA-designated items
unless the product cannot beacquired:
• Competitively within a timeframe providing for compliance with the
contract performance schedule;
• Meeting contract performance requirements; or
• At a reasonable price.
b. Information about this requirement, along with the list of EPA-designated items,
is available at EPA's Comprehensive Procurement Guidelines web site,
https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.
(J) [All Contracts]
Prohibition on certain telecommunications and video surveillance services or equipment (2
CFR §200.216). Professional is prohibited from using equipment, services, or systems that
uses covered telecommunications equipment or services as a substantial or essential
component of anysystem, or as critical technology as part of any system. As described in
Public Law 115-232, section 889, covered telecommunications equipment is
telecommunications equipment produced by Huawei Technologies Company or ZTE
Corporation (or any subsidiary or affiliate of such entities).
(i) For the purpose of public safety, security of government facilities, physical
security surveillance of critical infrastructure, and other national security
purposes, video surveillance and telecommunications equipment produced by
Hytera Communications Corporation, Hangzhou Hikvision Digital Technology
Company, or Dahua Tech nologyCompany (or any subsidiary or affiliate of such
entities).
(ii)Telecommunications or video surveillance services provided by such entities or
usingsuch equipment.
(iii) Telecommunications or video surveillance equipment or services produced
or providedby an entity that the Secretary of Defense, in consultation with the
Director of the National Intelligence or the Director of the Federal Bureau of
Investigation, reasonably believes to be an entity owned or controlled by, or
otherwise connected to, the government of a covered foreign country.
(K) [All Contracts]
2 C.F.R. 200.322 Domestic preferences for procurements. As appropriate and to the
extent consistent with law, Professional should, to the greatest extent practicable, prefer the
purchase, acquisition, or use of goods, products, or materials produced in the United States
Services Agreement
ITB 10182 Traffic Signal Poles Page 42 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
(including but not limited to iron, aluminum, steel, cement, and other manufactured
products). The requirements of this section must be included in all subawards including all
Contracts and purchase orders for work or products under this award.
Foreign Market Restrictions. The Professional shall not allow funds provided under this
contract to be used to fund the use of any products or service of a foreign country during
the period in which such foreign country is listed by the United States Trade Representative
as denying fair and equitable market opportunities for products and supplies of the United
States in procurement and construction.
(L) [All Contracts]
2 C.F.R. 200.321 Small and Minority Businesses, Women's Business Enterprises, and
Labor Surplus Area Firms. The City will take affirmative steps to solicit and include small,
minority, and women-owned businesses when possible in an effort to encourage
participation and fair competition in providing supplies/services described in this solicitation.
As set forth in 2 C.F.R. §200.321(b)(1)-(5), such affirmative steps must include:
1. Placing qualified small and minority businesses and women's business
enterprises onsolicitation lists;
2. Assuring that small and minority businesses, and women's business enterprises
are solicited whenever they are potential sources;
3. Dividing total requirements, when economically feasible, into smaller tasks or
quantities topermit maximum participation by small and minority businesses,
and women's business enterprises;
4. Establishing delivery schedules, where the requirement permits, which
encourage participation by small and minority businesses, and women's
business enterprises; and
5. Using the services and assistance, as appropriate, of such organizations as the
SmallBusiness Administration and the Minority Business Development Agency
of the Department of Commerce.
If subcontracts are to be let, Professional must take all necessary affirmative steps
to assure that minority businesses, women's business enterprises, and labor surplus
area firms are used as required by 2 C.F.R. § 200.321.
(M) Bid Protest Procedures
City of Fort Collins Bid Protest Procedures. The City of Fort Collins has a protest procedure
covering any phase of solicitation or award, including but not limited to specification or
award. The protest procedures are available from the Purchasing Department, City of Fort
Collins, 215 N. Mason, Street, 2nd Floor, P. O. Box 580, Fort Collins, CO. 80522. You may
also request a copy of the procedures by emailing: Purchasing(ab_fcgov.com or calling 970-
221-6775.
Services Agreement
ITB 10182 Traffic Signal Poles Page 43 of 60
City of Official Purchasing Doc"nart
Fort Collins Last updated 4/2025
(N) Title VI of the Civil Rights Act of 1964 - The sub-grantee, contractor,
subcontractor, successor, transferee, and assignee shall comply with Title VI of the
Civil Rights Act of 1964, which prohibits recipients of federal financial assistance
from excluding from a program or activity, denying benefits of, or otherwise
discriminating against a person on the basis of race, color, or national origin (42
U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury's Title
VI regulations, 31 CFR Part 22, which are herein incorporated by reference and
made a part of this contract (or agreement). Title VI also includes protection to
persons with "Limited English Proficiency" in any program or activity receiving
federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the
Department of the Treasury's Title VI regulations, 31 CFR Part 22, and herein
incorporated by reference and made a part of this contract or agreement.
(0) Increasing Seat Belt Use in the United States — Pursuant to Executive Order
13043, 62 FIR 19217 (Apr. 18, 1997), the City encourages its contractors to adopt
and enforce on-the-job seat belt policies and programs for their employees when
operating company-owned, rented, or personally owned vehicles.
(P) Reducing Text Messaging While Driving — Pursuant to Executive Order 13513,
74 FR 51225 (Oct. 6, 2009), the City encourages its employees, subrecipients, and
contractors to adopt and enforce policies that ban text messaging while driving,
and the City has established workplace safety policies to decrease accidents
caused by distracted drivers.
Services Agreement
ITB 10182 Traffic Signal Poles Page 44 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
ATTACHMENT A
SAMPLE SERVICES AGREEMENT (FOR REFERENCE ONLY— DO NOT SIGN)
SERVICES AGREEMENT
This Services Agreement (Agreement) made and entered into the day and year set forth
in the Agreement Period section below by and between the CITY OF FORT COLLINS,
COLORADO, a Colorado Municipal Corporation, (City) and a(n) [enter state] [business
type], (Vendor).
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scope of Services. The Vendor agrees to provide Services in accordance with the Scope
of Services (Services) attached hereto as Exhibit A, consisting of [# of Pages] and
incorporated herein. Irrespective of references to named third parties in this Agreement and
its Exhibits, the Vendor shall be solely responsible for performance of all duties hereunder.
2. Changes. The City may, at any time during the term of the Agreement, make changes to
the Agreement. Such changes shall be agreed upon in writing by the parties.
3. Agreement Period. This Agreement shall commence , 20(Year) (the Effective Date)
and shall continue in full force and effect until , 20(Year), unless sooner terminated
as herein provided. In addition, at the option of the City, the Agreement may be extended
for additional one-year periods not to exceed four (4) additional one-year period(s).
Renewals and pricing changes shall be negotiated by and agreed to by both parties only at
the time of renewal. Written notice of renewal shall be provided to the Vendor no later than
thirty (30) days prior to Agreement end.
4. Early Termination by City. Notwithstanding the time periods contained herein, the City may
terminate this Agreement at any time without cause or penalty by providing at least ten (10)
calendar days written notice of termination to the Vendor.
In the event of early termination by the City, the Vendor shall be paid for Services rendered
to the date of termination, subject only to the satisfactory performance of the Vendor 's
obligations under this Agreement. Vendor shall submit a final invoice within ten (10)
calendar days of the effective date of termination. Payment shall be the Vendor's sole right
and remedy for such termination.
5. Notices. All notices provided under this Agreement shall be effective immediately when
emailed or three (3) business days from the date of the notice when mailed to the following
addresses:
Vendor: City: Copy to:
Services Agreement
ITB 10182 Traffic Signal Poles Page 45 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
City of Fort Collins City of Fort Collins
Attn: Attn: Britney Sorensen Attn: Purchasing Dept.
PO Box 580 PO Box 580
Fort Collins, CO 80522 Fort Collins, CO 80522
Email Address bsorensen(a)fcgov.com purchasing(a�fcgov.com
All notices under this Agreement shall be written.
6. Compensation. In consideration of the Services to be performed pursuant to this Agreement,
the City agrees to pay the Vendor in accordance with Exhibit [choose one], consisting of [#
of Pages], attached and incorporated herein. Monthly partial payments based upon the
Vendor's billings and itemized statements are permissible. The amounts of all such partial
payments shall be based upon the Vendor's City-verified progress in completing the
Services to be performed pursuant hereto and upon the City's approval of the Vendor 's
actual reimbursable expenses. Final payment shall be made following acceptance by the
City of the Services.
Invoices shall be emailed to invoices(c),fcgov.com with a copy to the City Project Manager.
The cost of the Services completed shall be paid to the Vendor following the submittal of a
correct itemized invoice by the Vendor. The City is exempt from sales and use tax. The
City's Certificate of Exemption license number is 09804502. A copy of the license is
available upon written request.
The City pays undisputed invoices on Net 30 days from the date of the invoice submittal to
the City or, for disputed invoices, Net 30 days from the date of City Project Manager's
approval.
7. Design and Service Standards. The Vendor warrants and shall be responsible for the
professional quality, technical accuracy, accessibility requirements under ADA and Public
Accommodations and Technology Accessibility sections below, timely completion and the
coordination of all Services rendered by the Vendor, and the Project Instruments as defined
in the Project Instruments and License section below. The Vendor shall, without additional
compensation, promptly remedy and correct any errors, omissions, or other deficiencies
from such standards.
8. Indemnification. The Vendor shall indemnify, defend, and hold harmless the City and its
officers and employees, to the maximum extent permitted under Colorado law, against and
from any and all actions, suits, claims, demands, or liability of any character whatsoever
claimed by the Vendor or third parties against the City arising out of or related to this
Agreement (including but not limited to contract, tort, intellectual property, accessibility, or
otherwise). This obligation extends to reimbursement of the City's defense costs and
reasonable attorney's fees.
9. Insurance. The Vendor shall maintain insurance in accordance with Exhibit [choose one]
consisting of[#of Pages], attached and incorporated herein.
10. Appropriation. To the extent this Agreement or any provision in it. requires payment of any
Services Agreement
ITB 10182 Traffic Signal Poles Page 46 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
nature in fiscal years subsequent to the current fiscal year and constitutes a multiple fiscal
year debt or financial obligation of the City, it shall be subject to annual appropriation by Fort
Collins City Council as required in Article V, Section 8(b) of the City Charter, City Code
Section 8-186, and Article X, Section 20 of the Colorado Constitution. The City shall have
no obligation to continue this Agreement in any fiscal year for which there are no pledged
cash reserves or supporting appropriations pledged irrevocably for purposes of payment
obligations herein. Non-appropriation by the City shall not be construed as a breach of this
Agreement.
11. Prolect Instruments and License.
a. Upon execution of this Agreement, the Vendor grants to the City an irrevocable,
unlimited and royalty free license to use any and all sketches, drawings, as-builts,
specifications, designs, blueprints, data files, calculations, studies, analysis, renderings,
models, plans, reports, and other deliverables (Project Instruments), in any form
whatsoever and in any medium expressed, for purposes of constructing, using,
maintaining, altering and adding to the project, provided that the City substantially
performs its obligations under the Agreement. The license granted hereunder permits
the City and third parties reasonably authorized by the City to reproduce applicable
portions of the Project Instruments for use in performing the Services or construction for
the project. In addition, the license granted hereunder shall permit the City and third
parties reasonably authorized by the City to reproduce and use the Project Instruments
for similar projects, provided however, in such event the Vendor shall not be held
responsible for the design to the extent the City deviates from the Project
Instruments. This license shall survive termination of the Agreement by default or
otherwise.
b. Upon payment of each invoice, associated Project Instruments rendered by the Vendor
shall become the City's property. The Vendor shall provide the City with the Project
Instruments in electronic format in a mutually agreed upon file type.
12. City Prolect Manager. The City will designate, before commencement of the Services, the
City Project Manager who will make, within the scope of their authority, all necessary and
proper decisions with reference to the Services provided under this Agreement. All requests
for contract interpretations, change order, and other clarification or instruction shall be
directed to the City Project Manager.
The initial City Project Manager for this Agreement is Britney Sorensen and can be reached
at bsorensen(Vcgov.com or 970-222-5533. The City Project Manager is subject to change
by the City.
13. Independent Contractor. The Services to be performed by the Vendor are those of an
independent contractor and not of an employee of the City. The City shall not be responsible
for withholding or remitting any portion of Vendor's compensation hereunder or any other
amounts on behalf of Vendor for the payment of FICA, Workmen's Compensation,
unemployment insurance, other taxes or benefits or for any other purpose.
Services Agreement
ITB 10182 Traffic Signal Poles Page 47 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
14. Personal Services. It is understood that the City enters into the Agreement based on the
special abilities of the Vendor and that this Agreement shall be considered as an Agreement
for personal services. Accordingly, the Vendor shall neither assign any responsibilities nor
delegate any duties arising under the Agreement without the prior written consent of the
City.
15. Subcontractors/Subconsultants. Vendor may not subcontract any of the Services without
the prior written consent of the City, which shall not be unreasonably withheld. If any of the
Services are subcontracted hereunder (with the consent of the City), then the following
provisions shall apply:
a. the subcontractor must be a reputable, qualified firm with an established record of
successful performance in its respective trade performing identical or substantially
similar work;
b. the subcontractor will be required to comply with all applicable terms of this Agreement;
c. the subcontract will not create any contractual relationship between any such
subcontractor and the City, nor will it obligate the City to pay or see to the payment of
any subcontractor; and
d. the work of the subcontractor will be subject to inspection by the City to the same extent
as the work of the Vendor.
The Vendor shall require all subcontractor/subconsultants performing Service(s)
hereunder to maintain insurance coverage naming the City as an additional insured
under this Agreement in accordance with Exhibit [choose one]. The Vendor shall
maintain a copy of each subcontractor's/subconsultant's certificate evidencing the
required insurance. Upon request, the Vendor shall provide the City with a copy of
the certificate(s) within two (2) business days.
The Vendor shall be responsible for any liability directly or indirectly arising out of
the Services performed under this Agreement by a subcontractor/subconsultant,
which liability is not covered by the subcontractor/subconsultant's insurance.
16. Acceptance Not Waiver. The City 's approval of Project Instruments furnished hereunder
shall not in any way relieve the Vendor of responsibility for the quality or technical accuracy
of the Services. The City's approval or acceptance of, or payment for any of the Services
shall not be construed to operate as a waiver of any rights or benefits provided to the City
under this Agreement.
17. Warranty.
a. Vendor warrants that all Services performed hereunder shall be performed with the
highest degree of competence and care in accordance with accepted standards for
Services of a similar nature.
b. Unless otherwise provided in the Agreement, all materials and equipment incorporated
Services Agreement
ITB 10182 Traffic Signal Poles Page 48 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
into any Services shall be new and, where not specified, of the most suitable grade of
their respective kinds for their intended use, and all Services must be of a quality
acceptable to City.
c. Vendor warrants all equipment, materials, labor and other Services, provided under this
Agreement, except City -furnished materials, equipment and labor, against defects and
nonconformances in design, materials and Service quality for the original manufacturer's
warranty term or a period beginning with the start of the Services and ending five (5)
years from and after final acceptance under the Agreement, whichever is time is longer,
regardless of whether the same were furnished or performed by Vendor or by any of its
subcontractors of any tier. Upon receipt of written notice from the City of any such defect
or nonconformances, the affected item or part thereof shall be redesigned, repaired or
replaced by Vendor in a manner and at a time acceptable to City.
18. Default. Each and every term and condition hereof shall be deemed to be a material element
of this Agreement. In the event either party should fail or refuse to perform according to the
terms of this Agreement, that party may be declared in default upon notice.
19. Remedies. In the event a party has been declared in default, that defaulting party shall be
allowed a period of ten (10) calendar days from the date of notice within which to cure said
default. In the event the default remains uncorrected, the party declaring default may elect
to:
a. terminate the Agreement and seek damages;
b. treat the Agreement as continuing and require specific performance; or
c. avail themselves of any other remedy at law or equity.
In the event of a dispute between the parties regarding this Agreement, each party shall
bear its own attorney fees and costs, except as provided for in the Indemnification and
Technology Accessibility sections.
20. Entire Agreement; Binding Effect; Authority to Execute. This Agreement, along with all
Exhibits and other documents incorporated herein, shall constitute the entire Agreement of
the parties regarding this transaction and the matter recited herein. This Agreement
supersedes any prior Agreements, promises, or understandings as to the matter recited
herein. The Agreement shall be binding upon said parties, their officers, employees, agents
and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties. Covenants or representations not
contained in this Agreement shall not be binding on the parties. In the event of a conflict
between terms of the Agreement and any exhibit or attachment, the terms of the Agreement
shall prevail. Each person executing this Agreement affirms that they have the necessary
authority to sign on behalf of their respective party and to bind such party to the terms of
this Agreement.
21. Law/Severability. The laws of the State of Colorado and the City of Fort Collins Charter and
Municipal Code shall govern the construction, interpretation, execution, and enforcement of
Services Agreement
ITB 10182 Traffic Signal Poles Page 49 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
this Agreement —without regard to choice of law or conflict of law principles. The Parties
further agree that Larimer County District Court is the proper venue for all disputes. If the
City subsequently agrees in writing that the matter may be heard in federal court, venue will
be in U.S. District Court for the District of Colorado. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, that
holding shall not invalidate or render unenforceable any other provision of this Agreement.
22. Prohibition Against Unlawful Discrimination. The Vendor acknowledges that the City, in
accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42
US.C. § 2000d to 2000d-4); C.R.S. § 24-34-401, and any associated State or Federal laws
and regulations strictly prohibits unlawful discrimination based on an individual's gender
(regardless of gender identity or gender expression), race, color, religion, creed, national
origin, ancestry, age 40 years or older, marital status, disability, sexual orientation, genetic
information, or other characteristics protected by law. Pursuant to City policy "sexual
orientation" means a person's actual or perceived orientation toward heterosexuality,
homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the
workplace, including sexual harassment. Further, the City strictly prohibits unlawful
retaliation against a person who engages in protected activity. Protected activity includes
an employee complaining that he or she has been discriminated against in violation of the
above policy or participating in an employment discrimination proceeding.
The Vendor shall comply with the City's policy for equal employment opportunity and to
prohibit unlawful discrimination, harassment and retaliation. This requirement applies to all
third-party vendors and their subcontractors at every tier.
23. ADA and Public Accommodations. In performing the Services required hereunder, the
Vendor agrees to meet all requirements of the Americans with Disabilities Act of 1990,
C.R.S. § 24-85-101, and all applicable rules and regulations (ADA), and all applicable
Colorado public accommodation laws, which are imposed directly on the Vendor or which
would be imposed on the City as a public entity.
24. Technology Accessibility. The Vendor represents that the Project Instruments hereunder,
shall fully comply with all applicable provisions of C.R.S. § 24-85-101, and the Accessibility
Standards for Individuals with a Disability, as established by the State of Colorado
Governor's Office of Information Technology (OIT) pursuant to C.R.S. § 24-85-103 (2.5),
including all updates and amendments to those standards as provided by the OIT. The
Vendor shall also comply with all State of Colorado technology standards related to
technology accessibility and with Level AA of the most current version of the Web Content
Accessibility Guidelines (WCAG), incorporated in the State of Colorado technology
standards.
To confirm that the Project Instruments meet these standards, the Vendor may be required
to demonstrate compliance. The Vendor shall indemnify, save, and hold harmless the City
against any and all costs, expenses, claims, damages, liability, court awards and other
amounts (including attorneys' fees and related costs) incurred by the City in relation to the
Vendor's failure to comply with C.R.S. § 24-85-101, or the Accessibility Standards for
Services Agreement
ITB 10182 Traffic Signal Poles Page 50 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
Individuals with a Disability as established by OIT pursuant to C.R.S. § 24-85-103 (2.5).
The City may require the Vendor's compliance to the State's Accessibility Standards to be
determined by a third party selected by the City to attest to the Project Instruments and
software compliance with C.R.S. § 24-85-101, and the Accessibility Standards for
Individuals with a Disability as established by OIT pursuant to C.R.S. § 24-85-103 (2.5).
25. Data Privacy. Vendor will comply with all applicable data privacy regulations and laws,
specifically including Colorado's Privacy Act, C.R.S § 6-1-1301 (the Privacy Act). Vendor
shall ensure that each person processing any personal data connected to the Services is
subject to a duty of confidentiality with respect to the data. If applicable, Vendor shall require
that any subcontractors meet the obligations of Vendor with respect to any personal data
connected to this Agreement. The Parties agree that upon termination of the Services that
Vendor shall, at the City's choice, delete or return all personal data to the City unless
retention of the personal data is required by law. Vendor shall make available to the City all
information necessary to demonstrate compliance with the obligations of the Privacy Act.
Vendor shall allow for, and contribute to, reasonable audits and inspections by the City or
the City's designated auditor.
26. Governmental Immunity Act. No term or condition of this Agreement shall be construed or
interpreted as a waiver, express or implied, of any of the notices, requirements, immunities,
rights, benefits, protections, limitations of liability, and other provisions of the Colorado
Governmental Immunity Act, C.R.S. § 24-10-101, and under any other applicable law.
27. Colorado Open Records Act. Vendor acknowledges that the City is a governmental entity
subject to the Colorado Open Records Act, C.R.S. § 24-72-200, et seq. (CORA), and
documents in the City's possession may be considered public records subject to disclosure
under the CORA. The parties agree that this Agreement and all incorporated Exhibits,
unless specifically marked as Confidential, are considered public records under the CORA.
28. Delay.Time is of the essence. Subject to Force Majeure, if the Vendor is temporarily delayed
in whole or in part from performing its obligations, then the Vendor shall provide written
notice to the City within two (2) business days defining the nature of the delay. Provision of
written notice under this Section shall not operate as a waiver of any rights or benefits
provided to the City under this Agreement.
29. Force Majeure. No Party hereto shall be considered in default in the performance of an
obligation hereunder to the extent that performance of such obligation is delayed, hindered,
or prevented by force majeure. Force majeure shall be any cause beyond the control of the
party that could not reasonably have been foreseen and guarded against. Force majeure
includes, but is not limited to, acts of God, fires, riots, pandemics, incendiarism, interference
by civil or military authorities, compliance with regulations or orders of military authorities,
and acts of war (declared or undeclared), provided such cause could not have been
reasonably foreseen and guarded against by the affected party. Force majeure shall not
include increases in labor, commodity, utility, material, supply, fuel, or energy costs, or
compliance with regulations or orders of civil authorities. To the extent that the performance
Services Agreement
ITB 10182 Traffic Signal Poles Page 51 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
is actually prevented, the Vendor must provide notice to the City of such condition within ten
(10) calendar days from the onset of such condition.
30. Special Provisions. Special provisions or conditions relating to the Services to be performed
pursuant to this Agreement are set forth in Exhibit [choose one] - Confidentiality, consisting
of four (4) pages, incorporated herein.
31. Order of Precedence. In the event of a conflict or inconsistency within this Agreement, the
conflict or inconsistency shall be resolved by giving preference to the documents in the
following order of priority:
a. The body of this Agreement (and any written amendment),
b. Exhibits to this Agreement, and
c. The Purchase Order document.
32. Prohibited Terms. Nothing in any Exhibit or other attachment shall be construed as a waiver
of any provision above. Any terms included in any Exhibit or other attachment that requires
the City to indemnify or hold Vendor harmless; requires the City to agree to binding
arbitration; limits Vendor's liability; or that conflicts with statute, City Charter or City Code in
any way, shall be void.
[Signature Page Follows]
Services Agreement
ITB 10182 Traffic Signal Poles Page 52 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul, Purchasing Director
Date:
ATTEST:
APPROVED AS TO FORM:
VENDOR
By:
Printed:
Title:
Date:
Services Agreement
ITB 10182 Traffic Signal Poles Page 53 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
EXHIBIT A
SCOPE OF SERVICES
Services Agreement
ITB 10182 Traffic Signal Poles Page 54 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
EXHIBIT [CHOOSE ONE]
BID SCHEDULE/ COMPENSATION
The following pricing shall remain fixed for the initial term of this Agreement. Any
applicable price adjustments may only be negotiated and agreed to in writing at the time
of renewal.
Services Agreement
ITB 10182 Traffic Signal Poles Page 55 of 60
City of
F ,may Collins
oll I u s Official Purchasing Document GV
�,'`'\(V`,r 1` l`.I 1f11 Last updated 4/2025
EXHIBIT [CHOOSE ONE]
INSURANCE REQUIREMENTS
The Vendor will provide, from insurance companies acceptable to the City, the insurance
coverage designated hereinafter and pay all costs. Before commencing work under this bid, the
Vendor shall furnish the City with certificates of insurance showing the type, amount, class of
operations covered, effective dates and date of expiration of policies.
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Vendor, insurance as the City may deem proper and
may deduct the cost of such insurance from any monies which may be due or become due the
Vendor under this Agreement.
Insurance certificates should show the certificate holder as follows:
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522
The City, its officers, agents and employees shall be named as additional insureds on the
Vendor's general liability and automobile liability insurance policies by marking the
appropriate box or adding a statement to this effect on the certificate,for any claims arising
out of work performed under this Agreement.
Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Vendor shall maintain Worker's
Compensation and Employer's Liability insurance during the life of this Agreement for all of
the Vendor's employees engaged in work performed under this Agreement. Workers'
Compensation & Employer's Liability insurance shall conform with statutory limits of$100,000
per accident, $500,000 disease aggregate, and $100,000 disease each employee, or as
required by Colorado law.
B. General Liability. The Vendor shall maintain during the life of this Agreement General Liability
insurance as will provide coverage for damage claims of personal injury, including accidental
death, as well as for claims for property damage, which may arise directly or indirectly from
the performance of work under this Agreement. Coverage for property damage shall be on a
(broad form) basis. The amount of insurance for General Liability shall not be less than
$1,000,000 combined single limits for bodily injury and property damage.
C. Automobile Liability. The Vendor shall maintain during the life of this Agreement Automobile
Liability insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise directly or
indirectly from the performance of work under this Agreement. Coverage for property damage
shall be on a (broad form) basis. The amount of insurance for Automobile Liability shall not
be less than $1,000,000 combined single limits for bodily injury and property damage.
Services Agreement
ITB 10182 Traffic Signal Poles Page 56 of 60
City of
r—,may Collins
o t I ns Official Purchasing ng Document
r\(V`,r 1` l`.I 1`I` Last updated 4/2025
EXHIBIT [CHOOSE ONE]
CONFIDENTIALITY
IN CONNECTION WITH THE SERVICES to be provided by Vendor under this Agreement,
the parties agree to comply with reasonable policies and procedures with regard to the exchange
and handling of confidential information and other sensitive materials between the parties, as set
forth below.
1. Definitions.
For purposes of this Agreement, the party who owns the referenced information and is
disclosing same shall be referenced as the "Disclosing Party." The party receiving the
Disclosing Party's information shall be referenced as the "Receiving Party."
2. Confidential Information.
Confidential Information controlled by this Agreement refers to information that is not public
and/or is proprietary, including but not limited to location information, network security system,
business plans, formulae, processes, intellectual property, trade secrets, designs,
photographs, plans, drawings, schematics, methods, specifications, samples, reports,
mechanical and electronic design drawings, customer lists, financial information, studies,
findings, inventions, ideas, City customer identifiable information (including account, address,
billing, consumption, contact, and other customer data), utility metering data, service billing
records, customer equipment information.
To the extent practical, Confidential Information shall be marked "Confidential" or
"Proprietary." Nevertheless, Vendor shall treat as Confidential Information all customer
identifiable information in any form, whether or not bearing a mark of confidentiality or
otherwise requested by the City, including but not limited to the non-exclusive list of
Confidential Information above. In the case of disclosure in non-documentary form of non-
customer identifiable information, made orally or by visual inspection, the Disclosing Party
shall have the right, or, if requested by the Receiving Party, the obligation to confirm in writing
the fact and general nature of each disclosure within a reasonable time after it is made in
order that it is treated as Confidential Information. Any information disclosed to the other party
before the execution of this Agreement and related to the services for which Vendor has been
engaged shall be considered in the same manner and be subject to the same treatment as
the information disclosed after the execution of this Agreement with regard to protecting it as
Confidential Information.
3. Use of Confidential Information.
Receiving Party hereby agrees that it shall use the Confidential Information solely for the
purpose of performing its obligations under this Agreement and not in any way detrimental to
Disclosing Party. Receiving Party agrees to use the same degree of care Receiving Party
uses with respect to its own proprietary or confidential information, which in any event shall
result in a reasonable standard of care to prevent unauthorized use or disclosure of the
Confidential Information. Except as otherwise provided herein, Receiving Party shall keep
confidential and not disclose the Confidential Information. The City and Vendor shall cause
each of their directors, officers, employees, agents, representatives, and subcontractors to
become familiar with, and abide by, the terms of this Exhibit, which shall survive this
Agreement as an on-going obligation of the Parties.
Vendor shall not use such information to obtain any economic or other benefit for itself, or any
third party, other than in the performance of obligations under this Agreement.
Services Agreement
ITB 10182 Traffic Signal Poles Page 57 of 60
City of
r—,may Collins
o t I ns Official Purchasing ng Document
r\(V`,r 1` l`.I 1`I` Last updated 4/2025
4. Exclusions from Definition.
The term "Confidential Information" as used herein does not include any data or information
which is already known to the Receiving Party or which before being divulged by the
Disclosing Party: (a) was generally known to the public through no wrongful act of the
Receiving Party; (b) has been rightfully received by the Receiving Party from a third party
without restriction on disclosure and without, to the knowledge of the Receiving Party, a
breach of an obligation of confidentiality; (c) has been approved for release by a written
authorization by the other party hereto; or (d) has been disclosed pursuant to a requirement
of a governmental agency or by operation of law, subject to Paragraph 5 below.
5. Required Disclosure.
Notwithstanding Paragraph 4(d) above, if the Receiving Party receives a request (by
interrogatories, requests for information or documents, subpoena, civil investigative demand
or similar process, or by federal, state, or local law, including without limitation, the Colorado
Open Records Act) to disclose any Confidential Information, the Parties agree the Receiving
Party will provide the Disclosing Party with immediate notice of such request, so the Disclosing
Party may seek an appropriate protective order before disclosure or waive the Receiving
Party's compliance with this Exhibit.
The Receiving Party shall furnish a copy of this Exhibit with any disclosure.
Notwithstanding this Paragraph 5, Receiving Party shall not disclose Confidential Information
to any person, directly or indirectly, nor use it in any way, except as required by law or
authorized in writing by Disclosing Party.
6. Red Flags Rules.
If applicable, Vendor must implement reasonable policies and procedures to detect, prevent
and mitigate the risk of identity theft in compliance with the Identity Theft Red Flags Rules
found at 16 Code of Federal Regulations part 681. Further, Vendor must take appropriate
steps to mitigate identity theft if it occurs with any of the City's covered information and must
notify the City in writing within twenty-four(24) hours of discovery of any breaches of security
or Red Flags to the City.
7. Data Protection and Data Security.
Vendor shall have in place information security safeguards designed to conform to or exceed
industry best practices regarding the protection of the confidentiality, integrity and availability
of Confidential Information and shall have written Agreements requiring any subcontractor to
meet those standards. These information security safeguards (the "Information Security
Program")shall be materially consistent with, or more stringent than,the safeguards described
in this Exhibit.
(a) Vendor's information security safeguards shall address the following elements:
• Data Storage, Backups and Disposal
• Logical Access Control (e.g., Role-Based)
• Information Classification and Handling
• Secure Data Transfer (SFTP and Data Transfer Specification)
• Secure Web Communications
Services Agreement
ITB 10182 Traffic Signal Poles Page 58 of 60
City of
r—,may Collins
o t I ns Official Purchasing ng Document
r\(V`,r 1` l`.I 1`I` Last updated 4/2025
• Network and Security Monitoring
• Application Development Security
• Application Security Controls and Procedures (User Authentication, Security
Controls, and Security Procedures, Policies and Logging)
• Incident Response
• Vulnerability Assessments
• Hosted Services
• Personnel Security
(b) Subcontractors. Vendor may use subcontractors, though such activity shall not release or
absolve Vendor from the obligation to satisfy all conditions of this Agreement, including
the data security measures described in this Exhibit, and to require a substantially similar
level of data security, appropriate to the types of services provided and Confidential
Information received, for any subcontractor Vendor may use. Accordingly, any release of
data, confidential information, or failure to protect information under this Agreement by a
subcontractor or affiliated party shall be attributed to Vendor and may be considered to be
a material breach of this Agreement.
8. Information Storage. Confidential Information is not to be stored on any local workstation,
laptop, or media such as CD/DVD, USB drives, external hard drives or other similar portable
devices unless the Vendor can ensure security for the Confidential Information so stored.
Workstations or laptops to be used in the Services will be required to have personal firewalls
on each, as well as have current, active anti-virus definitions.
9. Continuing Obligation. The Agreement not to disclose Confidential Information as set forth in
this Exhibit shall apply during the term of the Services and or Agreement and at any time
thereafter unless specifically authorized by the City in writing.
10. Termination Remedy. If Vendor breaches any of the terms of this Exhibit, in the City's sole
discretion, the City may immediately terminate this Agreement and withdraw Vendor's right to
access Confidential Information.
11. Return of Information. Notwithstanding any other provision of this Agreement to provide
Project Instruments and work product, all material, i.e., various physical forms of media in
which Confidential Information is stored, including but not limited to writings, drawings, tapes,
diskettes, prototypes or products, shall remain the sole property of the Disclosing Party and,
upon request, shall be promptly returned, together with all copies thereof to the Disclosing
Party. Upon return of such materials, all digital and electronic data shall also be deleted in a
non-restorable way by which it is no longer available to the Receiving Party. Upon Disclosing
Party's request, written verification of the deletion (including date of deletion) is to be provided
to the Disclosing Party within ten (10) days after completion of engagement, whether it be via
termination, completion or otherwise.
12. Injunctive Relief. Vendor Receiving Party acknowledges that the Disclosing Party may, based
upon the representations made in this Agreement, disclose security information that is critical
to the continued success of the Discloser's business. Accordingly, Receiving Party agrees
that the Disclosing Party does not have an adequate remedy at law for breach of this
Agreement and therefore, the Disclosing Party shall be entitled, as a non-exclusive remedy,
Services Agreement
ITB 10182 Traffic Signal Poles Page 59 of 60
City of
r—,may Collins
o t I ns Official Purchasing ng Document
r\(V`,r 1` l`.I 1`I` Last updated 4/2025
and in addition to an action for damages, to seek and obtain an injunction or decree of specific
performance or any other remedy, from a court of competent jurisdiction to enjoin or remedy
any violation of this Agreement.
Services Agreement
ITB 10182 Traffic Signal Poles Page 60 of 60