Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - FB01 04 228 TRAFFIC SIGNAL MATERIALS INSTALLATIONS
CITY OF GREELEY REQUEST FOR PROPOSALS TRAFFIC SIGNAL MATERIALS AND INSTALLATION BID #FB01-04-228 DUE BY 10:00 A.M., MAY 3, 2001 3 R R V I N G O U R C O M M U N I T Y i Ts A i' R A D I T 1 0 N ?&%promise to preserve andimprave is- 9uahYy ollfelor ✓9' eky'k-uyzi timely courteous aodcosl e)ecliue service. SECTION 00320 PERFORMANCE BOND Bond No. 6108105 KNOWN ALL MEN BY THESE PRESENTS: that (Firm) W. L. CONTRACTORS INC (Address) 6435 W. 55th Ave. Arvada, CO 80002 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as "the Principal", and (Firm) SAFECO INSURANCE COMPANY OF AMERICA (Address) SAFECO PLAZA SEATTLE, WA 98185 hereinafter referred to as "the Surety", are held and firmly bound unto the CITY OF GREELEY, 1000 1 Oth Street, Greeley, CO. 80631, a Municipal Corporation, hereinafter referred to as "the Owner" in the penal sum of $93,815.42 in lawful money of the United States, forthe payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these present. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Contract Agreement with the Owner, dated the 4th day of May 20 01 , a copy of which is hereto attached and made a part hereof for the performance of City of Greeley Project, SIGNAL INSTALL NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties all the undertakings, covenants, terms, conditions and agreements of said Contract Agreement during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without Notice to the Surety and during the life of the guaranty period, and if he shall satisfy all clams and demands incurred under such Contract Agreement, and �ha(l fully indemnify and save harmless the Owner from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work or to the specifications. ARTICLE 11. ACCEPTANCE AND FINAL PAYMENT Within ten days after the CONTRACTOR'S declaration of completion of the work, the OWNER will make a final inspection thereof to determine whether the work has been completed in accordance with the purchase order contract and collateral documents. If any punch -list results of such final inspection, the CONTRACTOR shall promptly rectify all items appearing thereon. When the OWNER indicates acceptanceof thework, the CONTRACTOR may requisition final payment, including retainage, on account of the purchase order contract price. Any unpaid creditor of the CONTRACTOR who supplied labor and/or material for the work has those ten days in which to file with the OWNER a verified statement of the amount due and unpaid. The OWNER must withhold from payment to the CONTRACTOR the total amount of, such claim for a period of ninety days after the date in the notice fixed for settlement, but the OWNER may not directly make payment to the creditor(s). If within those ninety days a creditor does not reach settlement with the CONTRACTOR, he must serve on the OWNER a notice of "lis pendens" that he has brought action at law, otherwise the OWNER at expiration of ninety days will pay the CONTRACTOR for the amount withheld. ARTICLE 12. GUARANTY AND WARRANTIES The CONTRACTOR shall furnish the OWNER with a written guaranty for one year covering all labor, materials and workmanship incorporated in the work. The CONTRACTOR, in instances of work performed or material or equipment furnished for which warranties are required by the specification, shall procure such warranties and deliver them to the OWNER on completion of the work. Such warranties will nowise lessen the CONTRACTOR'S responsibilities, underthe purchase order documents. Whenever warranties orguaranties are required by the specifications for a period longer than one year, such longer period shall govern. ARTICLE 13. POST -COMPLETION INSPECTIONS Final payment made to the CONTRACTOR on account of the work shall not operate to relieve the CONTRACTOR of responsibility for faulty material or workmanship and, unless otherwise provided, the CONTRACTOR shall remedy any defect due thereto and pay for any damages resultant therefrom which shall appear within one year from the date of final acceptance of the work, which date will be that of the Notice of Acceptance of the work. If the CONTRACTOR fails promptly to pick up the punch -list items of such inspections, the OWNER may correct such defects and deficiencies and backcharge the CONTRACTOR for the cost thereof. ARTICLE 14. DISPUTES Any dispute arising under this contract which is not disposed of by agreement shall be decided by the OWNER, who shall reduce his decision to writing and furnish a copy thereof to the contractor. The decision of the OWNER shall be final. Pending final decision of a dispute hereunder, the CONTRACTOR shall proceed diligently with the performance of this contract. ARTICLE 15. PURCHASING ORDINANCE This solicitation and purchase order are done in accordance with Chapter 4.20 of the Greeley Municipal Code, which law is incorporated by reference as if fully set forth herein. ARTICLE 16. GENERAL TERMS The City certifies the following: A. An amount of money equal to or greater than the contract amount has been appropriated and budgeted for the project which this contract concerns. B. No change order which requires additional compensable work to be performed by the contractor issued by the City unless an amount of money has been appropriated and budgeted sufficient to compensate the contractor for such additional compensable work unless such work is covered under the remedy -granting provisions of this contract. C. As used in this paragraph, "remedy granting provision" shall mean any clause of this contract which permits additional compensation in the event of a specific contingency or event occurs. This term shall include, but not be limited to, change clauses, differing site conditions clauses, variation in quantities clauses, and termination for convenience clauses. SAFECO- POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 10343 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint '"""".^"••H.R. LAUTENBACH; FRED LAUTENBACH; CONSTANCE L. GRANT; CYNTHIA R. SUBIA; L.D. MCCOLLUM: Littleton, Colorado•'•""•."''^" its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 3rd R.A. PIERSON, SECRETARY CERTIFICATE day of k)i,6�&6ko W. RANDALL STODDARD, PRESIDENT Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: 1999 "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said powerof-aftomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be facsimile thereof." 1, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation SEAL S-1300/SAEF 7198 this 11th day of May 2001 R.A. PIERSON, SECRETARY 0 Registered trademark of SAFECO Corporation. 09/02/1999 PDF SECTION 00330 PAYMENT BOND KNOWN ALL MEN BY THESE PRESENTS: that (Firm) W. L. CONTRACTORS, INC. (Address)6435 W. 55th Ave. Arvada, CO 80002 (an Individual), (a Partnership), (a Corporation), hereinafter referred tows "the Principal", and (Firm) SAFFCO INSURANCE COMPANY OF AMERICA (Address) SAFECO PLAZA SEATTLE, WA 98185 hereinafter referred to as "the Surety", are held and firmly bound unto the CITY OF GREELEY, 1000 10th Street, Greeley, Co. 80631, a Municipal Corporation, hereinafter referred to as "the Owner", in the penal sum of $93,815.42 in lawful money of the United States, forthe payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Contract Agreement with the Owner, dated the 4th day, of May 2001 , a copy of which is hereto attached and made a part hereof for the performance of SIGNAL INSTALL NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such Contract Agreement, and any equipment and tools, consumed, rented or used in connection with the construction of such work and all insurance premiums on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract POWER SAFECO INSURANCE COMPANY OF AMERICA SAFECO' HOME OFFICE: SAFECO PLAZA 1 OF ATTORNEY SEATTLE. WASHINGTON 98185 No. 10343 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ^"""••"•"•'H.R. LAUTENBACH; FRED LAUTENBACH; CONSTANCE L. GRANT; CYNTHIA R. SUBIA: L.D. MCCOLLUMI Littleton, Colorado"'^"""'•"""' its true and lawful atlorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 3rd day of R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: 1999 "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surely operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company selling out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the powerof-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be facsimile thereof." I. R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation SEAL S-13001SAEF 7/98 this 11th day of May 2001 R.A. PIERSON, SECRETARY ® Registered trademark of SAFECO Corporation. 09/02/1999 POE Q5/01/2001 14:29 3037982536 LAUTENBACH INSURANCE PAGE 02 CERTIFICATE OF LIABILITY INSURANCE 04/27Z o'I PR u 8NS zl�7y B ISTSURILNCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 5721 S. Nevada St. Littleton, CO 80120 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P:303-798-2534 P:303-798-2536 INSURERS AFFORDING COVERAGE INSURED INSURERA. Auto -Owners Insurance CO. W. L. Contractors, Inc. 6435 H. 55Lh AV*. INSURERS. American States Insurancery� INSURERCPSnnacol Assurance ...._.....,.,_._ Arvada CO 80002- INSURER D, INSURER E' IKEI•I1:1 yli Xs THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATEO. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, I R TYPE OF INSURANCE POLICY NUMBER POLICY EF ECTIYfiIFOUCY EXPIMTION LIMITS GENERAL LIABILITY EACHOCCURRENCE S 1,000,000 A COMMERCIAL GENERAL LIABILITY 004632-45986068 01-01-2001 01-01-2002 FREDAMAGE(M.mf6 ) s 100,000 -ME-0 EXP WnY one Perron) S 10,000 CLAIMS MADE ®OCCUR PERSONAL S ADV INJURY S 1,000,000 $500. PD Deductible GENERAL AGGREGATE S 21000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGO B 2,000,000 POLICY ® PRO. IPnT❑ LOG AUTOMOBILE LIABILITY COMBINED SINGLE ELIMIT f 1,000,000 ANY AUTO A ALL OWNED AUTOS 4211704500 01-01-2001 01-01-2002 SCHEDULED AUTOS (PaDI��INJURY S HIRED AUTOS BODILYINJURY S NON -OWNED AUTOS (Pe, ac.w.m) PROPERTY DAMAGE S (Pe, eodeem) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S i AUTO ONLY: AGO EXCESS LIABILITY EACH OCCURRENCE JS 61000,000 AGGREGATE $ 46,000,000 OCCUR © CLAIMS MADE - A 71684447 01-01-2001 01-01-2002 s 12 OEDUCTISLE ® RETENTION E 10,000, S s WORKER! CO TN)N AND WC STATU• OTH• Ell EMPLOYERS' LIABILITY IA011 E.L. EACH ACCIDENT s 500,000 C 2327630 01-01-2001 01-01-2002 CL. DISEASE - EA EMPLOYEE S 500,000 DISEASE -POUCY LIMIT $ 500,000 OTHERE.L. LBInstallation Floater OS-C£-714402-2 01-01-2001 01-01-2002 Location 1, 000, 000 $SOD. Deductible TImp.a Transit 500,000 OEACRIPTION OF OPERATIONSILOCATIONSNEHICLESIE%CLUS10NS ADOED AT ENDORSEMENTfSPECIAL PROVISIONS Project PBOl-04-228 CFPTIFIrATC MnI n.O City of Greeley 1000 Tenth Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EnIIRATION DATE THEREOF, THE ISSUING INSURER VAU- ENDEAVOR TO MAIL 030 DAYB WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OP ANY KIND UPON THE INSURER, ITS AGBNR OR Greeley (7197) D CO -J T: 11_.. , nI1,11 .I v v I.I VV IIIIIG "I.I• I . L-LJI"I O SECTION 00350 LIEN WAIVER RELEASE TO: City of Greeley, Colorado (hereinafter referred to as "the Owner".) FROM: PROJECT: SIGNAL INSTALL 1. The undersigned does hereby release all Mechanic's Liens Rights, Miller Act Claim (40 USCA 270), Stop Notice, Equitable Liens and Labor and Material Bond Rights resulting from labor and/or materials, subcontract work, equipment or other work, rents, services or supplies heretofore furnished in and for the construction, design, improvement, alteration, additions to or repair of the above described project. 2. This release is given for and in consideration of the sum of $ and other good and valuable consideration. If no dollar consideration is herein recited, it is acknowledged that other adequate consideration has been received by the undersigned for this release. 3. In further consideration of the payment made or to be made as above set forth, and to induce the contractor to make said payment, the undersigned agrees to defend and hold harmless the owner, contractor and/or lender, and/or the principal and surety from any claim or claims hereinafter made by the undersigned and/or its material suppliers, subcontractors or employees, servants, agents or assigns of such persons against the project. The undersigned agrees to indemnify or reimburse all persons so relying upon this release for any and all sums, including attorney's fees and costs, which may be incurred as the result of any such claims. 4. It is acknowledged that the designation of the above project constitutes an adequate description of the property and improvements for which the undersigned has received consideration for this release. 5. It is further warranted and represented that all such claims against the undersigned or the undersigned's subcontractors and/or material suppliers have been paid or that arrangements, satisfactory to the owner and contractor, have been made for such payments. 6. It is acknowledged that this release is for the benefit of and may be relied upon by the owner, the contractor, and construction lender and the principal and surety on any labor and material bond for the project. SECTION 00360 CONSENT OF SURETY TO: City of Greeley, Colorado (hereinafter referred to as "the Owner"). CONTRACTOR: PROJECT: SIGNAL INSTALL CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above for on (Surety) hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to THE CITY OF GREELEY, COLORADO, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of 20 (Surety Company) 0 Attach: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00410 NOTICE TO PROCEED TO: RE: SIGNAL INSTALL Gentlemen: You are hereby noticed to commence work on the above -referenced Project in accordance with the Contract Agreement on . You are to complete the work, including clean up within working days. CITY OF GREELEY, COLORADO 2 Title: SECTION 00420 PROJECT REPRESENTATIVE NOTIFICATION I01] 111393 PROJECT: SIGNAL INSTALL The Owner hereby designates as its project representative and authorizes this individual, under the authority of the Director of Public Works, to make all necessary and proper decisions with reference to the project. Contract interpretations, change orders and other requests for clarification or instruction shall be directed to the Project representative. The Director of Public Works shall be authorized to bind the Owner with respect to any decision made in accordance with the City of Greeley Design Criteria and Construction Specifications Manual and this contract document. CITY OF GREELEY, COLORADO as Title: SECTION 00430 CERTIFICATE OF SUBSTANTIAL COMPLETION 20 TO: PROJECT: SIGNAL INSTALL CONTRACT DATE: Project or designated portion shall include: The work performed under this contract has been reviewed and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, Except as stated below: DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or designated portion thereof is the date certified by the Engineer when construction is sufficiently complete, in accordance with the Contract Documents, so the Owner can occupy or utilize the Work or designated portion thereof for the use for which it is intended, as expressed in the Contract Documents. A list of items to be completed or corrected, prepared by the Contractor and verified and amended by the Engineer is attached hereto. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed to in writing. SECTION 00110 Invitation for Proposal The City of Greeley is seeking contractors interested in providing Traffic Signal Installation within the framework of a three year annually renewable agreement. Work will include, but not restricted to, all phases to remove, install and/or replace loop detectors. Proposals will be received unti110:00 a.m., May 3, 2001 at the Purchasing Office, 1000 Tenth Street, Greeley, Colorado. The necessary documents are on file at the office of the City Purchasing Manager in Greeley Colorado, from whom a copy may be obtained. There is no charge for the documents. Each proposal shall be accompanied with proof of Workman's Compensation and General Liability. No proposals shall be withdrawn without the consent of the City of Greeley, Colorado, for a period of thirty (30) days after the closing date. The City of Greeley reserves the right to rejector accept any or all proposals and to waive any informalities as deemed in the best interest of the City. To answer any technical questions pertaining to the specifications, a prospective bidder may have concerning the above project, contact Ken Balltrip, Traffic Signal Supervisor at 970-350- 9352 or 970-371-3434. City of Greeley Bruce Richter Senior Buyer Greeley Tribune Apri119, 21 2001 SUBCONTRACTORS I MATERIALS SUPPLIERS AND RELATED DATA City of GCP+elej! PROJECT: Primary Contrator For -Pack Subcontractor and / or Materials SupPlias to be trti mcd. Please provide dre following information (use. additional shock as neoassary): ame City Contractor license 4: Famx Phoaex�bs Faxxtrmber proposed wodc gad percentage of total work to be assigned Petceatagc: % city Contractor License N: Firm Name: Phone Number-. Fgx proposed work and.P==tsgc of total work to be am Firm Name- City Contractor license p Phone Nombcr Fax Number Proposed wode and percentage of total work to be assigned: Pereeatatre: % Firm Name: City Contractor License p: Address: phone Number. Fax Number proposed work and percentage of total work to be assigned: Percen(Age. % U the Primary Contractor adds any Subcontractors or Malenal SuppLja durrag the duration of the prof cL the Primary Contractor will SnPPty the City with an updated form before the Subwutractor or Matcnals Supph<t r\,ll be aJlo,,ed to work on the project SECTION 00610 COMMENCEMENT AND COMPLETION OF WORK 20 PROJECT: SIGNAL INSTALL The Contractor on this project shall commence work under his contract on or before the tenth (10th) day following the date of the contract unless such time for beginning of work shall be changed by the City Representative, and shall fully complete all work thereunder within calendar days from and including the date as designated on the "Notice to vroceea.". 00620 CITY OF GREELEY SPECIAL CONDITIONS: STANDARD SPECIFICATIONS FOR TRAFFIC SIGNAL MATERIALS AND INSTALLATION TABLE OF CONTENTS TS-1 GENERAL TS-2 DEFINITIONS TS-3 SCOPE OF WORK A. General B. Materials to be Furnished by the City C. Materials to be Furnished by the Contractor TS-4 CONTROL OF WORK A. General B. Traffic Control C. Equipment List and Drawings D. Cooperation between Contractors E. Coordination with Excel Energy Company TS-5 EXCAVATING AND BACKFILLING A. Excavating B. Backfilling C. Removing and Replacing Improvements TS-6 CONDUIT A. General B. PVC conduit C. Galvanized Rigid conduit D. Conduit Installation E. PVC conduit Installation F. Termination of conduit TS-7 CONCRETE FOUNDATIONS A. General B. Poles, Standards, and Pedestal Foundations C. Controller Foundations TS-8 LOOP DETECTOR INSTALLATION TS-9 CABLE AND CONDUCTORS A. General B. Wiring Installation TS-10 SERVICE SYSTEMS A. General B. Service Pole STANDARD SPECIFICATIONS FOR TRAFFIC SIGNAL MATERIALS AND INSTALLATION TS-1 GENERAL These specifications for the provision of traffic signal and lighting installations are intended to provide a set of minimum standards that shall be followed when work is done for the City of Greeley. These standards, plans, and any special provisions shall apply to all materials supplied, methods and procedures of work to be followed, and other general minimum requirements that shall be complied with before work is accepted by the City of Greeley. The City of Greeley has adopted the following as part of these standard specifications: Standard Specifications for Road and Bridge Construction (current edition), Colorado Department of Transportation, and all amendments and revisions pertaining thereto. Manual on Uniform Traffic Control Devices (current edition), Federal Highway Administration, and the Colorado Supplement thereto. Design Criteria and Standard Specifications (current edition), City of Greeley. The standard specifications outlined in this document are revisions and amendments to the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction. In situations where there is a conflict or question of interpretation, these specifications and any special provisions will prevail. These specifications, the plans, any special provisions, and all supplemental documents are essential parts of a contract and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for the complete work. In case of a discrepancy, figured dimensions shall govern over scaled dimensions; plans shall govern over standard specifications; and special provisions shall govern over plans and standard specifications. 1 PVC - (POLYVINYL CHLORIDE) A strong, tough plastic based on resins made by the polymerization of Vinyl Chloride or copolymerization of Vinyl Chloride with minor amounts (not over 50 percent) of other unsaturated compounds, which is then fashioned into sheets, tubing pipe, conduit, containers, insulation, etc. PEDESTRIAN PUSH-BUTTON ASSEMBLY An assembly consisting of actuation button, switch, housing or frame, and directional sign. PHASE A part of the total time cycle allocated to any traffic movements receiving the right-of-way simultaneously during one or more intervals. SIGNAL HEAD An assembly containing one or more signal faces which may be designated accordingly as one-way, two-way, three-way, four-way, etc. (a) Signal Section - An assembly containing a reflector, receptacle, lens, and door with the necessary enclosure and supporting parts; to be used with a light source for providing a single signal indication, which may be RED, YELLOW, GREEN OR ARROW, as necessary. (b) Signal Face - An assembly containing from one to five complete signal sections (normally red -yellow -green or arrows). SIGNAL INDICATION The illumination of a traffic signal lens or equivalent device or of a combination of several lenses or equivalent devices at the same time. SUPERINTENDENT The City Traffic Superintendent or his duly authorized representative. TRAFFIC SIGNAL A power -operated traffic control device, not a sign, by which traffic is warned or is directed to take some specific action. 3 Materials will be furnished in a good and usable condition to the Contractor at the Municipal Service Center, 1300 "A" St. Greeley, CO. Any materials not used on the job shall be returned to the City at the Municipal Service Center in a good and usable condition. C. Materials to be Furnished by the Contractor Materials except those listed above under "Materials to be Furnished by the City" shall be supplied by the Contractor. Unless otherwise indicated on the plans, specified in the special provisions, or directed by the Superintendent, all materials shall be new. Where existing installations are to be modified, existing material shall be incorporated into the revised system, salvaged, or abandoned, as indicated on the plans, specified in the special provisions, or as directed by the Superintendent. TS-4 CONTROL OF WORK A. General Work shall not be performed in the roadway before 8:00 a.m. or after 4 : 0 0 p.m., unless permission is granted by the Superintendent. The Contractor shall notify property owners, and give them sufficient time to move their vehicles, before a driveway is blocked. Electrical equipment shall conform to the standards of the National Electrical Manufacturers Association. Material and work shall conform to the applicable requirements of the National Electrical Code and any local ordinance which may apply. S. Traffic Control When the Contractor's operations create a condition hazardous to traffic or the public, the Contractor shall take the necessary precautions and provide adequate means to protect those who pass through or over the work, at no expense to the City. The City of Greeley has an agreement with Northern Colorado Traffic Control, 1712 First Avenue, Greeley, Colorado, 970-356-6881, to provide traffic control services. If you are interested in using them, they will perform the service at the rates covered by the agreement. If the Contractor shall appear to be negligent in providing such warning or protective measures, the Superintendent. May direct attention to the existence of a hazard, and any measures F line connections shall be coordinated by the City and shall be made by Excel Energy Company. TS-5 EXCAVATING AND BACKFILLING A. Excavating Blasting shall not be done within City limits. When trenching, the trench shall be dug only as far in advance of the conduit as permitted by the Superintendent. The trench bottom, regardless of whether it is existing, imported, or recompacted material, shall be shaped to provide a uniform and continuous bearing support for the conduit on solid and undisturbed material at every point between couplings. Couplings shall be provided for pipe. Excavations for conduit shall be two inches wider than the outside diameter of the conduit. Pipe shall not be installed in the trench until the subgrade preparation meets the above specifications, as determined by the Superintendent. Surplus excavated material shall be removed and disposed of immediately by the Contractor. After each excavation is complete, the Contractor shall notify the Superintendent and under no circumstances shall any conduit or material be covered without inspection and approval. B. Backfilling Excavation in trenches shall be backfilled to the original ground surface or to such grades as specified or shown on the drawings. Backfilling shall begin as soon as practical after the pipe has been placed and shall be carried on as rapidly as is consistent with construction in the open trench work area. Complete cleanup shall proceed directly behind the backfilling to facilitate the return to normal conditions. The Contractor shall have sufficient equipment on the job at all times to assure timely backfilling and cleanup. Backfilling and compacting shall be done as thoroughly as possible to prevent after -settlement. Depositing of the backfill shall be done so the impact of falling material will not damage the conduit. Grading over and around the work shall be done as directed by the Superintendent. 7 The Contractor shall be responsible for maintaining trenches on a daily basis until the final patch is in place. In the event the Contractor cannot comply within the allotted time frame, the City may employ a secondary contractor to install the necessary patch, and back charge the original Contractor for patch installation. TS-6 CONDUIT A. General Conductors shall be run in conduit except when run in metal poles. A nylon pull line shall be left in each conduit run for future pulling of wires. Conduit shall be rigid PVC or galvanized rigid steel conforming to the plans, standard specifications, and/or the special provisions. Electrical conduits running to the control cabinet shall enter from the bottom of the cabinet unless otherwise noted on the plans. Conduit runs shown on the plans are tentative as to routing and may be changed as directed by the Superintendent to avoid underground obstructions. In the event of any change from the location shown on the plans, accurate records shall be kept for as -built drawings, and necessary details submitted to the Superintendent before final payment is made. B. PVC conduit PVC conduit shall be manufactured of high -impact PVC, and shall conform to industry standards and commercial standards No. CS-207-60. Each length of PVC conduit and back of the various PVC fittings (expansion joints, couplings, adapter, etc.) shall bear the label of Underwriter's Laboratories, Inc. The conduit shall be of the size or sizes shown on the plans or indicated in the special provisions. All PVC conduit shall be schedule 80. PVC conduit shall be used only for underground installations. Conduit used above ground shall be GRC. A bare #8 AWG copper conductor shall run continuously in all PVC conduit used for traffic signal circuits. This bare wire is used for bonding and grounding purposes. A nylon pull line of not less than 500 lb. tensile strength shall run continuously in all conduits. Bare copper conductor and nylon pull line shall be supplied by the Contractor and shall be incidental to conduit installation. 9 Materials will be furnished in a good and usable condition to the Contractor at the Municipal Service Center, 1300 "A" St. Greeley, CO. Any materials not used on the job shall be returned to the City at the Municipal Service Center in a good and usable condition. C. Materials to be Furnished by the Contractor Materials except those listed above under "Materials to be Furnished by the City" shall be supplied by the Contractor. Unless otherwise indicated on the plans, specified in the special provisions, or directed by the Superintendent, all materials shall be new. Where existing installations are to be modified, existing material shall be incorporated into the revised system, salvaged, or abandoned, as indicated on the plans, specified in the special provisions, or as directed by the Superintendent. TS-4 CONTROL OF WORK A. General Work shall not be performed in the roadway before 8:00 a.m. or after 4:00 p.m., unless permission is granted by the Superintendent. The Contractor shall notify property owners, and give them sufficient time to move their vehicles, before a driveway is blocked. Electrical equipment shall conform to the standards of the National Electrical Manufacturers Association. Material and work shall conform to the applicable requirements of the National Electrical Code and any local ordinance which may apply. B. Traffic Control When the Contractor's operations create a condition hazardous to traffic or the public, the Contractor shall take the necessary precautions and provide adequate means to protect those who pass through or over the work, at no expense to the City. The City of Greeley has an agreement with Northern Colorado Traffic Control, 1712 First Avenue, Greeley, Colorado, 970-356-6881, to provide traffic control services. If you are interested in using them, they will perform the service at the rates covered by the agreement. If the Contractor shall appear to be negligent in providing such warning or protective measures, the Superintendent. May direct attention to the existence of a hazard, and any measures 5 required to protect the public shall be installed by the Contractor at no expense to the City. Traffic control plans shall be submitted to the Superintendent for approval before work in the public right of way may begin. Signal turn-on/turn-off and flashing entry/exit shall be done only at the on -site direction of the Superintendent. C. Equipment List and Drawings If the Contractor is supplying equipment to the project, he shall submit to the Superintendent .for approval, within five days following notification of work to perform, a list of equipment and material which he proposes to install. The list shall include all materials which are identified on the plans or in the specifications by the performance characteristics, or by other means when it is necessary or customary in the trade. The list shall be complete as to name of manufacturer, size, and catalog number of unit, and shall be supplemented by such other data as may be required, including detailed scale drawings and wiring diagrams of any non-standard or special equipment and of any proposed deviation from the plans. If requested to do so, the Contractor shall submit for approval sample articles of the materials proposed for use. The above data shall be submitted to the Superintendent (in as many copies or complete sets as required by the Superintendent) for checking, correction, and approval. Upon completion of checking, correction, or approval, the Superintendent will submit a letter of transmittal to the Contractor indicating acceptance or rejection of, or changes required for acceptance of, the above data. D. Cooperation between Contractors Street construction within the limits of the work may be under way by other Contractors during the period of the contract. The Contractor shall cooperate with any other Contractor under contract to the City or working under a utility agreement with the City. Coordination of work zone traffic control will be done by the city. E. Coordination with Excel Energy Company Excel Energy Company of Colorado crews will be installing street light fixtures in conjunction with the Contractor's work. Excel Energy Company may be installing street lighting conduits in the same trenches as the traffic signal conduits. The Contractor shall coordinate his work with Excel Energy Company. All final service 0 . _ i SECTION 00120 BID PROPOSAL PROJECT: Traffic Signal Materials and Installation The Undersigned, having become familiar with the local conditions affecting the cost of the work, plans, drawings, and specifications attached herewith, and with advertisement for bids, the form of bid and proposal, form of bond, all of which are issued and attached and on file in the office of the City Purchasing Manager, hereby bid and propose to furnish al I the labor, materials, necessary tools, and equipment and all utility and transportation service necessary to perform and complete in a workmanlike mannerall of the work required in connection with the construction of the items listed on the bidding schedule in accordance with the plans and specifications as prepared by the City of Greeley, Colorado, for the sums set forth in the Bidding Schedule. The total bid shall be the basis for establishing the amount of the Performance Bond for this project. The total bid is based on the quantities shown in the bid proposal form and the dimensions shown on the plans. The undersigned has carefully checked the Bidding Schedule quantities against the plans and specifications before preparing this proposal and accepts the said quantities as substantially correct, both as to classification and the amounts, and as correctly listing the complete work to be done in accordance with the plans and specifications. The undersigned, agrees to complete and file a Performance Bond and Payment Bond (in triplicate) within fifteen (15) working days following the issuance of award and further agrees to complete the work as scheduled with and by the Traffic Division designee. Official notice to proceed will not be issued until adequate Performance Bond and other required documents are on file with the City of Greeley . NOTE: Bidders should not add an c nditions or qualifying statements to this bid as otherwise the bid may be declar it g ar a Zing non responsive to the Invitation for Bids. The following n rnbered den hav een rec ived and the bid, as submitted, reflects any changes res ing fro thos Add da: W;i W . 1, . CQrITRkC - ORS -E�OC. COMPANY NAME *-02111 }PReLx:nC0 j TITLE line connections shall be coordinated by the City and shall be made by Excel Energy Company. TS-5 EXCAVATING AND BACKFILLING A. Excavating Blasting shall not be done within City limits. When trenching, the trench shall be dug only as far in advance of the conduit as permitted by the Superintendent. The trench bottom, regardless of whether it is existing, imported, or recompacted material, shall be shaped to provide a uniform and continuous bearing support for the conduit on solid and undisturbed material at every point between couplings. Couplings shall be provided for pipe. Excavations for conduit shall be two inches wider than the outside diameter of the conduit. Pipe shall not be installed in the trench until the subgrade preparation meets the above specifications, as determined by the Superintendent. Surplus excavated material shall be removed and disposed of immediately by the Contractor. After each excavation is complete, the Contractor shall notify the Superintendent and under no circumstances shall any conduit or material be covered without inspection and approval. B. Backfilling Excavation in trenches shall be backfilled to the original ground surface or to such grades as specified or shown on the drawings. Backfilling shall begin as soon as practical after the pipe has been placed and shall be carried on as rapidly as is consistent with construction in the open trench work area. Complete cleanup shall proceed directly behind the backfilling to facilitate the return to normal conditions. The Contractor shall have sufficient equipment on the job at all times to assure timely backfilling and cleanup. Backfilling and compacting shall be done as thoroughly as possible to prevent after -settlement. Depositing of the backfill shall be done so the impact of falling material will not damage the conduit. Grading over and around the work shall be done as directed by the Superintendent. 7 Backfilling of the conduit trenches shall be done by placing aggregate base course material CDOT Specification, Class 6, tamping in lifts of not more than six inches, to the bottom surface of the structural roadway material. The remaining portion of the excavation shall be backfilled with the same type of material used to construct the existing roadway surface. Use of non -shrinking backfill material as outlined in City of Greeley Standards may be substituted for above. When the trench excavation is within the right-of-ways of State or County highways, the backfilling of the trench, compaction of materials, sub -grade preparation, and surfacing shall be done in strict accordance with the requirements and specifications of the State or County Highway Department. Unless otherwise specified, this work shall be considered incidental to other portions of the contract. The Contractor shall blade and compact the roadway after the trench has been backfilled, so it shall be passable to traffic at all times. The Contractor shall maintain the roadway in a condition acceptable to the Superintendent until final acceptance of the entire work by the City. The Contractor shall remedy at no cost to the City any defects that appear in the backfill following completion and during the guarantee period. C. Removing and Replacing Improvements When a part of a square or slab of existing concrete sidewalk is broken or damaged, the entire square or slab shall be removed and the sidewalk reconstructed as specified above. The outline of areas to be removed in Portland Cement concrete shall be outlined and shall be cut to a minimum depth of 1 %" with an abrasive -type saw prior to removing the material. Cut for the remainder of the required depth may be made by any method satisfactory to the Engineer. Saw cuts shall be neat and true with no shattering or chipping of concrete adjacent to or outside of the removal area. Cuts in existing bituminous pavement shall be saw cut or cut with a sharp -edged wheel roller. Removed bituminous and concrete materials shall be hauled from the site and disposed of by and at the expense of the Contractor, at a suitable disposal site provided by the Contractor. Trenches in the roadway shall be patched within five calendar days. 9 The Contractor shall be responsible for maintaining trenches on a daily basis until the final patch is in place. In the event the Contractor cannot comply within the allotted time frame, the City may employ a secondary contractor to install the necessary patch, and back charge the original Contractor for patch installation. TS-6 CONDUIT A. General Conductors shall be run in conduit except when run in metal poles. A nylon pull line shall be left in each conduit run for future pulling of wires. Conduit shall be rigid PVC or galvanized rigid steel conforming to the plans, standard specifications, and/or the special provisions. Electrical conduits running to the control cabinet shall enter from the bottom of the cabinet unless otherwise noted on the plans. Conduit runs shown on the plans are tentative as to routing and may be changed as directed by the Superintendent to avoid underground obstructions. In the event of any change from the location shown on the plans, accurate records shall be kept for as -built drawings, and necessary details submitted to the Superintendent before final payment is made. B. PVC conduit PVC conduit shall be manufactured of high -impact PVC, and shall conform to industry standards and commercial standards No. CS-207-60. Each length of PVC conduit and back of the various PVC fittings (expansion joints, couplings, adapter, etc.) shall bear the label of Underwriter's Laboratories, Inc. The conduit shall be of the size or sizes shown on the plans or indicated in the special provisions. All PVC conduit shall be schedule 80. PVC conduit shall be used only for underground installations. Conduit used above ground shall be GRC. A bare #8 AWG copper conductor shall run continuously in all PVC conduit used for traffic signal circuits. This bare wire is used for bonding and grounding purposes. A nylon pull line of not less than 500 lb. tensile strength shall run continuously in all conduits. Bare copper conductor and nylon pull line shall be supplied by the Contractor and shall be incidental to conduit installation. PE C. Galvanized Rigid conduit Conduit and fittings shall be galvanized rigid steel and shall be uniformly and adequately zinc -coated by the hot -dipped process conforming to ASTM Designation A153. Joints shall be set up tight with squared ends. Fastenings shall be secured and of a type appropriate in design and dimensions for the particular application. Couplings, connectors, and fittings shall be approved types specifically designed and manufactured for the purpose. Fittings shall be installed to provide a good electrical grounding throughout the conduit system. Neither the interior nor the exterior of a six inch sample cut from the center of a standard length of conduit, when tested in accordance with the applicable portion of ASTM Designation A239, shall show a fixed deposit of copper after four one -minute immersions in the standard copper sulphate solution. The interior of the rigid conduit shall have a galvanized coating. Each length shall bear the label of Underwriters' Laboratories, Inc., and shall conform to appropriate articles of the electrical code. D. Conduit Installation Conduit under railroad tracks shall not be less than 42 inches below the bottom of the tie or as specified by railroad code. It shall be the responsibility of the Contractor to obtain clearance from the railroad before any work is done within the railroad right-of-way. The minimum size of conduit to be used will be shown on the plans or as required on the wire layout sheets. conduit smaller than 3/4-inch electrical trade size shall not be used, unless otherwise specified, except that grounding jumpers at service points may be enclosed in %-inch conduit. Conduit installed for future use shall terminate in a pull box, and each conduit end shall also be capped. E. PVC conduit Installation In bending PVC conduit, the following methods may be used. 1. A water bending process may be used consisting of a water -filled steel pipe four feet long, heated to the temperature that will render the PVC conduit pliable in approximately 30 seconds after insertion in the pipe. The conduit may then be bent to the desired angle and held in an appropriate jig for a cooling period of approximately 20 seconds. 2. The Contractor may use other methods of bending PVC conduit if the preceding method is found unsuitable because of climactic conditions, but only after demonstrating the proposed method to the Superintendent and receiving his approval. 10 Bends in PVC conduit shall be made and conform to all appropriate sections of the National Electrical Code or local codes governing bending radius, and number of bends allowed as applicable for rigid conduit. Conduit bends, except factory bends, shall have a radius of not less than six times the inside diameter of the conduit. When factory bends are not used, conduit shall be bent without crimping or flattening using the longest radius practicable. F. Termination of conduit Galvanized rigid conduit terminations shall be fitted with insulating bushings to prevent chafing of wire on exposed edges. Threaded ends shall be protected with approved insulated metal ground bushings or insulated bushing material, and sealed by duct seal. TS-7 CONCRETE FOUNDATIONS A. General Foundations shall be concrete conforming to City of Greeley Class "B" mix requirements. After pouring the concrete, the anchor bolts shall be raised and lowered individually to eliminate any air pockets, and to allow proper alignment of the anchor bolts in the concrete prior to the setting of the concrete. If any deviations in the pouring of foundations are proposed by the Contractor, the deviations shall be approved by the City Engineer prior to pouring of the concrete. B. Poles. Standards, and Pedestal Foundations Poles, standards, and pedestals shall not be erected until the foundation concrete has set at least seven days. Foundations for high -strain poles shall set a minimum of ten days. Equipment shall be plumbed or raked as required and directed by the Superintendent. Foundations for poles shall normally be flush -top and shall be located as shown on the plans or as directed by the Superintendent. The maximum distance behind the curb for pole locations is desired. In locations where the roadway is not curbed, the top of the foundations shall be six inches plus or minus one quarter inch above the grade of the edge of the pavement. Where foundations are 11 located in the sidewalk, the foundation shall be two inches above the surface of the sidewalk. Expansion material shall be placed between the foundation and the sidewalk, with the top of the expansion material level with the sidewalk surface. The provisions in the above paragraph are general descriptions for normal roadway conditions. In certain cases, special foundation requirements may be indicated on the plans or required by the City Engineer. For example: where heavy excavations, embankments, sloping (rip -rap) areas near the roadway, or unusual soil conditions are encountered. C. Controller Foundations Controller foundations shall be concrete conforming to City of Greeley Class "B" mix requirements. Foundations for traffic signal controller cabinets, when located in sidewalks, shall rise above the sidewalk surface as shown on the plans. The foundation shall be caulked with an asphalt caulk or "Rubberneck" sealant prior to placing the cabinet on the foundation. TS-8 LOOP DETECTOR INSTALLATION The saw cut angle shall be no less than 135 degrees, measured at the inside of the loop. Corners may be drilled with a 1 %" core drill. Saw cuts shall be 5/16" wide and a minimum of 2 W deep. A 500 VDC meager shall be used to confirm insulation resistance of no less than 100 megohms prior to sealing the slots. The sealant shall be at least one inch thick above the top conductor in the saw cut. Each loop end shall be identified with tape rings, to indicate wire numbers 1 through 4. Each detector cable shall be clearly labeled in the controller cabinet, pull box and signal pole base, identifying phase relationship and approach leg, in accordance with the color coding described in these specifications. 14 gauge stranded IMSA 51-5 wire shall be used for loop detectors. Loop sealant shall be of a type approved by the Superintendent. 12 18" to 24" of slack shall be provided in the pull box for each wire end, and for the continuous unspliced loop of wire made by extending wire #2 and #3 into the pull box. Loop splices shall be sealed with 3M DBY splice kits. Multiple loops per phase shall always be wired in series. TS-9 CABLE AND CONDUCTORS A. General Cable and conductors shall be furnished by the Contractor, and conform to the applicable I.M.S.A. Specifications and to these specifications. Multi conductor cable shall be copper and conform to IMSA Specification 19-1. The individual conductors in Multi conductor cable shall be 14 gauge stranded copper wire. Detector "Home Run" or lead-in cable and pedestrian push-button lead-in cable shall be IMSA 50-2, #16 stranded, and shall have polyethylene outer insulation. Multiple twisted pair cable may be used as detector "Home Run" cable, and each pair shall be individually twisted and shielded #16 stranded conductors, shall have polyethylene outer insulation, and shall conform to IMSA Specification 50-2. The outer insulation of each pair shall be colored white/black, red/black, and green black or numbered one (1), two (2), and three (3). Opticom emergency priority equipment shall be wired with 3M cable designed specifically for this type of equipment. B. Wirinc Installation Separate conduits for low voltage and high voltage conductors shall be provided in all signal installations. High voltage conductors shall be run in conduits separate from low voltage actuation lead-ins and telephone interconnect. Separate Multi conductor cables shall be provided for each signal phase. Each mast arm mounted signal face shall be wired separately back to the pole base. The signal face farthest from the pole shall always be wired to accept a five -section signal face, whether that face is installed or not. 13 Unused conductors in each cable shall be folded back on the cable and securely taped. Telephone interconnect, loop detector lead-in, and Opticom lead-in cables shall not be spliced. Connections to signal heads, pushbuttons, and traffic controllers shall be secured to the screw type terminals in the traffic signal heads, pedestrian pushbuttons, and the traffic controller. The connectors shall be of the spade tongue type and shall be affixed to the conductors using a tool designed specifically for the connection of the connectors to the conductors. Sheath for detectors shall not be grounded. The wiring for each mast arm mounted signal head shall be taped with the appropriate number of bands, color coded by direction, to indicate signal head number, with the head closest to the pole being number one. Color coding for individual conductors shall be as follows: CONDUCTOR COLOR INDICATION Northbound Through Vehicles: Green Green Orange Yellow Red Red TAPE COLOR Red Red Red Northbound Left Turns: Green Green Arrow Red + White Orange Yellow Arrow Red + White Red Red Arrow Red + White Northbound Right Turns: Green Green Arrow Red + Gray Orange Yellow Arrow Red + Gray Red Red Arrow Red + Gray Northbound Pedestrians: Blue Walk Red + Yellow Black Don't Walk Red + Yellow Southbound Through Vehicles: Green Green Green Orange Yellow Green Red Red Green 14 l Southbound Left Turns: Green Green Arrow Green + White Orange Yellow Arrow Green + White Red Red Arrow Green + White Southbound Right Turns Green Green Arrow Green + Gray Orange Yellow Arrow Green + Gray Red Red Arrow Green + Gray Southbound Pedestrians: Blue Walk Green + Yellow Black Don't Walk Green + Yellow Eastbound Through Vehicles: Green Green Orange Orange Yellow Orange Red Red Orange Eastbound Left Turns: Green Green Arrow Orange + White Orange Yellow Arrow Orange + White Red Red Arrow Orange + White Eastbound Right Turns: Green Green Arrow Orange + Gray Orange Yellow Arrow Orange + Gray Red Red Arrow Orange + Gray Eastbound Pedestrians: Blue Walk Black Don't Walk Westbound Through Vehicles: Green Green Orange Yellow Red Red Orange + Yellow Orange + Yellow Blue Blue Blue Westbound Left Turns: Green Green Arrow Blue + White Orange Yellow Arrow Blue + White Red Red Arrow Blue + White 15 Westbound Right Turns: Green Green Arrow Blue + Gray Orange Yellow Arrow Blue + Gray Red Red Arrow Blue + Gray Westbound Pedestrians: Blue Walk Blue + Yellow Black Don't Walk Blue + Yellow Other: White Common Signal White/Black Unused or Common Ped Telephone interconnect shall be color coded Brown. Opticom lead-in shall be color coded Purple. The Contractor shall install two -conductor six gauge wire from the controller to the service connection pull box or service pole, leaving three extra feet of wire in the pull box. TS-10 SERVICE SYSTEMS A. General Service points shown on the plans are approximate only. The exact location will be determined in the field by the Contractor, the Superintendent, and Excel Energy Company. The electrical service connections will be made by Excel Energy Company. The City shall be responsible for coordinating the service connection with Excel Energy Company. B. Service Pole Conduit shall be strapped to the pole with rigid two -hole straps with #8 or #9 1%11 wood screws, or as shown on the plans. Plumber's tape, wire nails, or other means of fastening conduit shall not be used. In locations where it is necessary, condulets, covers, and gaskets shall be furnished and installed by the Contractor. Conduit used in the service installation above ground shall be GRC of the size specified on the plans or special provisions. In areas where the GRC is coupled to PVC conduit used for the underground portion of the service run, the joining of the two conduits shall take place two inches to ten inches underground. The conduit shall be securely bonded to the service pole when 16 SECTION 00130 Traffic Signal Install BID PROPOSAL SHEET BID NUMBER: FB01-04-228 BID PRICE: Complete work as specified in 00620 for duration of agreement Total_$ z 81144 By submitting a signed quote, you acknowledge that you understand and will comply with all conditions and terms governing this bid. You further certify that this quote is made without prior understanding, agreement, or connection with any business or person submitting a competitive quote, and without prior commitment or influence from any person or department from the City of Greeley for this same material or service;. and therefore, is in all respects fair and without collusion or fraud. Collusive bidding is a violation of State and Federal law and can result in fines, imprisonment, and civil damages. Quotations received without this signed statement will be handled as non -responsive. Submitted By: W, 1,- Coo w-'gc —to &S , -f— tjL Company or Corporate Name �rpNz ANu By I f�ES�AEN I Title deemed necessary by the Superintendent, and shall also be bonded in a like manner to the service pole ground system. TS-11 METHOD OF MEASUREMENT AND BASIS OF PAYMENT A. General Separate Purchase Orders may be issued for individual work projects. All invoices by the Contractor for work done shall be itemized by work item and location, and shall reference the applicable Purchase Order. Items listed as Furnish and Install shall mean that the Contractor shall furnish and install the item, and shall furnish all other materials, equipment, and labor to complete the item. Items listed as Install shall mean that the Contractor shall install the item, which will be furnished by the City at a point designated by the Superintendent. The Contractor shall be responsible for making arrangements with the Superintendent twenty-four hours in advance to pick up the item. The Contractor shall furnish all other materials, equipment, and labor to complete the item. Items listed as Remove shall mean that the Contractor shall remove the item and return it to the City at the Municipal Service Center, 1300 "A" Street, exercising care not to damage or lose the removed item. The Contractor shall furnish all materials, equipment, and labor to complete the item. Items listed as Reset shall mean that the Contractor shall remove the item and install it in its relocated position. The Contractor shall furnish all other materials, equipment, and labor to complete the item. Items listed as Replace shall mean that the Contractor shall remove the existingitem and return it to the City at the Municipal Service Center, 1300 "A" Street, exercising care not to damage or lose the removed item. The Contractor shall install in its place a similar but different item, which will be furnished by the City at a point designated by the Superintendent. The Contractor shall be responsible for making arrangements with the Superintendent twenty-four hours in advance to pick up the replacement item. The Contractor shall furnish all other materials, equipment, and labor to complete the item. 17 B. Trench Backfill, and Restore Trenching and backfilling will be paid for at the contract unit price per linear foot, measured from end point to end point. Price and payment shall include all materials, equipment, and labor to remove and dispose of spoils and improvements, furnish and install backfill material, and replace and restore removed improvements. C. Trench and Backfill only, No Restoration Trenching and backfilling will be paid for at the contract unit price per linear foot, measured from end point to end point. Price and payment shall include all materials, equipment, and labor to remove and dispose of spoils and improvements, and furnish and install backfill material. Restoration in this instance shall be coordinated and done by City crews, at City expense. D. Bored or Pushed Conduit (Furnish and Install) Bored or pushed conduit will be paid for at the contract unit price per linear foot, measured from end point to end point. Price and payment shall include furnishing and installing conduit as shown on the plans or as directed by the Superintendent. E. Conduit (Furnish and Install) Conduit installation will be paid for at the contract unit prices per linear foot. Prices and payment shall include furnishing and installing as shown on the plans or as directed by the Superintendent. F. Pull Box (Install) Pull box installation will be paid for at the contract unit price per each. Price and payment shall include installation as shown on the plans or as directed by the Superintendent. G. Pull Box (Remove) Pull box removals will be paid for at the contract unit price per each. Price and payment shall include removing the pull box, backfilling the hole, and restoring the surface. H. Pull Box (Reset) Pull box resets will be paid for at the contract unit price per each. Price and payment shall include removing the pull box, 170 adjusting the elevation, reinstalling the pull box, and restoring the surface. I. Water Valve Pull Box (Furnish and Install) Water valve pull box shall be of cast iron (body and cover), installations will be paid for at the contract unit price per each. Price and payment shall include installation as shown on the plans or as directed by the Superintendent. J. Controller Foundation (Furnish and Install) Controller foundations will be paid for at the contract unit price per each. Price and payment shall include forming the foundation, furnishing and placing the ground rod, placing the anchor bolts, and furnishing and pouring the concrete. K. Controller Foundation (Remove) Controller foundation removals will be paid for at the contract unit price per each. Price and payment shall include removing the foundation and step pad, backfilling the hole, and restoring the surface. L. Controller Step Pad (Furnish and Install Controller step pads will be paid for at the contract unit price per each. Price and payment shall include a 2411 x 24" x 4" concrete pad. M. Controller (Install) Controller installations will be paid for at the contract unit price per each. Price and payment shall include mounting the controller on the base and making all connections to render the controller fully operable. N. Controller (Remove) Controller removals will be paid for at the contract unit price per each. Price and payment shall include removing the controller from its mounting, and removing all disconnect equipment at the service point. O. Controller (Reset) Controller resets will be paid for at the contract unit price per M' each. Price and payment shall include removing the controller from its existing foundation, removing the existing foundation and step pad, backfilling the hole, restoring the surface, furnishing and installing a replacement foundation, installing the controller on the replacement foundation, and making all connections to render the reset controller fully operable. P. Mast Arm Pole or Combination Pole (Install) Mast arm pole or combination mast arm and street light pole installations will be paid for at the contract unit price per each. Price and payment shall include furnishing and installing either a precast or field -poured foundation in conformance with current City of Greeley Standards or Colorado Department of Transportation Standards, and installing the pole as shown on the plans. Q. Mast Arm Pole or Combination Pole (Remove) Combination pole or mast arm pole removals will be paid for at the contract unit price per each. Price and payment shall include the following: remove the pole from the foundation, completely remove the foundation, backfill the hole, and restore the surface. R. Pedestal Pole (Install) Pedestal pole installations will be paid for at the contract unit prices per each for each size listed. Prices and payment shall include furnishing and installing a concrete foundation with two 2- inch conduits, furnishing and installing the ground rod, and installing the pole as shown on the plans. S. Pedestal Pole (Remove) Pedestal pole removals will be paid for at the contract unit price per, each. Price and payment shall include removing the pole from the foundation, completely removing the foundation, backfilling the hole, and restoring the surface. T. Strain Pole (Furnish and Install) Strain pole installations will be paid for at the contract unit price per each. Price and payment shall include furnishing and installing either a precast or field -poured foundation in conformance with current Colorado Department of Transportation Standards, furnishing and installing the pole, and furnishing and installing stabilizing cable and all other materials to complete the installation. 20 U. Strain Pole (Remove) Strain pole removals will be paid for at the contract unit price per each. Price and payment shall include removing all span wires, completely removing the strain pole from the ground without cutting, completely removing the concrete foundation from the pole and ground, backfilling the hole, and restoring the surface. V. Span Wire for Strain Pole (Furnish and Install) Span wire will be paid for at the contract unit price per linear foot. Price and payment shall include furnishing and installing span wire in conformance with current Colorado Department of Transportation Standards. W. Mast Arm (Install) Mast arm installations will be paid for at the contract unit prices per each for each size listed. Prices and payment shall include mounting each mast arm and any attached signage as shown on the plans. All signage shall be provided by the City, and shall be mounted in place by the contractor at the time the mast arm becomes operational. A nylon pull rope shall run continuously from the mast arm end signal head to the hand hole. W. Mast Arm (Remove) Mast arm removals will be paid for at the contract unit price per each. Price and payment shall include the removal of any existing signage. Y. Mast Arm (Reset) Mast arm resets will be paid for at the contract unit price per each. Price and payment shall include making all connections to render the reset mast arm fully operable, and reattaching all signage. Z. Traffic Signal Head (Install) Traffic signal head installations will be paid for at the contract unit price per each. Price and payment shall include assembling and attaching all mounting hardware, mounting the signal head as shown on the plans (including backplate), furnishing and installing the cable to the pole base hand hole, and all splices and connections to render the traffic signal head fully operable. 21 J AA. Traffic Signal Head (Remove) Traffic signal head removals will be paid for at the contract unit price per each. BB. Pedestrian Push-button Assembly (Install) Push-button assembly installations will be paid for at the contract unit price per each. Price and payment shall include mounting the push-button assembly and making all connections to render the push- button fully operable. CC. Pedestrian Push-button Assembly (Remove) Push-button assembly removals will be paid for at the contract unit price per each. DD. Pedestrian Instructional Sign (Install) Pedestrian instructional sign installation will be paid for at the contract unit price per each. Price and payment shall include the following: drill and tap holes for screws provided with the sign, and mount 9" x 12" sign, as shown on the plans. EE. Saw cut Loov Detector (Furnish and Install) Loop detectors will be paid for at the contract unit price per linear foot of Saw cut. Price and payment shall include the following: Saw cut the pavement, furnish and install the wire, and furnish and install a Saw cut sealant approved by the Supervisor. FF. surface Applied Loop Detector (Furnish and Install) Loop detectors will be paid for at the contract unit price per linear foot of loop design. Price and payment shall include furnishing all materials necessary to place, secure, and seal the wire. GG. Microloop Detector (Install) Microloop detector installation will be paid for at the contract unit price per each. Price and payment shall include drilling the installation hole, installing the Microloop, and sealing the hole. HH. Loop Detector Lead -In Wire One -Pair (Furnish and Install) 22 Loop detector lead-in wire will be paid for at the contract unit price per linear foot from the splice point nearest the detector to the controller. Price and payment shall include furnishing and installing the Wire. fiirnic}ii,, �,,q 00620 CITY OF GREELEY SPECIAL CONDITIONS: STANDARD SPECIFICATIONS FOR TRAFFIC SIGNAL MATERIALS AND INSTALLATION TABLE OF CONTENTS TS-1 GENERAL TS-2 DEFINITIONS TS-3 SCOPE OF WORK A. General B. Materials to be Furnished by the City C. Materials to be Furnished by the Contractor TS-4 CONTROL OF WORK A. General B. Traffic Control C. Equipment List and Drawings D. Cooperation between Contractors E. Coordination with Excel Energy Company TS-5 EXCAVATING AND BACKFILLING A. Excavating B. Backfilling C. Removing and Replacing Improvements TS-6 CONDUIT A. General B. PVC conduit C. Galvanized Rigid conduit D. Conduit Installation E. PVC conduit Installation F. Termination of conduit TS-7 CONCRETE FOUNDATIONS A. General B. Poles, Standards, and Pedestal Foundations C. Controller Foundations TS-8 LOOP DETECTOR INSTALLATION TS-9 CABLE AND CONDUCTORS A. General B. Wiring Installation TS-10 SERVICE SYSTEMS A. General B. Service Pole NN. Opticom Lead -In Wire (Furnish and Install) Opticom lead-in wire will be paid for at the contract unit price per linear foot. Price and payment shall include furnishing and installing the wire and making all terminations necessary to make the Opticom Sensor fully operable. All OPTICOM lead-in wire shall be continuous and unspliced. 00. LED Sianal Indication (Install LED signal indication will be paid for at the contract unit price per each. Price and payment shall include removing the incandescent lamp and reflector if necessary, and installing the LED assembly. NOTE: All quantities are approximate and will be spread over the three years of the agreement at the sole discretion of the City of Greeley. 24 SMALL PUBLIC WORKS TRAFFIC SIGNALS EQUIPMENT AND INSTALLATION AGREEMENT BID DATE: PROJECT: PROPOSAL SUBMITTED BY: BID NUMBER FBOl-04-228 Contractor Address CONTRACTOR'S PROPOSAL FORM TO: The Governing Body of the City of Greeley, Colorado Telephone The undersigned bidder does hereby declare and stipulate that this Proposal is made in good faith, without collusion or connection with any other person or persons bidding for the same work, and that it is made in pursuance of and subject to all the terms and conditions of the standard City of Greeley General Conditions of the Purchase Order, all of which have been examined by the undersigned. All proposals shall be submitted on this form. The City will select only one vendor in its final decision. The City reserves the right to reject any and all proposals and to waive any informalities or irregularities contained in the request for proposal. The following list of labor and material is the estimated amount of work which will occur in the agreement period. The City is planning, but will not guarantee, this amount of work during the contract period. This request is to establish unit prices. Vendors shall use this form in submitting their proposal and quote. Submit your firm unit and extended prices for the type of construction listed below. Mobilization and overhead shall not be priced and bid separately, but shall be included in each bid item P-1 as required. The City will not provide any area for material and equipment storage. The agreement will run from the signing date to December 31, 2001 and all pricing shall remain firm for that period. Either the City or the Vendor may call for a meeting to review the terms and conditions for the upcoming year thirty days prior to the anniversary date. If no meeting is called by either party, the agreement shall be automatically be renewed for the next year, culminating on December 31, 2004. Should the Vendor request an increase exceeding five per cent, the City retains the right to terminate the agreement and request new proposals from interested vendors. If any changes are agreed to, an addendum to this agreement will be issued and become a part of the agreement. This agreement may be cancelled with thirty days prior written notice of such cancellation by either party. P-2 Apr.N, 2001 b:06AM WL CGNTRAGTOnS P03 J1 3026 SECTION 00140 :WPR KNOW ALL MEN BY THESE PRFSSaWCb I�ihs�raAln C Jhe undersigned W. L. CONTRACTORS, INC. as Principal,and of Amorira as Surety, are hereby held and firmly bound unto the City of Greeley, Colorado, as Owner, in the penal sum of 5% Of The Bid for the Paymentof which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City. of Greeley, Colorado, the accompanying bid and hereby made apart hereof to enter into a Contract Agreement for the Installation of Traffic Signal Devices including, but not limited to, loop detectors to adhere to the specifications of FBO1-04-228. SIGNAL INSTALL WHEREAS, the Owner, as condition for receiving said bid, requires that the Principal to deposit with the Owner as Bid Guaranty equal to five percent (5%) of the amount of said bid. NOW, THEREFORE, (a) if said bid shall be rejected; or in the alternate, (b) If said bid shall be accepted and the Principal shall execute and deliver a Contract Agreement (properly completed in accordance with said bid) and shall furnish a Performance and Payment Bond upon the forms prescribed by the Owner for the faithful performance of said Agreement; and shall in all other respects perform the agreement created by the acceptance of said bid; then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this jo-th day OfgpriI , 20 01 and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. QUOTE: ESTIMATED UNIT EXTENDED QUANTITY DESCRIPTION PRICE PRICE 700 LF Trench, Backfill, and Restore for electrical conduits under Asphalt $ $ 200 LF Trench, Backfill, and Restore for electrical conduits under Concrete $ $ 200 LF Trench, Backfill, and Restore for electrical conduits in Dirt $ $ 200 LF Trench, Backfill, and Restore for electrical conduits under Sod $ $ 200 LF Trench and Backfill, No Restoration for electrical conduits under Asphalt $ $ 200 LF Trench and Backfill, No Restoration for electrical conduits under Concrete $ $ 1100 LF Bored or Pushed conduit, 2" (Furnish and Install) $ $ 3100 LF Bored or Pushed conduit, 3" (Furnish and Install) $ $ 200 LF GRC: 2" (Furnish and Install) $ $ 2000 LF PVC conduit 2" (Furnish and Install) $ $ 4000 LF PVC conduit 3" (Furnish and Install) $ $ 32 EA Pull Box (Install) $ $ 10 EA Pull Box (Remove) $ $ 24 EA Water Valve Pull Box (Furnish and install) $ $ 7 EA Controller Foundation (Furnish Install) $ $ 2 EA Controller Foundation (Remove) $ $ P-3 1 EA Mast Arm (Reset) $ $ 14 EA Traffic Signal Head: 5-Section (Install) $ $ SUBTOTAL $ ESTIMATED QUANTITY DESCRIPTION 100 EA Traffic Signal Head: 1 Section to 4 Section (Install) 100 EA Traffic Signal Head: 16" Pedestrian (Install) 104 EA Traffic Signal Head (Remove) 80 EA Pedestrian Push-button Assembly (Install) 60 EA Pedestrian Push-button Assembly (Remove) 80 EA Pedestrian Instructional Sign (Install) 5000 LF Saw cut Loop Detector (Furnish and Install) 5000 LF Surface Apply Loop Detector (Furnish and Install) 8 EA Microloop Detector (Install) 500 LF Loop Detector Lead -In Wire, single pair (Furnish and Install) 1000 LF Loop Detector Lead -In Wire, Multi Pair (Furnish and Install) 1000 LF Pedestrian Push-button Lead -In Wire (Furnish and Install) P-5 UNIT EXTENDED PRICE PRICE ESTIMATED QUANTITY DESCRIPTION UNIT EXTENDED PRICE PRICE 1000 LF Telephone Interconnect Wire (Furnish and Install) $ $. 10000 LF Multi conductor (Furnish and Install) $ $, 2000 LF OPTICOM Lead -In Wire (Furnish and Install) $ $. 16 EA OPTICOM Sensor (Install) $ $ 250 EA Traffic Signal LED Indication (Install) $ $ SUBTOTAL $ TOTAL BID $ Note: All quantities are approximate and will be spread out over the three years of this agreement at the sole discretion of the City. GENERAL CONDITIONS OF THE PURCHASE ORDER ARTICLE 1. DEFINITIONS PURCHASE ORDER - an enforceable contract in that it is written evidence of the purchaser's acceptance of the seller's previous and unretracted offer to perform the work subject of the purchase order for the price stated herein. WORK - the material and/or labor the seller is to furnish to the purchaser by operation of the purchase order. OWNER/PURCHASER - the City of Greeley, acting by and through the City Purchasing Agent or his designee. CONTRACTOR/SELLER - the sole proprietorship, partnership or corporation to which the purchase order is addressed and any person having the contract with the City or a using agent thereof. ARTICLE 2. INSPECTION OF WORK The inspector assigned to the work any other authorized representative of the OWNER shall at all times have access on the site of the work for the purpose of inspection. The contractor shall provide safe, convenient and proper facilities for such access and inspection. ARTICLE 3. SUPERINTENDENCE OF THE WORK The CONTRACTOR shall keep a competent and reliable superintendent on the job at all times that labor is being performed. The superintendent, in the contractor's absence from the site, shall stand in the stead of the contractor, and any authoritative directions given to the superintendent shall be as binding as if given to the contractor. ARTICLE 4. CHANGES IN THE WORK The OWNER, without invalidating the purchase ordercontract, may orderextra work, or make any other reasonably related changes by altering, adding to or deducting from the work. The contract price and the time for completion of the work may be adjusted accordingly by mutual agreement. ARTICLE 5. DEDUCTION FOR UNCORRECTED WORK If the OWNER deems inexpedient the correction of damaged work or of work not performed in accordance with the contract, the OWNER shall make an equitable reduction of the contract price. ARTICLE 6. INSURANCE The CONTRACTOR shall procure, at his own expense, and maintain for duration of any work, adequate insurance coverages. The CITY shall be issued certificates as an additional insured. The coverage shall include Standard Worker's Compensation and Employer's Liability coverage covering all employees engaged in performance of work at the OWNER'S place of business, in the amount required by State Statutes. The CONTRACTOR shall also maintain comprehensive General Public Liability and Property Damage Insurance in an amount acceptable to the OWNER. Evidence of all insurance coverage shall be submitted to the CITY upon demand in a form acceptable to the City of Greeley. ARTICLE 7. USE OF PREMISES The CONTRACTOR shall confine his apparatus, storage of materials, and operations of the workmen to such places and within such limits as to cause least inconvenience to the users of the site. ARTICLE 8. CLEANING UP The CONTRACTOR shall at al I times observe good housekeeping practices and on completion of the work remove all tools, scaffolding and surplus materials from the premises and leave the area of his operations clean. ARTICLE 9. OWNER'S RIGHT TO TAKE OVER THE WORK If the CONTRACTOR should fail to prosecute the work properly and diligently or default in performance of any of the provision of the purchase order and its collateral documents, the OWNER, after seven days' written notice to the CONTRACTOR and his surety (if there is such) may, without prejudice to any other remedy the OWNER may have, dismiss the CONTRACTOR and complete the work and may deduct the cost from so doing from any unpaid balance of contract price due to become due the CONTRACTOR. If such cost of completing the work is in excess of the unpaid balance of the contract price, the CONTRACTOR shall reimburse the OWNER such excess, and the OWNER shall have a cause of action at law for the amount of such excess and all costs of prosecution of such action, including attorney's fees. ARTICLE 10. OWNER'S RIGHT TO SUSPEND CONTRACTOR'S PERFORMANCE For good and sufficient cause such as (a) unsuitable weather, (b) faulty workmanship, m improper superintendence, (d) contractor's failure to carry out any reasonable order or to perform any provision of the purchase order and collateral documents, or (e) any other circumstance unfavorable for prosecution of the work, the OWNER shall have the right to suspend the CONTRACTOR'S performance of the work. Notice of such suspension shall be in writing. The CONTRACTOR shall resume performance of the work promptly when so notified in writing. ARTICLE 11. ACCEPTANCE AND FINAL PAYMENT Within ten days after the CONTRACTOR'S declaration of completion of the work, the OWNER will make a final inspection thereof to determine whether the work has been completed in accordance with the purchase order contract and collateral documents. If any punch -list results of such final inspection, the CONTRACTOR shall promptly rectify all items appearing thereon. When the OWNER indicates acceptanceof thework, the CONTRACTOR may requisition final payment, including retainage, on account of the purchase order contract price. Any unpaid creditor of the CONTRACTOR who supplied labor and/or material for the work has those ten days in which to file with the OWNER a verified statement of the amount due and unpaid. The OWNER must withhold from payment to the CONTRACTOR the total amount of such claim for a period of ninety days after the date in the notice fixed for settlement, but the OWNER may not directly make payment to the creditor(s). If within those ninety days a creditor does not reach settlement with the CONTRACTOR, he must serve on the OWNER a notice of "lis pendens" that he has brought action at law, otherwise the OWNER at expiration of ninety days will pay the CONTRACTOR for the amount withheld. ARTICLE 12. GUARANTY AND WARRANTIES The CONTRACTOR shall furnish the OWNER with a written guaranty for one year covering all labor, materials and workmanship incorporated in the work. The CONTRACTOR, in instances of work performed or material or equipment furnished for which warranties are required by the specification, shall procure such warranties and deliver them to the OWNER on completion of the work. Such warranties will nowise lessen the CONTRACTOR'S responsibilities, underthe purchase order documents. Whenever warranties orguaranties are required by the specifications for a period longer than one year, such longer period shall govern. ARTICLE 13. POST -COMPLETION INSPECTIONS Final payment made to the CONTRACTOR on account of the work shall not operate to relieve the CONTRACTOR of responsibility forfaulty material or workmanship and, unless otherwise provided, the CONTRACTOR shall remedy any defect due thereto and pay for any damages resultant therefrom which shall appear within one year from the date of final acceptance of the work, which date will be that of the Notice of Acceptance of the work. If the CONTRACTOR fails promptly to pick up the punch -list items of such inspections, the OWNER may correct such defects and deficiencies and backcharge the CONTRACTOR for the cost thereof. Cl ARTICLE 14. DISPUTES Any dispute arising under this contract which is not disposed of by agreement shall be decided by the OWNER, who shall reduce his decision to writing and furnish a copy thereof to the contractor. The decision of the OWNER shall be final. Pending final decision of a dispute hereunder, the CONTRACTOR shall proceed diligently with the performance of this contract. ARTICLE 15. PURCHASING ORDINANCE This solicitation and purchase order are done in accordance with Chapter 4.20 of the Greeley Municipal Code, which law is incorporated by reference as if fully set forth herein. ARTICLE 16. GENERAL TERMS The City certifies the following: A. An amount of money equal to or greater than the contract amount has been appropriated and budgeted for the project which this contract concerns. B. No change order which requires additional compensable work to be performed by the contractor issued by the City unless an amount of money has been appropriated and budgeted sufficient to compensate the contractor for such additional compensable work unless such work is covered under the remedy -granting provisions of this contract. C. As used in this paragraph, "remedy granting provision" shall mean any clause of this contract which permits additional compensation in the event of a specific contingency or event occurs. This term shall include, but not be limited to, change clauses, differing site conditions clauses, variation in quantities clauses, and termination for convenience clauses. 04/03/02 WED 15:04 FAX 970 350 9328 CITY OF GREELEY PORCH Q 001 970-221-6707 CITY OF GREELEY PURCHASING DIVISION 100010 STREET GREELEY, CO 80631 LINDA INGRAM 970-350-9325 - PHONE NUMBER TO: City of Fort Collins ATTENTION: John Stephen FROM: Linda Ingram, Senior Buyer City of Greeley Purchasing Division DATE: 4-3-02 NUMBER OF PAGES (INCLUDING COVER SHEET) : 9 CONFIDENTIAL: YES NO_x_ John, here is information on W L Contractors. I have marked the original bid documents with 2001 the other two pages are a renewal. This contract can be renewed through 2004. I marked that part in the documents. The complete package will be in the mail to you today. If you have questions please call me at 350-9325. Linda Ingram, Senior Buyer HAVE A GOOD DAY!!!!!!! 04/03/02 WED 15:05 FAX 970 350 9328 CITY OF GREELEY PURCH ROD/ SMALL PUBLIC WORKS TRAFFIC SIGNALS EQUIPMENT AND INSTALLATION AGREEMENT BID NUMBER PBOI-04-228 la 002 BID DATE: 3 ihf}y Q PROJECT TKACFrC SxoNRo (►jgTcarft�s ptJs/At_LgTSpti/ PROPOSAL SUBMITTED BY: W, L. &wre c- 3o ypa-7?9S' � 43S W . $sto 4ve Address CONTRACTOR'S PROPOSAL FORM TO: The Governing Body of the City of Greeley, Colorado The undersigned bidder does hereby declare and stipulate that this Proposal is made in good faith, without collusion or connection with any other person or persons bidding for the same work, and that it is made in pursuance of and subject to all the terms and conditions of the standard City of Greeley General Conditions of the Purchase Order, all of which have been examined by the undersigned. All proposals shall be submitted on this form. The City will select only one vendor in its final decision. The City reserves the right to reject any and all proposals and to waive any informalities or irregularities contained in the request for proposal. The following list of labor and material is the estimated amount of work which will occur in the agreement period. The City is planning, but will not guarantee, this amount of work during the contract period. This request is to establish unit prices. Vendors shall use this form in submitting their proposal and quote. Submit your firm unit and extended prices for the type of construction listed below. Mobilization and overhead shall not be priced and bid separately, but shall be included in each bid item P-1 r` 04/03/02 WED 15:05 FAX 970 350 9328 CITY OF GREELEY PORCH Q 003 7,001 as required. The City will not provide any area for material and equipment storage. The agreement will run from the signing date to December 31, 2001 and all pricing shall remain firm for that period. Either the City or the vendor may call for a meeting to review the terms and conditions for the upcoming year thirty days prior to the anniversary date. If no meeting is called by either party, the agreement shall be automatically be renewed for the next year, pulminating on December 31, 2004. Should •the Vendor request an increase exceeding five per cent, the City retains the right to terminate the agreement and request new proposals from interested vendors. If any changes are agreed to, an addendum to this agreement will be issued and become a part of the agreement. This agreement may be cancelled with thirty days prior written notice of such cancellation by either party. SAFECO' POWER / OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 10343 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint •"""'""'"•'""H.R- LAUTENBACH; FRED LAUTENBACH; CONSTANCE L. GRANT; CYNTHIA R. SUBIA; L.D. McCOLLUM; Linleton, Colorado•"'""""".""^" its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 3rd R.A. PIERSON, SECRETARY CERTIFICATE day of August , 1999 kl 4 W. RANDALL STODDARD. PRESIDENT Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fad or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any Instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (it) A copy of the powerofaaomey appointment, executed pursuant thereto, and (III) Certifying that said powerof-aftomey appointment Is In full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be facsimile thereof.' I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation SEAL S-1300/SAEF 7/98 this 30th dayof April 2001 R.A. PIERSON, SECRETARY 0 Registered trademark of SAFECO Corporation. 09/02/1999 PDF 04/03/02 WED 15:06 FAX 970 350 9328 CITY OF GREELEY PURCH ¢j004 aev/ QUOTBt ESTIMATED QUANTITY DESCRIPTION UNIT EXTENDED PRICE PRICE 700 LF Trench, Backfill, and Restore for electrical conduits under Asphalt $ 3�,� Co $ 2/j 00." 200 LF Trench, Backfill, and Restore for electrical conduits under Concrete $ 37 80 $_7,560,Eq 200 LF Trench, Backfill; and Restore for electrical conduits in Dirt 200 LF Trench, Backfill, and Restore for electrical conduits under Sod $ O,SD __$_ 200 LF Trench and Backfill, No Restoration for electrical conduits under Asphalt $ (4 %° $ 2.9F0� 200 LF Trench and Backfill, No Restoration for electrical conduits under Concrete $4, 70 $, 2 1100 LF Bored or Pushed conduit, 211 (Furnish and Install °o 3100 LF Bored or Pushed conduit, 3" (Furnish and Install) $ /7,- $ 5-2/ DO,ffi 200 LF GRC: 211 (Furnish and Install) $ 20,°= 2000 LF PVC conduit 21, (Furnish and Install) $ 2. $ 4iSb�ap 4000 LF PVC conduit 3" (Furnish and Install) $ 3,S9 $ 32 EA Pull Box (Install) $ /OS.� $_3�346.'2 10 EA Pull Box (Remove) $ 5-a SD $ 525; 24 EA Water Valve Pull Box (Furnish and install) $ 4I D,� $ -3 360,40 7 EA Controller Foundation ( Furnish Install) $ SS/ 2S$ 2 EA Controller Foundation (Remove) $ 350,00 $ P-3 04/03/02 WED 15:06 FAX 970 350 9328 CITY OF GREELEY PURCH a 005 zoo/ 14 EA Controller Step Pad (Furnish & Install) SUBTOTAL $ /3s-*3,75 ESTIMATED QUANTITY DESCRIPTION 7 EA Controller (Install) 2 EA Controller (Remove) 2 EA Controller (Reset) 1 EA Mast Arm Pole or Combination Pole (Install) 1 EA Mast Arm Pole or Combination Pole (Remove) 4 EA Pedestal Pole (Install) 4 EA Pedestal Pole (Remove) 1 EA Strain Pole (Furnish and Install) 1 EA Strain Pole (Remove) 100 LF Span Wire for Strain Pole (Furnish and Install) 4 EA Mast Arm: 15 ft. - 29 ft. (Install) 8 EA Mast Arm: 30 ft. - 39 ft. (Install) 8 EA Mast Arm: 40 ft. - 45 ft. (Install) 6 EA Mast Arm: 50 ft. - 55 ft. (Install) 2 EA Mast Arm: 60 ft. - 70 ft. (Install), 4 EA Mast Arm: 15 ft. - 29 ft. (Remove) 6 EA Mast Arm: 30 ft. - 39 ft. (Remove) 4 EA Mast Arm: 40 ft. - 55 ft. (Remove) P-4 UNIT EXTENDED PRICE PRICE $ 393.7-s $ 2,75'6, zr $ $ Goo, =° $ 600.20 $ 32570 $ 4 300.E $ 325'"- $- $ 341.zs $ S, � $ SOD• � $ 250,= $. z�s $ $ zoo. $ 300.E $ $ 3Z9. $ $ 350.TR $ $ Z00. °a $ SOD, o0 $225,pd $ 250,E $ 04/03/02 WED 15:07 FAX 970 350 9328 CITY OF GREELEY PURCH Q 007 a oo/ ESTIMATED UNIT EXTENDED QUANTITY DESCRIPTIONPRICE PRICE 1000 LF Telephone Interconnect Wire (Furnish and Install) sO ae 10000 LF Multi conductor (Furnish and Install) $ 2000 LF OPTICOM Lead -In Wire (Furnish and Install) vs $�—$ 16 EA OPTICOM Sensor (Install) $ SD, EA $ 2 ,fA9^� 250 EA Traffic Signal LED Indication (Install) $25,0' $ LZSD,� SUBTOTAL $ /1S 600, ob TOTAL BID $ 281, Note: All quantities are approximate and will be spread out over the three, years of this agreement at the sole discretion of the City. 9M 04/03/02 WED 15:07 FAX 970 350 9328 CITY OF GREELEY PURCH fj006 ZOG/ i 1 EA Mast Arm (Reset) $375' 14 EA Traffic Signal Head: 5-Section (Install) $ 2/67112 $ 3,,P1 SUBTOTAL ESTIMATED UNIT EXTENDED QUANTITY- DESCRIPTION PRICE PRICE 100 EA Traffic Signal Head: 1 Section to 4 Section (Install) $ (/ D,� $ /`+000.= 100 EA Traffic Signal Head: 161, Pedestrian (Install) $ OS = °o / $ /O, SDI O._ 104 EA Traffic Signal Head (Remove) $/ 31, !�E $ /3�50,=m 80 EA Pedestrian Push-button Assembly (Install) . $S0,'= $ }�D00.°f 60 EA Pedestrian Push-button Assembly (Remove) $ D,SD $ 630,—" 80 EA Pedestrian Instructional Sign (Install) $f$ 5000 LF Saw cut Loop Detector (Furnish and Install) $ 6 _ $ 37V500.� 5000 LF Surface Apply Loop Detector (Furnish b and Install) $ / $ boat2 8 EA Microloop Detector (Install) $ $ (,30,!' 500 LF Loop Detector Lead -In Wire, single pair (Furnish and Install) $ •00 $ 400," 1000 LF Loop Detector Lead -In Wire, Multi Pair (Furnish and Install) $ /. 1KE $ 4250,°v 1000 LF Pedestrian Push-button Lead -In Wire (Furnish and Install) $ zr /. $ / 2 SD,� P-5 04/03/02 WED 15:08 FAX 970 350 9328 CITY OF GREELEY PURCH C12/21/01 FRI 13:10 FAX 970 350 9328 CITY OF GREELSr PURL$ 1 ADDENDUM And PRICE ADJUSTMENT to TRAFFIC SIGNAL MATERIALS and INSTALLATION FB01-04-228 AGREEMENT FOR 2002 "£ 1 Treuch/Backfill/Asphalt (Restore) Per L. F. 2 Treitch/Baclt_tfi)/Concrete (Restore) $3 .00 3 TrenchBackfill/Dirt (Restore) 33.00 4 Trench/Backfill/Sod (Restore) 8.00 5 Trench/Backfill/Asphalt (No Restore) 11.00 6 TrenchB(No Restore) 10 .ackffWConcrete 7 F/12" Bored Conduit 15.70 8 F/13" Bored Conduit 14.50 9 F/12" GRC 20 00 10 F/12" PVC 20.00 11 F/13" PVC 2 25 12 Potholing in Dirt Each 3 25 190.00 13 Potholing Asphalt up to 7.75" 14 Potholing Asphalt 8" to 11.75" 250.00 290.00 15 Potholing Asphalt 12" to 15" 350.00 16 Pun Box 1/0 17 Pull Box Remove 110.00 1.8 1/0 water valve Pull sox 52.50 19 F/I Controller Foundation 125.00 20 Controller Foundation Remove 650.00 21 F/I Controller Step Pad 368.00 22 Controller Install 100.00 23 Controller Remove 425.00 24 Controller Reset 200.00 25 Mast Arm Install $50.00 26 Most Arm Remove 1,375.00 27 Pedestal Pole Install 660.00 28 Pedestal Pole Remove 325.00 29 F/I Strain Pole 325.00 30 Strain Pole Remove 1,470.00 31 F/I Span Wire L.F. 341.25 5.00 32 Mast Arm Install 15' to 29' Each 250.00 33 Mast Arm Install 30' to 39' 34 Mast Arm Install 40' to 49' 300.00 35 Mast Aria Install 5V to 59' 325.00 320.00` 36 Mast Arm Remove 15' to 29' 200.00 37 Mast Arm Remove 30' to 39' 225.00 Q 008 002 _ 04/031/02 WED 15:08 FAX 970,350 9328 CITY OF GREELEY PURCH z,12/21/01 FRI 13:10 FAX 970 330 9328 CITY OF GREELEY PURCH Addendum and Price Adjustment Continued 38 Mast Arm Remove 40, to 55' Each 39 Mast Arm Reset $250.00 40 12X5 Signal Head Install 425.00 41 12X1 to 4 Signal Head Install 235.00 42 Pedestrian Signal Head Install 180.00 43 Signal Head Remove 105.00 44 Pedestrian Push Button Install 131.25 45 Pedestrian Push Button Remove 50.00 46 Pedestrian Instruction Sign Install 10.50 47 F/I Loop Detector L F 10.50 48 F/I Surface A Apply Loop Detector 6.50 49 Micro Loop I/O . Each 36 1.36 50 F/I single Pair Loop Lead -In L.F. 90.00 51 Pa Multi Pais Loup Lued.In 0493 52 F11 FftWetian ptwh Button Lead-h1 1.45 53 F/1 Telephone Interconnect Wire 1.25 54 F/I Multiconductor (19 Cond.) 1.50 55 F/I #8 Solid Bare cu.Grd.Wire 3.75 56 F/I Opticom Lead -In Wire 0:78 57 OPticom Sensor Install Each 1.50 58 Video Detector Areal Mount 150.00 59 Traffic signal LED Indication Install 285.00 60 F/I Video Detection Cable L.F.1.50 .F. 1.50 All other specifications, terms and conditions of the agreement retrain as originally written and accepted. City of Greeley R entative Date: jojt , - 9'0l W.L. Contractors Representative j-422-7985 Q 009 10063 00620 CITY OF GREELEY SPECIAL CONDITIONS: STANDARD SPECIFICATIONS FOR TRAFFIC SIGNAL MATERIALS AND INSTALLATION TABLE OF CONTENTS TS-1 GENERAL TS-2 DEFINITIONS TS-3 SCOPE OF WORK A. General B. Materials to be Furnished by the City C. Materials to be Furnished by the Contractor TS-4 CONTROL OF WORK A. General B. Traffic Control C. Equipment List and Drawings D. Cooperation between Contractors E. Coordination with Excel Energy Company TS-5 EXCAVATING AND BACKFILLING A. Excavating B. Backfilling C. Removing and Replacing Improvements TS-6 CONDUIT A. General B. PVC conduit C. Galvanized Rigid conduit D. Conduit Installation E. PVC conduit Installation F. Termination of conduit TS-7 CONCRETE FOUNDATIONS A. General B. Poles, Standards, and Pedestal Foundations C. Controller Foundations TS-8 LOOP DETECTOR INSTALLATION TS-9 CABLE AND CONDUCTORS A. General B. Wiring Installation TS-10 SERVICE SYSTEMS A. General B. Service Pole �4 TS-11 METHOD OF MEASUREMENT AND BASIS OF PAYMENT A. General B. Trenching, Backfilling, and Restore C. Trenching and Backfill Only (No Restoration) D. Bored or Pushed conduit (Furnish and Install) E. Conduit (Furnish and Install) F. Pull Box (Install) G. Pull Box (Remove) H. Pull Box (Reset) I. Water Valve Pull Box (Furnish and Install) J. Controller Foundation (Furnish and Install) K. Controller Foundation (Remove) L. Controller Step Pad (Furnish and Install) M. Controller (Install) N. Controller (Remove) 0. Controller (Reset) P. Mast Arm Pole or Combination Pole (Install) Q. Mast Arm Pole or Combination Pole (Remove) R. Pedestal Pole (Install) S. Pedestal Pole (Remove) T. Strain Pole (Furnish and Install) U. Strain Pole (Remove) V. Span Wire for Strain Pole (Furnish and Install) W. Mast Arm (Install) X. Mast Arm (Remove) Y. Mast Arm (Reset) Z. Traffic Signal Head (Install) AA. Traffic Signal Head (Remove) BB. Pedestrian Push-button Assembly (Install) CC. Pedestrian Push-button Assembly (Remove) DD. Pedestrian Instructional Sign (Install) EE. Saw cut Loop Detector (Furnish and Install) FF. Surface Applied Loop Detector (Furnish and Install) GG. Microloop Detector (Install) HH. Loop Detector Lead -In Wire, single pair (Furnish and Install) II. Loop Detector Lead -In Wire, Multi pair (furnish and Install) JJ. Pedestrian Push-button Lead -In Wire (Furnish and Install) KK. Telephone Interconnect Wire (Furnish and Install) LL. Multi conductor (Furnish and Install) MM. Opticom Sensor (Install) NN. Opticom Lead -In Wire (furnish and Install) 00. LED Signal Indication (Install) ii STANDARD SPECIFICATIONS FOR TRAFFIC SIGNAL MATERIALS AND INSTALLATION TS-1 GENERAL These specifications for the provision of traffic signal and lighting installations are intended to provide a set of minimum standards that shall be followed when work is done for the City of Greeley. These standards, plans, and any special provisions shall apply to all materials supplied, methods and procedures of work to be followed, and other general minimum requirements that shall be complied with before work is accepted by the City of Greeley. The City of Greeley has adopted the following as part of these standard specifications: Standard Specifications for Road and Bridge Construction (current edition), Colorado Department of Transportation, and all amendments and revisions pertaining thereto. Manual on Uniform Traffic Control Devices (current edition), Federal Highway Administration, and the Colorado Supplement thereto. Design Criteria and Standard Specifications (current edition), City of Greeley. The standard specifications outlined in this document are revisions and amendments to the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction. In situations where there is a conflict or question of interpretation, these specifications and any special provisions will prevail. These specifications, the plans, any special provisions, and all supplemental documents are essential parts of a contract and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for the complete work. In case of a discrepancy, figured dimensions shall govern over scaled dimensions; plans shall govern over standard specifications; and special provisions shall govern over plans and standard specifications. 1 TS-2 DEFINITIONS CITY The City of Greeley, Colorado. CONTRACTOR The person, partnership or corporation that has signed a contract to perform work for the City. CONTROLLER A complete electrical or solid state mechanism for controlling the operation of traffic control signals, including the timer cabinet, and all auxiliary apparatus mounted in the cabinet. DETECTOR, LOOP A loop of wire imbedded in the roadway capable of actuating a detection unit when a vehicle passes within its magnetic field. DETECTOR, MAGNETOMETER A detector installed in the roadway capable of detecting a vehicle by measuring the difference in the level of the earth's magnetic forces by the presence or passage of a vehicle near its sensor. DETECTOR, MICROLOOP A sealed probe buried beneath the roadway surface capable of actuating a detection unit when a vehicle passes within its magnetic field. CITY ENGINEER The City Engineer or his duly authorized representative. GRC Galvanized rigid conduit. INSTALLATION, THE The work completed, in place, and in operation. LENS A part of the optical unit that redirects the light coming from the reflector. It may be referred to as the redirecting cover glass or roundel. 2 SECTION 00210 NOTICE OF AWARD DATE: May 4, 2001 TO: W.L. Contractors, Inc Attn: Toni Ann Winkler 6435 W. 55 h Ave Arvada, Co 80002 Ref: TRAFFIC SIGNAL MATERIALS AND INSTALLATION Dear Contractor: The City of Greeley, Colorado (hereinafter called "the Owner") has considered the bids submitted for referenced work in response to its Invitation for Bids. You are hereby notified that your bid has been accepted for items and prices stated in the Bid Schedule located in Section 00620 to total approximately $93,815.42. You are required to execute the Contract Agreement and provide the Performance and Payment Bonds within fifteen (15) days from the date of this Notice. If you fail to execute said Contract Agreement and furnish the necessary insurance certificates and bond within the time allotted from this date, the Owner will be entitled to consider your rights arising out of the Owner's acceptance of your bid as abandoned and to demand payment of bid guaranty as damages. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award and enclosures to the Engineer. Title: Purchasing Manager ATTEST: Title: Senior Buyer ACKNOWLEDGMENT: Receipt of the foregoing Notice of Award accompanied with a Performance and Payment Bond form d six (6) copies of the Contract Documents is hereby acknowledged this l day of C( 12001, :.._ rfi�� PVC - (POLYVINYL CHLORIDE) A strong, tough plastic based on resins made by the polymerization of Vinyl Chloride or copolymerization of Vinyl Chloride with minor amounts (not over 50 percent) of other unsaturated compounds, which is then fashioned into sheets, tubing pipe, conduit, containers, insulation, etc. PEDESTRIAN PUSH-BUTTON ASSEMBLY An assembly consisting of actuation button, switch, housing or frame, and directional sign. PHASE A part of the total time cycle allocated to any traffic movements receiving the right-of-way simultaneously during one or more intervals. SIGNAL HEAD An assembly containing one or more signal faces which may be designated accordingly as one-way, two-way, three-way, four-way, etc. (a) Signal Section - An assembly containing a reflector, receptacle, lens, and door with the necessary enclosure and supporting parts; to be used with a light source for providing a single signal indication, which may be RED, YELLOW, GREEN OR ARROW, as necessary. (b) Signal Face - An assembly containing from one to five complete signal sections (normally red -yellow -green or arrows). SIGNAL INDICATION The illumination of a traffic signal lens or equivalent device or of a combination of several lenses or equivalent devices at the same time. SUPERINTENDENT The City Traffic Superintendent or his duly authorized representative. TRAFFIC SIGNAL A power -operated traffic control device, not a sign, by which traffic is warned or is directed to take some specific action. 3 TS-3 SCOPE OF WORK A. General The work shall consist of the installation of materials and equipment to form complete and operational traffic signal and lighting installations at various locations in the City. The installations shall be complete with all necessary accessories for proper operation. The disconnect devices, protective devices, and all other equipment shall be thoroughly coordinated to secure accordance with these specifications. Traffic signal and lighting plans indicate the extent and general arrangement of the installation. If any departures from the plans are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted immediately to the Superintendent for approval. No such departures shall be made prior to the written approval of the Superintendent. Location of materials and equipment shall be as shown on the plans or as directed by the Superintendent. All work within controller cabinets shall be done by a certified IMSA Level II Signal Electrician. The successful bidder shall provide a list of qualified employees to the Superintendent. Loop detector repair and maintenance shall begin a maximum of 48 hours after a verbal Notice to Proceed is given by the City. B. Materials to be Furnished by the Citv The following items will be furnished by the City. Mast arms and mast arm attachment bolts. Signal heads, lamps, signal head mounting brackets, nipples, lock nuts, washers, banding blocks, and all other mounting hardware. Banding materials shall not be provided by the City. Controllers, controller cabinets, anchor bolts. Pedestrian push button assemblies, and instructional signs. Pull boxes, except Water Valve type Pedestal poles and anchor bolts. 9 Materials will be furnished in a good and usable condition to the Contractor at the Municipal Service..Center, 1300 "A" St. Greeley, Co. Any materials not used on the job shall be returned to the City at the Municipal Service Center in a good and usable condition. C. Materials to be Furnished by the Contractor Materials except those listed above under "Materials to be Furnished by the City" shall be supplied by the Contractor. Unless otherwise indicated on the plans, specified in the special provisions, or directed by the Superintendent, all materials shall be new. Where existing installations are to be modified, existing material shall be incorporated into the revised system, salvaged, or abandoned, as indicated on the plans, specified in the special provisions, or as directed by the Superintendent. TS-4 CONTROL OF WORK A. General Work shall not be performed in the roadway before 8:00 a.m. or after 4:00 p.m., unless permission is granted by the Superintendent. The Contractor shall notify property owners, and give them sufficient time to move their vehicles, before a driveway is blocked. Electrical equipment shall conform to the standards of the National Electrical Manufacturers Association. Material and work shall conform to the applicable requirements of the National Electrical Code and any local ordinance which may apply. H. Traffic Control When the Contractor's operations create a condition hazardous to traffic or the public, the Contractor shall take the necessary precautions and provide adequate means to protect those who pass through or over the work, at no expense to the City. The City of Greeley has an agreement with Northern Colorado Traffic Control, 1712 First Avenue, Greeley, Colorado, 970-356-6881, to provide traffic control services. If you are interested in using them, they will perform the service at the rates covered by the agreement. If the Contractor shall appear to be negligent in providing such warning or protective measures, the Superintendent. May direct attention to the existence of a hazard, and any measures 9 required to protect the public shall be installed by the Contractor at no expense to the City. Traffic control plans shall be submitted to the Superintendent for approval before work in the public right of way may begin. Signal turn-on/turn-off and flashing entry/exit shall be done only at the on -site direction of the Superintendent. C. Ecuipment List and Drawings If the Contractor is supplying equipment to the project, he shall submit to the Superintendent for approval, within five days following notification of work to perform, a list of equipment and material which he proposes to install. The list shall include all materials which are identified on the plans or in the specifications by the performance characteristics, or by other means when it is necessary or customary in the trade. The list shall be complete as to name of manufacturer, size, and catalog number of unit, and shall be supplemented by such other data as may be required, including detailed scale drawings and wiring diagrams of any non-standard or special equipment and of any proposed deviation from the plans. If requested to do so, the Contractor shall submit for approval sample articles of the materials proposed for use. The above data shall be submitted to the Superintendent (in as many copies or complete sets as required by the Superintendent) for checking, correction, and approval. Upon completion of checking, correction, or approval, the Superintendent will submit a letter of transmittal to the Contractor indicating acceptance or rejection of, or changes required for acceptance of, the above data. D. Cooperation between Contractors Street construction within the limits of the work may be under way by other Contractors during the period of the contract. The Contractor shall cooperate with any other Contractor under contract to the City or working under a utility agreement with the City. Coordination of work zone traffic control will be done by the city. E. Coordination with Excel Enercv Company Excel Energy Company of Colorado crews will be installing street light fixtures in conjunction with the Contractor's work. Excel Energy Company may be installing street lighting conduits in the same trenches as the traffic signal conduits. The Contractor shall coordinate his work with Excel Energy Company. All final service C line connections shall be coordinated by the City and shall be made by Excel Energy Company. TS-5 EXCAVATING AND BACKFILLING A. Excavating Blasting shall not be done within City limits. When trenching, the trench shall be dug only as far in advance of the conduit as permitted by the Superintendent. The trench bottom, regardless of whether it is existing, imported, or recompacted material, shall be shaped to provide a uniform and continuous bearing support for the conduit on solid and undisturbed material at every point between couplings. Couplings shall be provided for pipe. Excavations for conduit shall be two inches wider than the outside diameter of the conduit. Pipe shall not be installed in the trench until the subgrade preparation meets the above specifications, as determined by the Superintendent. Surplus excavated material shall be removed and disposed of immediately by the Contractor. After each excavation is complete, the Contractor shall notify the Superintendent and under no circumstances shall any conduit or material be covered without inspection and approval. B. Backfilling Excavation in trenches shall be backfilled to the original ground surface or to such grades as specified or shown on the drawings. Backfilling shall begin as soon as practical after the pipe has been placed and shall be carried on as rapidly as is consistent with construction in the open trench work area. Complete cleanup shall proceed directly behind the backfilling to facilitate the return to normal conditions. The Contractor shall have sufficient equipment on the job at -all times to assure timely backfilling and cleanup. Backfilling and compacting shall be done as thoroughly as possible to prevent after -settlement. Depositing of the backfill shall be done so the impact of falling material will not damage the conduit. Grading over and around the work shall be done as directed by the Superintendent. 7 Backfilling of the conduit trenches shall be done by placing aggregate base course material CDOT Specification, Class 6, tamping in lifts of not more than six inches, to the bottom surface of the structural roadway material. The remaining portion of the excavation shall be backfilled with the same type of material used to construct the existing roadway surface. Use of non -shrinking backfill material as outlined in City of Greeley Standards may be substituted for above. When the trench excavation is within the right-of-ways of State or County highways, the backfilling of the trench, compaction of materials, sub -grade preparation, and surfacing shall be done in strict accordance with the requirements and specifications of the State or County Highway Department. Unless otherwise specified, this work shall be considered incidental to other portions of the contract. The Contractor shall blade and compact the roadway after the trench has been backfilled, so it shall be passable to traffic at all times. The Contractor shall maintain the roadway in a condition acceptable to the Superintendent until final acceptance of the entire work by the City. The Contractor shall remedy at no cost to the City any defects that appear in the backfill following completion and during the guarantee period. C. Removing and Replacing Improvements When a part of a square or slab of existing concrete sidewalk is broken or damaged, the entire square or slab shall be removed and the sidewalk reconstructed as specified above. The outline of areas to be removed in Portland Cement concrete shall be outlined and shall be cut to a minimum depth of 1 %" with an abrasive -type saw prior to removing the material. Cut for the remainder of the required depth may be made by any method satisfactory to. the Engineer. Saw cuts shall be neat and true with no shattering or chipping of concrete adjacent to or outside of the removal area. Cuts in existing bituminous pavement shall be saw cut or cut with a sharp -edged wheel roller. Removed bituminous and concrete materials shall be hauled from the site and disposed of by and at the expense of the Contractor, at a suitable disposal site provided by the Contractor. Trenches in the roadway shall be patched within five calendar days. 8 The Contractor shall be responsible for maintaining trenches on a daily basis until the final patch is -in place. In the event the Contractor cannot comply within the allotted time frame, the City may employ a secondary contractor to install the necessary patch, and back charge the original Contractor for patch installation. TS-6 CONDUIT A. General Conductors shall be run in conduit except when run in metal poles. A nylon pull line shall be left in each conduit run for future pulling of wires. Conduit shall be rigid PVC or galvanized rigid steel conforming to the plans, standard specifications, and/or the special provisions. Electrical conduits running to the control cabinet shall enter from the bottom of the cabinet unless otherwise noted on the plans. Conduit runs shown on the plans are tentative as to routing and may be changed as directed by the Superintendent to avoid underground obstructions. In the event of any change from the location shown on the plans, accurate records shall be kept for as -built drawings, and necessary details submitted to the Superintendent before final payment is made. B. PVC conduit PVC conduit shall be manufactured of high -impact PVC, and shall conform to industry standards and commercial standards No. CS-207-60. Each length of PVC conduit and back of the various PVC fittings (expansion joints, couplings, adapter, etc.) shall bear the label of Underwriter's Laboratories, Inc. The conduit shall be of the size or sizes shown on the plans or indicated in the special provisions. All PVC conduit shall be schedule 80. PVC conduit shall be used only for underground installations. Conduit used above ground shall be GRC. A bare #8 AWG copper conductor shall run continuously in all PVC conduit used for traffic signal circuits. This bare wire is used for bonding and grounding purposes. A nylon pull line of not less than 500 lb. tensile strength shall run continuously in all conduits. Bare copper conductor and nylon pull line shall be supplied by the Contractor and shall be incidental to conduit installation. 0 C. Galvanized Rigid conduit Conduit and fittings shall be galvanized rigid steel and shall be uniformly and adequately zinc -coated by the hot -dipped process conforming to ASTM Designation A153. Joints shall be set up tight with squared ends. Fastenings shall be secured and of a type appropriate in design and dimensions for the particular application. Couplings, connectors, and fittings shall be approved types specifically designed and manufactured for the purpose. Fittings shall be installed to provide a good electrical grounding throughout the conduit system. Neither the interior nor the exterior of a six inch sample cut from the center of a standard length of conduit, when tested in accordance with the applicable portion of ASTM Designation A239, shall show a fixed deposit of copper after four one -minute immersions in the standard copper sulphate solution. The interior of the rigid conduit shall have a galvanized coating. Each length shall bear the label of Underwriters' Laboratories, Inc., and shall conform to appropriate articles of the electrical code. D. Conduit Installation Conduit under railroad tracks shall not be less than 42 inches below the bottom of the tie or as specified by railroad code. It shall be the responsibility of the Contractor to obtain clearance from the railroad before any work is done within the railroad right-of-way. The minimum size of conduit to be used will be shown on the plans or as required on the wire layout sheets. conduit smaller than 3/4-inch electrical trade size shall not be used, unless otherwise specified, except that grounding jumpers at service points may be enclosed in %-inch conduit. Conduit installed for future use shall terminate in a pull box, and each conduit end shall also be capped. E. PVC conduit Installation In bending PVC conduit, the following methods may be used. 1. A water bending process may be used consisting of a water -filled steel pipe four feet long, heated to the temperature that will render the PVC conduit pliable in approximately 30 seconds after insertion in the pipe. The conduit may then be bent to the desired angle and held in an appropriate jig for a cooling period of approximately 20 seconds. 2. The Contractor may use other methods of bending PVC conduit if the preceding method is found unsuitable because of climactic conditions, but only after demonstrating the proposed method to the Superintendent and receiving his approval. 10 Bends in PVC conduit shall be made and conform to all appropriate sections of the National Electrical,Code or local codes governing bending radius, and number of bends allowed as applicable for rigid conduit. Conduit bends, except factory bends, shall have a radius of not less than six times the inside diameter of the conduit. When factory bends are not used, conduit shall be bent without crimping or flattening using the longest radius practicable. F. Termination of conduit Galvanized rigid conduit terminations shall be fitted with insulating bushings to prevent chafing of wire on exposed edges. Threaded ends shall be protected with approved insulated metal ground bushings or insulated bushing material, and sealed by duct seal. TS-7 CONCRETE FOUNDATIONS A. General Foundations shall be concrete conforming to City of Greeley Class "B" mix requirements. After pouring the concrete, the anchor bolts shall be raised and lowered individually to eliminate any air pockets, and to allow proper alignment of the anchor bolts in the concrete prior to the setting of the concrete. If any deviations in the pouring of foundations are proposed by the Contractor, the deviations shall be approved by the City Engineer prior to pouring of the concrete. B. Poles, Standards, and Pedestal Foundations Poles, standards, and pedestals shall not be erected until the foundation concrete has set at least seven days. Foundations for high -strain poles shall set a minimum of ten days. Equipment shall be plumbed or raked as required and directed by the Superintendent. Foundations for poles shall normally be flush -top and shall be located as shown on the plans or as directed by the Superintendent. The maximum distance behind the curb for pole locations is desired. In locations where the roadway is not curbed, the top of the foundations shall be six inches plus or minus one quarter inch above the grade of the edge of the pavement. Where foundations are 11 located in the sidewalk, the foundation shall be two inches above the surface of the sidewalk. Expansion material shall be placed between the foundation and the sidewalk, with the top of the expansion material level with the sidewalk surface. The provisions in the above paragraph are general descriptions for normal roadway conditions. In certain cases, special foundation requirements may be indicated on the plans or required by the City Engineer. For example: where heavy excavations, embankments, sloping (rip -rap) areas near the roadway, or unusual soil conditions are encountered. C. Controller Foundations Controller foundations shall be concrete conforming to City of Greeley Class "B" mix requirements. Foundations for traffic signal controller cabinets, when located in sidewalks, shall rise above the sidewalk surface as shown on the plans. The foundation shall be caulked with an ,asphalt caulk or "Rubberneck" sealant prior to placing the cabinet on the foundation. TS-8 LOOP DETECTOR INSTALLATION The saw cut angle shall be no less than 135 degrees, measured at the inside of the loop. Corners may be drilled with a 1 V core drill. Saw cuts shall be 5/16" wide and a minimum of 2 W" deep. A 500 VDC meager shall be used to confirm insulation resistance of no less than 100 megohms prior to sealing the slots. The sealant shall be at least one inch thick above the top conductor in the saw cut. Each loop end shall be identified with tape rings, to indicate wire numbers 1 through 4. Each detector cable shall be clearly labeled in the controller cabinet, pull box and signal pole base, identifying phase relationship and approach leg, in accordance with the color coding described in these specifications. 14 gauge stranded IMSA 51-5 wire shall be used for loop detectors. Loop sealant shall be of a type approved by the Superintendent. 12 SECTION 00310 CONTRACT THIS AGREEMENT made and entered into this 4"' day of May, 2001, by and between the City of Greeley, Colorado, and under the laws of the state of Colorado, party of the first part, termed in the Contract Documents as the "Owner" and W. L. Contractors Inc. parry of the second part, termed in the Contract Documents as "Contractor". WITNESSETH: In consideration of monetary compensation to be paid by the Owner to the Contractor at the time and in the manner hereinafter provided, the said Contractor has agreed, and does hereby agree, to furnish all labor, tools, equipment and material and to pay for all such items and to construct in every detail, to wit: Ref: TRAFFIC SIGNAL MATERIALS AND INSTALLATION for items and prices stated in the Bid Schedule located in Section 00620 to total approximately $93,815.42. all to the satisfaction and under the general supervision of the City Engineer for the City of Greeley, Colorado. The Contract Documents consist of this Agreement, the Conditions of the Contract (General, Supplementary and other Conditions), the Drawings, the Specifications, all Addenda issued prior to and all Modifications issued after execution of this Agreement. These form the Contract, and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Engineer named herein shall interpret and construe the Contract. Documents, reconciling any apparent or alleged conflicts and inconsistencies therein; and all of the work and all details thereof shall be subject to the approval and determination of the Engineer as to whether or not the work is in accordance with Contract Documents. Said Engineer shall be the final arbiter and shall determine any and all questions that may arise concerning the Contract Documents, the performance of the work, the workmanship, quality of materials and the acceptability of the completed project. The decision of the Engineer on all questions shall be final, conclusive and binding. AND FOR SAID CONSIDERATION IT IS FURTHER PARTICULARLY AGREED BETWEEN THE PARTIES TO THIS AGREEMENT. 1. That construction and installation of the above enumerated work for the Owner shall be completed and ready for use in accordance with the time of completion described in the Proposal form of this Contract. That the above enumerated work shall begin within ten (10) days of the official "Notice to Proceed". (Contract shall become void if work is not started at specified time.) 18" to 24" of slack shall be provided in the pull box for each wire end, and for the continuous unspliced loop of wire made by extending wire #2 and #3 into the pull box. Loop splices shall be sealed with 3M DBY splice kits. Multiple loops per phase shall always be wired in series. TS-9 CABLE AND CONDUCTORS A. General Cable and conductors shall be furnished by the Contractor, and conform to the applicable I.M.S.A. Specifications and to these specifications. Multi conductor cable shall be copper and conform to IMSA Specification 19-1. The individual conductors in Multi conductor cable shall be 14 gauge stranded copper wire. Detector "Home Run" or lead-in cable and pedestrian push-button lead-in cable shall be IMSA 50-2, #16 stranded, and shall have polyethylene outer insulation. Multiple twisted pair cable may be used as detector "Home Run" cable, and each pair shall be individually twisted and shielded #16 stranded conductors, shall have polyethylene outer insulation, and shall conform to IMSA Specification 50-2. The outer insulation of each pair shall be colored white/black, red/black, and green black or numbered one (1), two (2), and three (3). Opticom emergency priority equipment shall be wired with 3M cable designed specifically for this type of equipment. B. Wiring Installation Separate conduits for low voltage and high voltage conductors shall be provided in all signal installations. High voltage conductors shall be run in conduits separate from low voltage actuation lead-ins and telephone interconnect. Separate Multi conductor cables shall be provided for each signal phase. Each mast arm mounted signal face shall be wired separately back to the pole base. The signal face farthest from the pole shall always be wired to accept a five -section signal face, whether that face is installed or not. 13 Unused conductors in each cable shall be folded back on the cable and securely taped. Telephone interconnect, loop detector lead-in, and Opticom lead-in cables shall not be spliced. Connections to signal heads, pushbuttons, and traffic controllers shall be secured to the screw type terminals in the traffic signal heads, pedestrian pushbuttons, and the traffic controller. The connectors shall be of the spade tongue type and shall be affixed to the conductors using a tool designed specifically for the connection of the connectors to the conductors. Sheath for detectors shall not be grounded. The wiring for each mast arm mounted signal head shall be taped with the appropriate number of bands, color coded by direction, to indicate signal head number, with the head closest to the pole being number one. Color coding for individual conductors shall be as follows: CONDUCTOR COLOR INDICATION TAPE COLOR Northbound Through Vehicles: Green Green Red Orange Yellow Red Red Red Red Northbound Left Turns: Green Green Arrow Red + White Orange Yellow Arrow Red + White Red Red Arrow Red + White Northbound Right Turns: Green Green Arrow Red + Gray Orange Yellow Arrow Red + Gray Red Red Arrow Red + Gray Northbound Pedestrians: Blue Walk Red + Yellow Black Don't Walk Red + Yellow Southbound Through Vehicles: Green Green Green Orange Yellow Green Red Red Green 14 Southbound Left Turns: Green Green Arrow Green + White Orange Yellow Arrow Green + White Red Red Arrow Green + White Southbound Right Turns: Green Green Arrow Green + Gray Orange Yellow Arrow Green + Gray Red Red Arrow Green + Gray Southbound Pedestrians: Blue Walk Green + Yellow Black Don't Walk Green + Yellow Eastbound Through Vehicles: Green Green Orange Orange Yellow Orange Red Red Orange Eastbound Left Turns: Green Green Arrow Orange + White Orange Yellow Arrow Orange + White Red Red Arrow Orange + White Eastbound Right Turns: Green Green Arrow Orange + Gray Orange Yellow Arrow Orange + Gray Red Red Arrow Orange + Gray Eastbound Pedestrians: Blue Walk Black Don't Walk Westbound Through Vehicles: Green Green Orange Yellow Red Red Orange + Yellow Orange + Yellow Blue Blue Blue Westbound Left Turns: Green Green Arrow Blue + White Orange Yellow Arrow Blue + White Red Red Arrow Blue + White 15 Westbound Right Turns: Green Green Arrow. Blue + Gray Orange Yellow Arrow Blue + Gray Red Red Arrow Blue + Gray Westbound Pedestrians: Blue Walk Blue + Yellow Black Don't Walk Blue + Yellow Other: White Common Signal White/Black Unused or Common Ped Telephone interconnect shall be color coded Brown. Opticom lead-in shall be color coded Purple. The Contractor shall install two -conductor six gauge wire from the controller to the service connection pull box or service pole, leaving three extra feet of wire in the pull box. TS-10 SERVICE SYSTEMS A. General Service points shown on the plans are approximate only. The exact location will be determined in the field by the Contractor, the Superintendent, and Excel Energy Company. The electrical service connections will be made by Excel Energy Company. The City shall be responsible for coordinating the service connection with Excel Energy Company. B. Service Pole Conduit shall be strapped to the pole with rigid two -hole straps with #8 or #9 1%11 wood screws, or as shown on the plans. Plumber's tape, wire nails, or other means of fastening conduit shall not be used. In locations where it is necessary, condulets, covers, and gaskets shall be furnished and installed by the Contractor. Conduit used in the service installation above ground shall be GRC of the size specified on the plans or special provisions. In areas where the GRC is coupled to PVC conduit used for the underground portion of the service run, the joining of the two conduits shall take place two inches to ten inches underground. The conduit shall be securely bonded to the service pole when in deemed necessary by the Superintendent, and shall also be bonded in a like manner to the service pole ground system. TS-11 METHOD OF MEASUREMENT AND BASIS OF PAYMENT A. General Separate Purchase Orders may be issued for individual work projects. All invoices by the Contractor for work done shall be itemized by work item and location, and shall reference the applicable Purchase order. Items listed as Furnish and Install shall mean that the Contractor shall furnish and install the item, and shall furnish all other materials, equipment, and labor to complete the item. Items listed as Install shall mean that the Contractor shall install the item, which will be furnished by the City at a point designated by the Superintendent. The Contractor shall be responsible for making arrangements with the Superintendent twenty-four hours in advance to pick up the item. The Contractor shall furnish all other materials, equipment, and labor to complete the item. Items listed as Remove shall mean that the Contractor shall remove the item and return it to the City at the Municipal Service Center, 1300 "A" Street, exercising care not to damage or lose the removed item. The Contractor shall furnish all materials, equipment, and labor to complete the item. Items listed as Reset shall mean that the Contractor shall remove the item and install it in its relocated position. The Contractor shall furnish all other materials, equipment, and labor to complete the item. Items listed as Replace shall mean that the Contractor shall remove the existingitem and return it to the City at the Municipal Service Center, 1300 "A" Street, exercising care not to damage or lose the removed item. The Contractor shall install in its place a similar but different item, which will be furnished by the City at a point designated by the Superintendent. The Contractor shall be responsible for making arrangements with the Superintendent twenty-four hours in advance to pick up the replacement item. The Contractor shall furnish all other materials, equipment, and labor to complete the item. 17 B. Trench Backfill and Restore Trenching and backfilling will be paid for at the contract unit price per linear foot, measured from end point to end point. Price and payment shall include all materials, equipment, and labor to remove and dispose of spoils and improvements, furnish and install backfill material, and replace and restore removed improvements. C. Trench and Backfill Only No Restoration Trenching and backfilling will be paid for at the contract unit price per linear foot, measured from end point to end point. Price and payment shall include all materials, equipment, and labor to remove and dispose of spoils and improvements, and furnish and install backfill material. Restoration in this instance shall be coordinated and done by City crews, at City expense. D. Bored or Pushed Conduit (Furnish and Install Bored or pushed conduit will be paid for at the contract unit price per linear foot, measured from end point to end point. Price and payment shall include furnishing and installing conduit as shown on the plans or as directed by the Superintendent. E. Conduit (Furnish and Install) Conduit installation will be paid for at the contract unit prices per linear foot. Prices and payment shall include furnishing and installing as shown on the plans or as directed by the Superintendent. F. Pull Box (Install) Pull box installation will be paid for at the contract unit price per each. Price and payment shall include installation as shown on the plans or as directed by the Superintendent. Q. Pull Box (Remove) Pull box removals will be paid for at the contract unit price per each. Price and payment shall include removing the pull box, backfilling the hole, and restoring the surface. H. Pull Box (Reset) Pull box resets will be paid for at the contract unit price per each. Price and payment shall include removing the pull box, is adjusting the elevation, reinstalling the pull box, and restoring the surface. I. Water Valve Pull Box (Furnish and Install) Water valve pull box shall be of cast iron (body and cover), installations will be paid for at the contract unit price per each. Price and payment shall include installation as shown on the plans or as directed by the Superintendent. J. Controller Foundation (Furnish and Install) Controller foundations will be paid for at the contract unit price per each. Price and payment shall include forming the foundation, furnishing and placing the ground rod, placing the anchor bolts, and furnishing and pouring the concrete. K. Controller Foundation (Remove) Controller foundation removals will be paid for at the contract unit price per each. Price and payment shall include removing the foundation and step pad, backfilling the hole, and restoring the surface. L. Controller steo Pad (Furnish and Install Controller step pads will be paid for at the contract unit price per each. Price and payment shall include a 24" x 24" x 4" concrete pad. M. Controller (Install) Controller installations will be paid for at the contract unit price per each. Price and payment shall include mounting the controller on the base and making all connections to render the controller fully operable. N. Controller (Remove) Controller removals will be paid for at the contract unit price per each. Price and payment shall include removing the controller from its mounting, and removing all disconnect equipment at the service point. O. Controller (Reset) Controller resets will be paid for at the contract unit price per 19 each. Price and payment shall include removing the controller from its existing foundation, removing the existing foundation and step pad, backfilling the hole, restoring the surface, furnishing and installing a replacement foundation, installing the controller on the replacement foundation, and making all connections to render the reset controller fully operable. P. Mast Arm Pole or Combination Pole (Install) Mast arm pole or combination mast arm and street light pole installations will be paid for at the contract unit price per each. Price and payment shall include furnishing and installing either a precast or field -poured foundation in conformance with current City of Greeley Standards or Colorado Department of Transportation Standards, and installing the pole as shown on the plans. Q. Mast Arm Pole or Combination Pole (Remove) Combination pole or mast arm pole removals will be paid for at the contract unit price per each. Price and payment shall include the following: remove the pole from the foundation, completely remove the foundation, backfill the hole, and restore the surface. R. Pedestal Pole (Install) Pedestal pole installations will be paid for at the contract unit prices per each for each size listed. Prices and payment shall include furnishing and installing a concrete foundation with two 2- inch conduits, furnishing and installing the ground rod, and installing the pole as shown on the plans. S. Pedestal Pole (Remove) Pedestal pole removals will be paid for at the contract unit price per.each. Price and payment shall include removing the pole from the foundation, completely removing the foundation, backfilling the hole, and restoring the surface. T. Strain Pole (Furnish and Install) Strain pole installations will be paid for at the contract unit price per each. Price and payment shall include furnishing and installing either a precast or field -poured foundation in conformance with current Colorado Department of Transportation Standards, furnishing and installing the pole, and furnishing and installing stabilizing cable and all other materials to complete the installation. 20 V. Strain Pole (Remove Strain pole removals will be paid for at the contract unit price per each. Price and payment shall include removing all span wires, completely removing the strain pole from the ground without cutting, completely removing the concrete foundation from the pole and ground, backfilling the hole, and restoring the surface. V. Span Wire for Strain Pole (Furnish and Install) Span wire will be paid for at the contract unit price per linear foot. Price and payment shall include furnishing and installing span wire in conformance with current Colorado Department of Transportation Standards. W. Mast Arm (Install) Mast arm installations will be paid for at the contract unit prices per each for each size listed. Prices and payment shall include mounting each mast arm and any attached signage as shown on the plans. All signage shall be provided by the City, and shall be mounted in place by the contractor at the time the mast arm becomes operational. A nylon pull rope shall run continuously from the mast arm end signal head to the hand hole. W. Mast Arm (Remove) Mast arm removals will be paid for at the contract unit price per each. Price and payment shall include the removal of any existing signage. Y. Mast Arm (Reset Mast arm resets will be paid for at the contract unit price per each. Price and payment shall include making all connections to render the reset mast arm fully operable, and reattaching all signage. Z. Traffic Signal Head (Install Traffic signal head installations will be paid for at the contract unit price per each. Price and payment shall include assembling and attaching all mounting hardware, mounting the signal head as shown on the plans (including backplate), furnishing and installing the cable to the pole base hand hole, and all splices and connections to render the traffic signal head fully operable. AA. Traffic Signal Head (Remove) Traffic signal head removals will be paid for at the contract unit price per each. S8. Pedestrian Push-button Assembly (Install) Push-button assembly installations will be paid for at the contract unit price per each. Price and payment shall include mounting the push-button assembly and making all connections to render the push- button fully operable. CC. Pedestrian Push-button Assembly (Remove) Push-button assembly removals will be paid for at the contract unit price per each. DD. Pedestrian Instructional Sign (Install) Pedestrian instructional sign installation will be paid for at the contract unit price per each. Price and payment shall include the following: drill and tap holes for screws provided with the sign, and mount 9" x 12" sign, as shown on the plans. EE. Saw cut Loop Detector (Furnish and Install) Loop detectors will be paid for at the contract unit price per linear foot of Saw cut. Price and payment shall include the following: Saw cut the pavement, furnish and install the wire, and furnish and install a Saw cut sealant approved by the Supervisor. FF. Surface Applied Loon Detector (Furnish and Install Loop detectors will be paid for at the contract unit price per linear foot of loop design. Price and payment shall include furnishing all materials necessary to place, secure, and seal the wire. GG. Microloop Detector (Install) Microloop detector installation will be paid for at the contract unit price per each. Price and payment shall include drilling the installation hole, installing the Microloop, and sealing the hole. HH. Loon Detector Lead -In Wire One -Pair (Furnish and Install) 22 Contract Page 3 IN WITNESS WHEREOF, the parties have caused this instrument to be executed in three (3) original counterparts as of the day and year first above written. City of Greeley, Colorado Approved as to $ubst e C ager Reviewed as to Legal Form OFFICE OF THE CITY ATTORNEY By: I `r �ZkL City Attorney Certification of Contract Funds Availability �n Director of Fina L s W11V Purchasing Manager W. L, C,m hachrs�« Co ractor Title Loop detector lead-in wire will be paid for at the contract unit price per linear foot from the splice point nearest the detector to the controller. Price and payment shall include furnishing and installing the wire, furnishing and installing a 113M DBY" seal kit and connecting to the controller. II. Loop Detector Lead -In Wire Multi -Pair (Furnish and Install) Loop detector lead-in wire will be paid for at the contract unit price per linear foot from the splice point nearest the detector to the controller. Price and payment shall include furnishing and installing the wire, furnishing and installing a 113M DBY" splice kit and connecting to the controller. JJ. Pedestrian Push-button Lead -In Wire (Furnish and Install) Pedestrian push-button lead-in wire will be paid for at the contract unit price per linear foot, measured from the termination at the push-button assembly to the controller termination. Price and payment shall include making all connections to render the item fully operable. KK. Telephone Interconnect Wire (Furnish and Install) Telephone interconnect wire will be paid for at the contract unit price per linear foot. Price and payment shall include furnishing and installing the wire as shown on the plans or as directed by the Superintendent. LL. Multi conductor (Furnish and Install Multi conductor will be paid for at the contract unit price per linear foot, measured from the controller to the final handhole splice prior. (Multi conductor from the final handhole splice to the signal head is included in signal head installation unit pricing.) Price and payment shall include making all connections to render the item fully operable. MM. Opticom Sensor (Install) Opticom sensor installations will be paid for at the contract unit price per each. Price and payment shall include making all connections to render the item fully operable. 23 NN. 0 ticom Lead -In Wire (Furnish and Install) Opticom lead-in wire will be paid for at the contract unit price per linear foot. Price and payment shall include furnishing and installing the wire and making all terminations necessary to make the Opticom Sensor fully operable. All OPTICOM lead-in wire shall be continuous and unspliced. 00. LED Signal Indication (Install) LED signal indication will be paid per each. Price and payment incandescent lamp and reflector if LED assembly. for at the contract unit price shall include removing the necessary, and installing the NOTE: All quantities are approximate and will be spread over the three years of the agreement at the sole discretion of the City of Greeley. 24 SMALL PUBLIC WORKS TRAFFIC SIGNALS EQUIPMENT AND INSTALLATION AGREEMENT BID DATE: PROJECT: PROPOSAL SUBMITTED BY: BID NUMBER FBOl-04-228 Contractor Telephone Address CONTRACTOR'S PROPOSAL FORM TO: The Governing Body of the City of Greeley, Colorado The undersigned bidder does hereby declare and stipulate that this Proposal is made in good faith, without collusion or connection with any other person or persons bidding for the same work, and that it is made in pursuance of and subject to all the terms and conditions of the standard City of Greeley General Conditions of the Purchase Order, all of which have been examined by the undersigned. All proposals shall be submitted on this form. The City will select only one vendor in its final decision. The City reserves the right to reject any and all proposals and to waive any informalities or irregularities contained in the request for proposal. The following list of labor and material is the estimated amount of work which will occur in the agreement period. The City is planning, but will not guarantee, this amount of work during the contract period. This request is to establish unit prices. Vendors shall use this form in submitting their proposal and quote. Submit your firm unit and extended prices for the type of construction listed below. Mobilization and overhead shall not be priced and bid separately, but shall be included in each bid item P-1 as required. The City will not provide any area for material and equipment storage. The agreement will run from the signing date to December 31, 2001 and all pricing shall remain firm for that period. Either the City or the Vendor may call for a meeting to review the terms and conditions for the upcoming year thirty days prior to the anniversary date. If no meeting is called by either party, the agreement shall be automatically be renewed for the next year, culminating on December 31, 2004. Should the Vendor request an increase exceeding five per cent, the City retains the right to terminate the agreement and request new proposals from interested vendors. If any changes are agreed to, an addendum to this agreement will be issued and become a part of the agreement. This agreement may be cancelled with thirty days prior written notice of such cancellation by either party. Lim) QUOTE: ESTIMATED UNIT EXTENDED QUANTITY DESCRIPTION PRICE PRICE 700 LF Trench, Backfill, and Restore for electrical conduits under Asphalt $ $ 200 LF Trench, Backfill, and Restore for electrical conduits under Concrete $ $ 200 LF Trench, Backfill, and Restore for electrical conduits in Dirt $ $ 200 LF Trench, Backfill, and Restore for electrical conduits under Sod $ $ 200 LF Trench and Backfill, No Restoration for electrical conduits under Asphalt $ $ 200 LF Trench and Backfill, No Restoration for electrical conduits under Concrete $ $ 1100 LF Bored or Pushed conduit, 2" (Furnish and Install) $ $ 3100 LF Bored or Pushed conduit, 3" (Furnish and Install) $ $ 200 LF GRC: 2" (Furnish and Install) $ $ 2000 LF PVC conduit 2" (Furnish and Install) $ $ 4000 LF PVC conduit 3" (Furnish and Install) $ $ 32 EA Pull Box (Install) $ $ 10 EA Pull Box (Remove) $ $ 24 EA Water Valve Pull Box (Furnish and install) $ $ 7 EA Controller Foundation (Furnish Install) $ $ 2 EA Controller Foundation (Remove) $ $ P-3 14 EA Controller Step Pad (Furnish & Install) SUBTOTAL $ ESTIMATED QUANTITY DESCRIPTION 7 EA Controller (Install) 2 EA Controller (Remove) 2 EA Controller (Reset) 1 EA Mast Arm Pole or Combination Pole (Install) 1 EA Mast Arm Pole or Combination Pole (Remove) 4 EA Pedestal Pole (Install) 4 EA Pedestal Pole (Remove) 1 EA Strain Pole (Furnish and Install) 1 EA Strain Pole (Remove) 100 LF Span Wire for Strain Pole (Furnish and Install) 4 EA Mast Arm: 15 ft. - 29 ft. (.Install) 8 EA Mast Arm: 30 ft. - 39 ft. (Install) 8 EA Mast Arm: 40 ft. - 45 ft. (Install) 6 EA Mast Arm: 50 ft. - 55 ft. (Install) 2 EA Mast Arm: 60 ft. - 70 ft. (Install) 4 EA Mast Arm: 15 ft. - 29 ft. (Remove) 6 EA Mast Arm: 30 ft. - 39 ft. (Remove) 4 EA Mast Arm: 40 ft. - 55 ft. (Remove) UNIT EXTENDED PRICE PRICE 1 EA Mast Arm (Reset) 14 EA Traffic Signal Head: 5-Section (Install) SUBTOTAL ESTIMATED QUANTITY DESCRIPTION 100 EA Traffic Signal Head: 1 Section to 4 Section (Install) 100 EA Traffic Signal Head: 16" Pedestrian (Install) 104 EA Traffic Signal Head (Remove) 80 EA Pedestrian Push-button Assembly (Install) 60 EA Pedestrian Push-button Assembly (Remove) 80 EA Pedestrian Instructional Sign (Install) 5000 LF Saw cut Loop Detector (Furnish and Install) 5000 LF Surface Apply Loop Detector (Furnish and Install) 8 EA Microloop Detector (Install) 500 LF Loop Detector Lead -In Wire, single pair (Furnish and Install) 1000 LF Loop Detector Lead -In Wire, Multi Pair (Furnish and Install) 1000 LF Pedestrian Push-button Lead -In Wire (Furnish and Install) P-5 UNIT EXTENDED PRICE PRICE R ESTIMATED QUANTITY 1000 LF Telephone Interconnect Wire (Furnish UNIT EXTENDED PRICE PRICE and Install) $ $ 10000 LF Multi conductor (Furnish and Install) $ $ 2000 LF OPTICOM Lead -In Wire (Furnish and Install) $ $ 16 EA OPTICOM Sensor (Install) $ $ 250 EA Traffic Signal LED Indication (Install) $ $, SUBTOTAL $ TOTAL BID $ Note: All quantities are approximate and will be spread out over the three years of this agreement at the sole discretion of the City. E�7 GENERAL CONDITIONS OF THE. PURCHASE ORDER ARTICLE 1. DEFINITIONS PURCHASE ORDER - an enforceable contract in that it is written evidence of the purchaser's acceptance of the seller's previous and unretracted offer to perform the work subject of the purchase order for the price stated herein. WORK - the material and/or labor the seller is to furnish to the purchaser by operation of the purchase order. OWNER/PURCHASER - the City of Greeley, acting by and through the City Purchasing Agent or his designee. CONTRACTOR/SELLER - the sole proprietorship, partnership or corporation to which the purchase order is addressed and any person having the contract with the City or a using agent thereof. ARTICLE 2. INSPECTION OF WORK The inspector assigned to the work any other authorized representative of the OWNER shall at all times have access on the site of the work for the purpose of inspection. The contractor shall provide safe, convenient and proper facilities for such access and inspection. ARTICLE 3. SUPERINTENDENCE OF THE WORK The CONTRACTOR shall keep a competent and reliable superintendent on the job at all times that labor is being performed. The superintendent, in the contractor's absence from the site, shall stand in the stead of the contractor, and any authoritative directions given to the superintendent shall be as binding as if given to the contractor. ARTICLE 4. CHANGES IN THE WORK The OWNER, without invalidating the purchase order contract, may order extra work, or make any other reasonably related changes by altering, adding to or deducting from the work. The contract price and the time for completion of the work maybe adjusted accordingly by mutual agreement. ARTICLE 5. DEDUCTION FOR UNCORRECTED WORK If the OWNER deems inexpedient the correction of damaged work or of work not performed in accordance with the contract, the OWNER shall make an equitable reduction of the contract price. ARTICLE 6. INSURANCE The CONTRACTOR shall procure, at his own expense, and maintain for duration of any work, adequate insurance coverages. The CITY shall be issued certificates as an additional insured. The coverage shall include Standard Worker's Compensation and Employer's Liability coverage covering all employees engaged in performance of work at the OWNER'S place of business, in the amount required by State Statutes. The CONTRACTOR shall also maintain comprehensive General Public Liability and Property Damage Insurance in an amount acceptable to the OWNER. Evidence of all insurance coverage shall be submitted to the CITY upon demand in a form acceptable to the City of Greeley. ARTICLE 7. USE OF PREMISES The CONTRACTOR shall confine his apparatus, storage of materials, and operations of the workmen to such places and within such limits as to cause least inconvenience to the users of the site. ARTICLE 8. CLEANING UP The CONTRACTOR shall atall times observe good housekeeping practices and on completion of the work remove all tools, scaffolding and surplus materials from the premises and leave the area of his operations clean. ARTICLE 9. OWNER'S RIGHT TO TAKE OVER THE WORK If the CONTRACTOR should fail to prosecute the work properly and diligently or default in performance of any of the provision of the purchase order and its collateral documents, the OWNER, after seven days' written notice to the CONTRACTOR and his surety (if there is such) may, without prejudice to any other remedy the OWNER may have, dismiss the CONTRACTOR and complete the work and may deduct the cost from so doing from any unpaid balance of contract price due to become due the CONTRACTOR. If such cost of completing the work is in excess of the unpaid balance of the contract price, the CONTRACTOR shall reimburse the OWNER such excess, and the OWNER shall have a cause of action at law for the amount of such excess and all costs of prosecution of such action, including attorney's fees. ARTICLE 10. OWNER'S RIGHT TO SUSPEND CONTRACTOR'S PERFORMANCE For good and sufficient cause such as (a) unsuitable weather, (b) faulty workmanship, m improper superintendence, (d) contractor's failure to carry out any reasonable order or to perform any provision of the purchase order and collateral documents, or (e) any other circumstance unfavorable for prosecution of the work, the OWNER shall have the right to suspend the CONTRACTOR'S performance of the work. Notice of such suspension shall be in writing. The CONTRACTOR shall resume performance of the work promptly when so notified in writing.