Loading...
HomeMy WebLinkAboutBid Information and PacketsI I PROPOSAL I FOR I CITY OF CARMEL, INDIANA I I I I PROJECT I TRAFFIC SIGNAL MAINTENANCE 2010 I I I I I I I CARMEL, INDIANA TRAFFIC SIGNAL MAINTENANCE QUOTE PROPOSAL AND CONTRACT DOCUMENTS 2010 PLANS CERTIFIED BY: At. drit; No. 12855 _0. STATE OF 4 •�•,.., 111.. �.,,. Tilliam J. Eeh%ibach, P.E. Indiana Registration No. 12855 DATED December 9, 2009 A &F Engineering Co., LLC 8365 Keystone Crossing, Suite 201 Indianapolis, IN 46240 (317) 202 -0864 TRAFFIC SIGNAL MAINTENANCE CONTRACT TABLE OF CONTENTS Page Proposal 2 Itemized Unit Price Schedule 3 Scope of Work 5 Information and Instructions for Bidders 6 Special Provisions 11 Non - Collusion Affidavit 24 Contract 25 W: \SLS \ Camel \CARM EL2010 \CARMEL2010. doe PROPOSAL BOARD OF PUBLIC WORKS & SAFETY CARMEL, INDIANA Signal Construction, Inc. hereby tenders this quote to maintain all traffic signals in Carmel, Indiana, in accordance with the Special Provisions to furnish all necessary machinery, equipment, tools, labor and other means of construction and to furnish all materials specified in the manner and at the time prescribed under the supervision and direction of the Street Commissioner or an authorized representative for the unit prices quoted in the accompanying Itemized Proposal. Signal Construction, Inc has filled in the Itemized Proposal sheet with a unit price for each item listed, has executed the form of the contract filed herewith as a part of this proposal, which execution shall be regarded as the signing of the contract for the proposed work to be in full force and effect from the date of the signatures of the Board of Public Works & Safety. The undersigned has also executed the non - collusion affidavit filed herewith. 2 I I 1 i I I I I 1 1 1 1 I ITEMIZED UNIT PRICE SCHEDULE TRAFFIC SIGNAL MAINTENANCE CONTRACT CARMEL, INDIANA This contract will be awarded based on the sum of the first five (5) items as follows: Item # Description Estimated Quantit Unit Price Total 1 Emergency Response Maintenance 40 110.00 4,400.00 2 Scheduled Maintenance, Quarterly Inspections, Traffic Signals 188 100.00 18,800.00 3 Scheduled Maintenance, Annual Ins ections, Traffic Signals 47 215.00 10,105.00 4 Scheduled Maintenance, Quarterly Inspections — Flashers 8 50.00 400.00 5 Scheduled Maintenance, Annual Ins secti0ns — Flashers 2 110.00 220.00 Total $33,970.00 However, the Board reserves the right to reject any quote wherein any item(s) appear(s) to have been quoted at an inflated price. Item# Descri•tion Unit Unit Price 6 Anchor Bolt Repair Each 125.00 7 Install Sign Each 150.00 8 3C/ #8 Signal Cable LFT 3.00 9 3C/ #14 Signal Cable LFT 2.00 10 5C/ #14 Signal Cable LFT 2.25 11 7C/ #14 Signal Cable LFT 2.40 12 2C/ #16 Shielded Cable for Loops LFT 2.20 13 Loop Installation LFT 9.00 14 Tighten Span & Catenary and Tether Cable Each 175.00 15 Install Signal Head Each 165.00 16 Adjust Detector Housing to Grade Each 150.00 17 Installation of Detector Housing Each 750.00 18 Adjust Handhole to Grade Each 175.00 19 Cabinet Foundation Expansion Each 700.00 20 Install Tether Cable Each 350.00 21 Install or Replace Traffic Signal Controller Cabinet Each 600.00 22 Install Direct Bury Cable LFT 3.00 23 hrstall Traffic Signal Pole & Mast Arm Each 500.00 24 Install Traffic Signal Strain Pole Each 500.00 3 1 I 1 1 i 1 1 25 Pedestal Foundation, Type "A" Each 450.00 26 Controller Foundation, Type "M" Each 550.00 27 Controller Foundation, Type "P -1" Each 650.00 28 Signal Mast Arm Foundation, 2' -6 "x 2' -6" x 6' -0" Each 750.00 29 Signal Mast Arm Foundation, 3' -0 "x 3' -0" x 7' -0" Each 800.00 30 Steel Strain Pole Foundation, 3' -0" Dia x 12 " -0" Each 2,350.00 31 Install 2" Galvanized Steel Conduit LFT 22.00 32 Install 35' — 45' Class 2 Wood Pole, Down Guys, Anchor Each 900.00 33 Install New Handhole Each 800.00 34 Install or Replace Electrical Service Each 650.00 35 Install Disconnect Hanger Each 275.00 36 Install Span, Catenary & Tether w/ Fittings Each 1,100.00 37 Fiber Optic Interconnect Cable LFT 6.50 38 Flasher — Strobe Bulb Replacement Each 100.00 39 Install Pedestal Mounted Flasher Assembly Each 450.00 40 Install Pedestrian Push Button and Sign Each 75.00 41 Replace Traffic Signal Bulbs with Led's Per Each 22.00 42 Skilled Laborer Per Hour 80.00 43 Unskilled Laborer Per Hour 50.00 44 Boom Truck Per Hour 35.00 45 Aerial Truck Per Hour 35.00 46 Signal Maintenance Truck Per Hour 10.00 4 SCOPE OF WORK The work contemplated in this contract includes the following: The performance of "Emereencv Response Maintenance" on all traffic signals in Carmel, Indiana; The performance of "Scheduled Maintenance" on all traffic signals in Cannel, Indiana; The performance of "Non- Routine Maintenance" on any traffic signal installation in Cannel, Indiana; as defined and specified in other parts of this Contract Document. 5 INFORMATION AND INSTRUCTIONS FOR QUOTERS 1. Owner: The City of Carmel, Indiana, acting through its Board of Public Works & Safety hereinafter, throughout this document called the Owner. 2. Inspector: The Carmel Street Commissioner, acting directly or through a duly authorized assistant or other representative hereinafter, throughout this document called the Inspector. 3. Proposal: The proposal shall consist of the completed Proposal Form bound with the Specifications as furnished by the Owner and a signed non - collusion affidavit. All of these forms must be contained in a sealed envelope, which shall be properly marked on the outside to show the name of the quoter, name of the work being quoted upon, and the time when said quotes are scheduled to be opened. 4. Non- Collusion Affidavit: The affidavit of non- collusion must be made by the person, member of the firm, or authorized officer of the corporation making the proposal; and if made by a member of a firm or officer of a corporation, the affidavit must be made on behalf of said firm or corporation. 5. Signatures: Sheets in the Proposal Book requiring signatures, if signed by an individual, just give the name and address; if signed by a corporation or partnership just give the name and address of the firm, together with the name and position (such as President, Secretary, Co- partners, etc.) of the person signing. Filing Quote: All quotes must be filed with the Owner on or before the day and hour stated in another part of this Proposal Book. No proposal presented after this time will be accepted and permission will not be given to withdraw, modify, explain or correct any figure or signature or description in any such quote, certified check or affidavit. Opening: All proposals on file at the time scheduled for opening will be publicly opened and read; and they shall be available thereafter for inspection by any interested party. 6 8. Withdrawal of Proposal: No proposal may be withdrawn, altered, or qualified after the scheduled time for opening; and all proposals shall remain in effect for thirty (30) days unless set out otherwise in the advertising and the Notice to Quoters. Right to Reject Quotes: The Owner reserves the right to reject any or all quotes and to judge the character and sufficiency of any samples of materials submitted or materials quoted upon. 10. Award: The Owner will, without unnecessary delay and at the earliest possible time, make the award to the best quoter. 11. Forms. All forms required are bound in this book and are to be completed by each quoter and re- turned bound as received. A duplicate book is furnished for the quoters file. 12. Prices: Prices shall always be stated in figures. They shall be stated in words where requested. All prices must be so distinctly expressed that there can be no doubt as to the meaning thereof. Illegible figures shall be just cause for rejection of any proposal. 13. Unit or Lump Sum Prices: Quoters must divide their quote amount into the prices called for on the Proposal Form included in this document. 14. Estimated Quantities: The estimated quantities required to complete the work are intended to be true and correct but are not guaranteed. Insertion of new items in the form by the quoter may result in the proposal being declared a counter proposal and may result in it being rejected. 15. Qualifications: Persons, firms, or corporations submitting proposals shall be prepared to demonstrate to the satisfaction of the Engineer that they have the proper facilities, expert workpersons, necessary capital, and experience to execute the contract in a proper manner; otherwise their quote will not be considered. The quoter must have complied with the Pre - qualification Regulations of the Indiana Department of Transportation (INDOT). The quoter must have previously applied to INDOT for qualifications and received a Certificate of Qualifications before the time fixed for receiving quotes. Quotes filed by any person who has not been qualified according to the terms of the Pre - qualification Regulations will not be considered by the Owner. 7 16. Choice of Materials and Equipment: In cases where the specifications permit the choice of one material from a group of two or more satisfactory materials, the Inspector reserves the right to designate the material which shall be used, unless the quoter makes a designation of the material being quoted upon, when they submit their proposal. The same condition applies to equipment. 17. Payment: The payment for the service herein provided will be paid for based on the unit prices set forth in the Proposal Form, upon the receipt of a properly executed invoice and claim form. However, no more than one invoice per month may be submitted. 18. Acceptance of Proposals: No quote will be accepted or a contract awarded to any person, firm or corporation that is in arrears to the City upon any debt or contract; or who has failed to execute in whole or in part in a satisfactory manner, any contract with the Owner, or who is a defaulter as to surety or otherwise upon any obligation to the City. 19. Commencing Work: The work shall commence at the request of the Inspector and shall be completed and ready for final inspection as provided for in the Proposal. 20. Compliance with Provisions: All quotes failing to comply with the provisions set forth herein will be rejected by the Owner. 21. Nondiscrimination of Employees: The Contractor and his subcontractors, if any, shall not discriminate against any employee or applicant for employment, to be employed in the performance of this contract, with respect to his hire, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to the employment, because of his race, color, religion, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. 22. Wage Scale: The Contractor shall conform to the "General Prevailing Wage Scale ", currently in effect, as prepared by the Office of the Governor of the State of Indiana. 23. Completion Date: All work to be performed under this contract will be fully completed and ready for acceptance on or before the completion date(s) specified in the Proposal. 8 24. Insurance: The Contractor shall procure and maintain, until final payment by the Owner for the services covered by this contract, insurance of the kinds and in the amount hereinafter provided by insurance companies authorized to do such business in the State of Indiana covering all operations under this contract whether performed by the contractor or by a subcontractor. The Contractor will not be given a notice to proceed until the Contractor has furnished a certificate or certificates in a form satisfactory to the Owner, showing that this section has been complied with. During the life of this contract, the Contractor shall furnish the Owner with certificates showing that the required insurance coverage is maintained. Insurance certificates shall be sent to: Clerk Treasurer City of Carmel One Civic Square Carmel, IN 46032 The certificates shall provide that the policies shall not be changed or cancelled until ten (10) days written notice has been given to the Owner. In the event that such written notice of change or cancellation is given, the Owner may at its option terminate this contract and no further compensation shall in such case be made to the Contractor. The kinds and amounts of insurance required are as follows: A. Workman's Compensation Law A policy covering the obligations of the Contractor in accordance with the provisions of the Workman's Compensation Law. This contract shall be void and of not effect unless the contractor procures such policy and maintains it until acceptance of the work. B. Contractor's Comprehensive General Liability. I. A limit of not less than $600,000 for all damages arising out of bodily injury and /or property damages in any one occurrence with an aggregate limit for the contract of not less than $2,000,000 for the policy period; or 2. A limit of not less $500,000 for all damages arising out of bodily injury in any one occurrence, and A limit of not less than $100,000 for all damages arising out of property damage in any one occurrence with an aggregate limit for the contract of $300,000 during the policy period. C. Comprehensive Automobile Liability. 1. A limit of not less than $600,000 for all damages arising out of bodily injury and /or property damages in any one occurrence with an aggregate limit for the contract of not less than $2,000,000 or 9 A limit of not less $500,000 for all damages arising out of bodily injury for each person and a limit of not less than $500,000 for all damages arising out of bodily injury in any one occurrence, and A limit of not less than $100,000 for all damages arising out of property damage in any one occurrence. D. Basis of Payment. No direct payment will be made for insurance, as set out above. The cost thereof shall be included in the cost of the pay items. 25. Documents Included by Reference: The following documents are included by reference an are considered to be an integral part of this Proposal: A. Indiana Manual on Uniform Traffic Control Devices - (IMUTCD) Latest Revision. B. Indiana Department of Transportation (INDOT) - Standard Specifications — Latest Revision. C. Indiana Department of Transportation ( INDOT) - Supplemental Specifications - Latest Revision D. Indiana Department of Transportation (INDOT) - Metric Standard Drawings - Latest Revision. 10 SPECIAL PROVISIONS 1. Introduction: 2. The following Special Provisions are in addition to the INDOT Standard Specifications and the current IMUTCD and their subsequent revisions. Work will commence on January 1, 2010 and continue for a period of one (1) year. Owner's Rights and Reservations: The Owner reserves the right to enter at any time any signalized intersection covered under this contract, or any controller cabinet for the purpose of inspection, alteration or change to affect emergency repair, modification or the correct malfunctions. No change will be made to any traffic signal which will alter its design, phasing or function operation without the authorization from the Inspector. In the event that the Owner awards a separate contract to modernize, modify, rebuild or remove any signal installation covered under this contract, the Owner reserves the right to determine which Contractor will be responsible for Routine and Non- Routine Maintenance of the existing and /or temporary signal installation during the term of the modernization or modification contract. The Owner will not pay for travel time to and from any intersection. The cost incurred for travel time will be considered incidental and shall be included in the cost of the various items. Unless otherwise directed by the Inspector, it shall be the Contractor's responsibility to maintain existing signal equipment as long as it is in service, and to assume maintenance of new signals and equipment after they have been accepted by the Owner and after it is directed by the Inspector. These additions and deletions may be communicated verbally by the Owner. A follow up letter will be provided by the Owner within five (5) working days of the verbal order. 3. Maintenance of Traffic: Not withstanding prior practice, the provisions of this section shall apply to all work covered by this contract. Section 801 of INDOT Standard Specifications - Latest edition shall apply to the work performed under this contract. The Metric Standard Drawings shall also apply for appropriate situations. It is understood that unusual working conditions may not be addressed in any of the traffic control standards provided, or may require some modifi- cation of those standards. When such situations occur, the Contractor is required to provide to the Inspector, a proposal for the traffic control measures to be employed, for the Inspector's approval. If the Contractor finds it necessary to temporarily occupy any part of the shoulder or the traveled width of any pavement and restrict traffic, the Contractor shall provide, at his 11 own expense, all barricades, lights, flagmen, and such other protection of traffic as may be deemed necessary by the Inspector and as specified in Section 801, of INDOT Standard Specifications, Latest Edition. "Construction Warning Lights ", as specified for this contract, shall be in accordance with the applicable provisions of 801.12, except that Type II barricades , plastic drums or construction warning signs used only for maintaining traffic during daylight working hours will not require a "Type A" low intensity flashing warning light, as set out in 801.12. Whenever barricades, plastic drums or other channelization devices are used to divert traffic, the length of the taper (L) shall be determined by the use of a formula. The posted speed limit governs which formula from a choice of two (2) shall be used. A. Speed Limit 40 MPH or Less. The applicable formula shall be the length of the taper (L) shall be equal to the square of the speed limit (SxS) times the lateral distance the traffic is being moved (W) and then this product is divided by 60. L = (SxSxW) 60 B. Speed Limit 45 MPH or Greater. The applicable formula shall be the length of the taper (L) shall be the speed limit (S) times the lateral distance the traffic is being moved (W). L =SxW When used to close a travel lane, the spacing (C), in feet, of these devices shall be the same as the numerical value of the speed limit. When used to define the presence of a vehicle or workmen temporarily occupying the traveled road, without lane closure, (such as for intersection overhead work for a short duration) these devices shall be appropriately spaced to clearly outline the work area, and prevent vehicles from entering the area. It shall further be required to place a 48 inch "MEN WORKING AHEAD" sign just off the shoulder 700 to 800 feet ahead of each operation. These "MEN WORKING AHEAD" signs are to be removed from view when o work operations are being conducted. These specific requirements in no way relieve the Contractor of the requirements of Section 104.04, 107.08 and 107.12 of the Standard Specifications. Traffic control not addressed herein shall be governed by the Traffic Sign Detail Sheets. Extended road work is applied to any on the roadway work over thirty (30) minutes. Temporary repair activity and temporary repair work refers to work less than thirty (30) minutes. It should be noted that anytime aerial work is being performed which occupies any portion of the traveled roadway a minimum of at least one flagman is required. The traffic control detail sheets may indicate a requirement, or a recommendation, for two flagmen in some situations. 12 All equipment working on or near any traveled roadway shall be equipped with revolving amber waming lights. These warning lights shall be a minimum of eight (8) inches in diameter and clearly visible to approaching vehicles through all phases of the equipment operation for a minimum distance of 500 feet. Strobe warning lights may be used provided that they output two (2) million candlepower in daylight conditions and one (1) million candlepower in dark conditions. The Contractor is required to have some type of identification (i.e. name placards) affixed to all equipment so that police agencies and Owner personnel will recognize that the Contractor is performing traffic signal maintenance work. The longitudinal spacing of multiple construction signs, where needed, is typically 500 feet between signs. However, this distance may require some adjustments based upon location conditions. Any variation must be presented to, and approved by, the Inspector. Special traffic control needs may arise as a result of blacked -out traffic signals. Refer to the information under the section of Emergency Response Maintenance for the re- quirements of this contract. No direct payment will be made for maintenance of traffic as set above. The cost thereof shall be included in the cost of each individual pay item. 4. Emergency Response Maintenance (Bern #1): Emergency Response Maintenance shall be defined to include, regardless of the time of day, or the day of the year, the response to a reported or discovered malfunction of all traffic signals and flashers covered by this contract. This response shall occur within two (2) hours of notification or discovery of the malfunction. Response shall be defined as the arrival of a Traffic Signal Technician at the intersection who immediately upon arrival shall take appropriate corrective actions necessary to bring the intersection to a safe mode of operation. See section "Making Intersection Safe" for further details of this term. This contract requires the Contractor to have a Traffic Signal Technician available at all time to satisfy the two (2) hour emergency response maintenance requirement. After the intersection is secured, the Traffic Signal Technician shall then correct the malfunction if it is reasonably within his power to do so. This corrective action shall include, but is not limited to the following activities: A. Replacement of blown fuses or resetting of circuit breakers. B. Repair or replacement of the traffic signal controller. C. Repair or replacement of flasher controllers. D. Replacement of detector amplifiers. E. Replacement of traffic signal Lamps. 13 F. Replacement of load relays. G. Replacement of conflict monitors. H. Adjustment or modular component replacement of traffic signal controllers. I. Disconnection of traffic signal coordination equipment. J. Cabinet diagnosis of loop detection systems to identify deficient components. Logging of back panel and cabinet equipment status for the purpose of malfunction diagnosis. The Contractor shall provide a telephone number for a 24 hour answering service /dispatcher and two (2) telephone numbers of maintenance personnel that can be reached in case of answering service failure. In the event a trouble call is received for a location which is not covered in this contract, the Contractor's dispatcher is to record the following information: A. Name of person calling. B. Phone number of person calling. C. Location of traffic signal trouble. D. Time trouble call is received. E. Exact complaint. This information is to be forwarded to Carmel police dispatcher. In the event of a power outage the Contractor is required to make the intersection safe. The Traffic Signal Technician may leave the site provided he disables the energy source to prevent the signal from initializing and after making arrangements for stop signs to be erected. Stop signs shall be placed at approaches according to their preferentially. Preferentially is shown on each signal drawing found in the controller cabinet of each signalized intersection. The stop signs shall comply with the IMUTCD manual for size and placement. These signs shall be at least 30 inches. The Traffic Signal Technician shall also make provisions with the appropriate utility company to be informed when power is restored. He shall also check with the utility hourly to confirm the status of the power source. The Contractor shall restore the traffic signal(s) to normal operation within one (1) hour of notification that the power is restored. Payment for Emergency Response Maintenance will be made as follows: "Emergency Response Maintenance" shall be paid for at a flat rate per response for each intersection as listed in the "Location Information" section. The flat rate per response shall include all labor and equipment used in carrying out 14 "Emergency Response Maintenance ". However, should there be an "Emergency Response" call to replace a traffic signal bulb that has burned out within six (6) months after the annual replacement of all traffic signal bulbs, there will be no payment for the "Emergency Response" call. An authorized Owner's representative may inspect any or all traffic signal installations associated with this contract and recommend either full payment for proper completion of Emergency Response Maintenance or a deduction for unfulfilled Emergency Response. Payment shall be made after presentation of a monthly invoice. The monthly invoice shall reflect the number of intersections billed and the unit price. The Contractor will supply the Owner with monthly dispatcher and answering service logs to be submitted along with the monthly invoice. The cost for this service will be included in the cost of the Emergency Response Maintenance items. 5. Scheduled Maintenance: Scheduled Maintenance shall be performed by a Traffic Signal Technician on a routine scheduled basis upon all existing traffic signals in Carmel, Indiana, and any others which may be installed or taken over by the City during the effective period of this contract. A. Quarterly Inspections - Signals (Item #2). The Contractor shall patrol and inspect all traffic signals once each three (3) months and replace burned out LEDs, all damaged visors, lenses, sockets and reflectors regardless of the cause. The Contractor shall keep all pedestals, mast arms and poles, strain poles, controller housings, and all other associated equipment in proper alignment and adjustment. All bolts shall be kept tight at all times. All span mounted signals shall be kept at the proper clearance height above the pavement. The Contractor shall keep the traffic signal hand holes and covers clean and free of dirt and other debris. The Contractor shall check, test and service all of the traffic signal controllers, relays, detector mechanisms, pre - emptor and all auxiliary controller equipment. The Contractor shall insure that each component is functioning properly and performing with the maximum efficiency for which said components were designed. All necessary repairs and replacements shall be performed. The Contractor shall maintain proper timing and dial settings of the traffic signal controller equipment, detector relays and amplifiers. The Contractor shall keep the interior of the controller housing clean and neat and in a workman -like condition at all times. The Contractor shall replace or repair minor items that have been found to be either missing, broken, or inoperative. The Contractor shall make provisions for the Inspector to accompany their personnel simultaneously during inspection, including capability to accompany the Contractor in their aerial truck. All items located overhead that can be aligned, adjusted, repaired (without need of new 15 equipment) or replaced with the use of normal hand tools shall be included in this item. The Contractor shall make a list of those items requiring repairs or replacement, not covered under this item, and provide it to the Inspector. The Inspector will then direct the Contractor to make any and all repairs in accordance with other sections of this contract. B. Annual Inspections - Signals (Item #3). Loop Detection Inspection The Contractor shall conduct a Megohm, Voltage and Resistance loop test for each loop detector lead -in at the cabinet terminals of all cabinets with detection. These tests must be conducted and recorded by a Traffic Signal Teclmician. These tests are to be performed with a Megohm meter. Only Megohm (Lead -In), Resistance, and Voltage will be recorded. If loop systems are found defective, the associated phase may need to be placed on recall and timings adjusted. The Contractor shall inform the City of loop failure verbally and submit written notification with the monthly invoice. Video Detection Inspection The Contractor shall perform the following video detection checks with the software being provided by the Owner. The Contractor will provide the laptop computer to plug into the video unit to perform the checks. The Contractor shall have training in the operation of the video detection software from the manufacturer or its representative prior to performing any of the following checks: 1. Bring up each field of view and check that each detection zone is in its proper lane and the zones are placing the calls to the proper controller phases. 2. View each field of view for stability and clarity of video image. 3. View each phase red and green input to the video unit and confirm that the controller is in that phase and color. If any of the above operational checks are not correct, then the Contractor shall determine the reason and correct the problem. The Contractor shall complete this annual inspection during the third quarter inspection under this contract. C. Quarterly Inspections - Flashers (Item #4). The Contractor shall patrol and inspect all traffic flashers once each three (3) months and replace burned out LEDs, all damaged visors, lenses, sockets and reflectors regardless of the cause. 16 The Contractor shall keep all pedestals, controller housings and all other associated equipment in proper alignment and adjustment. All bolts shall be kept tight at all times. The Contractor shall keep the traffic signal hand holes and covers clean and free of dirt and other debris. The Contractor shall check, test and service all of the flasher controllers and relays. The Contractor shall insure that each component is functioning properly and performing with the maximum efficiency for which said components were designed. All necessary repairs and replacements shall be performed. The Contractor shall keep the interior of the controller housing clean and neat and in a workman -like condition at all times. The Contractor shall replace or repair minor items that have been found to be either missing, broken, or inoperative. The Contractor shall make provisions for the Inspector to accompany their personnel simultaneously during inspection, including capability to accompany the Contractor in their aerial truck. The Contractor shall make a list of those items requiring repairs or replacement, not covered under this item, and provide it to the Inspector. The Inspector will then direct the Contractor to make any and all repairs in accordance with other sections of this contract. D. Payment for Scheduled Maintenance will be made as follows: 1. "Quarterly Inspections" shall be paid for at a flat rate per intersection inspected. The flat rate per intersection shall include all labor and equipment used in carrying out "Quarterly Scheduled Maintenance ". Payment Shall be made after presentation of a monthly invoice. The invoice shall reflect the number of intersections billed and the unit price for each service. 6. Non - Routine Maintenance: Non- Routine Maintenance shall include all activities which are not included as "Emergency Response Maintenance" or "Scheduled Maintenance ". A description of Non - Routine items are as follows: A. Anchor Bolt Repair (Item #6) - This item includes all work and material to repair anchor bolts which have become damaged or broken. This may get accomplished by welding (by a certified welder) or threaded coupling to achieve at least the same tensile strength as the existing anchor bolt. Coupling, studs and patching of the concrete shall be included in the unit price of this item. Install Sign (Item #7) - This item includes all necessary work to mount or remount signs on a signal structure. All hardware, including mid -mast ann mounting assemblies, will be supplied by the Contractor and these costs will be included in the unit price of this item. 17 C. Install Signal Cable & Detector Lead -In Cable (Item #8, 9, 10, 11 & - This item includes all labor and materials necessary to replace all existing cable that has been damaged as well as making all necessary connections. There shall be no splicing of cable. This will be paid on the basis of linear feet of cable installed by the type of cable. D. Loop Installation (Item #13) - This item includes cutting the saw slot and installing the approved loop wire, 1/2 inch backer rod, splices and loop sealant. Only diamond blades with water will be permitted when air temperatures above 40 degrees Fahrenheit. Below 40 degrees Fahrenheit a carborundum blade may be used. All labor, materials and equipment shall be provided by the Contractor. Payment shall be based on a per linear foot of saw slot basis. Tighten Span & Catenary and Tether (Item #14) - This item includes all work necessary to remove excess sag in a span wire, catenary cable, "A" frame wires, down guys and tether cables. This work will be paid for on a per each span between two (2) vertical uprights. Install Signal Head (Item #15) - This item includes, if required, the fabrication of a complete signal indication including wiring, balance adjusters, weatherheads, pipe arms, rigid brackets, visors, lenses, etc. For multiple heads with indications facing in different directions, but mounted on the same assembly, the Contractor shall be paid once for each assembly. If this item is being used to replace an existing signal indication assembly, the cost of removal of the existing indication is included in the cost for installing the new indication. Pedestrian or Optically Programmed indications shall be treated the same as Signal Indications. Payment for this work item shall include labor and equipment only and will be on a per assembly basis. The City will furnish all materials. G. Adjust Detector Housing to Grade (Item #16) - This item includes all labor, materials, and equipment required to adjust a detector housing to grade. Patching material will be included under this item where necessary and will match the type of surface surrounding the detector housing. This item is limited to the adjustment of detector housings by the addition of an adaptor device only. Payment for this work will be on a per unit basis. H. Installation of Detector Housing (Item #17) - This item includes the installation of a new detector housing including all conduit connections, and the splicing of the loop detector lead in cables to the loop detectors. This item includes all labor materials, and equipment including patching materials which shall match the type of surface surrounding the housing. Payment for this work will be on a per detector housing basis. T. Adjust Handhole to Grade (Item #18) - This item includes all labor, materials and equipment to adjust a concrete handhole to grade including patching materials which shall match the type of surface surrounding the handhole. Payment for this work will be on a per handhole basis. J. Cabinet Foundation Expansion (Item #19) - This item includes all labor and materials required to enlarge an existing traffic signal controller 18 foundation to accommodate a larger cabinet. This item also includes any labor and materials required to temporarily maintain the operation of the existing controller and cabinet until the new cabinet is installed. Payment for this work will be on a per foundation basis. K. Install Tether Cable (Item #20) - This item include all labor, materials and equipment required to install a new or to replace and existing tether cable. Payment for this work will be on a per each span basis between two vertical uprights. L. Install or Replace Traffic Signal Controller Cabinet (Item #21) - This item includes all labor, incidental materials, and equipment required to ac- complish the installation or a traffic signal controller cabinet on an existing foundation, including the wiring of the traffic signal controller into a complete operation mode. Payment for this item will be on a per each basis. The City will furnish the controller cabinet and controller. Install Direct Burial Cable (Item #22) - This item includes the cost of all materials, equipment, labor, connections, splices, and waterproofing as required. Payment for this item will be on the basis of per lineal foot of cable installed. N. Install Traffic Signal Pole and Mast Arm (Item #23) - This item includes the cost of labor and equipment to install a traffic signal pole and mast arm on an existing foundation. Payment for this item will be on a per each basis for each pole and mast arm combination. The City will furnish the pole and mast arm. O. Install Traffic Signal Strain Pole (Item #24) - This item includes the cost of labor and equipment to install a traffic signal strain pole on an existing foundation. Payment for this item will be on a per each basis for each strain pole. The City will furnish the strain pole. P. Install Traffic Signal Foundations (Item #25, 26, 27, 28, 29 & 30) - This item includes the cost of all materials including steel and anchor bolts, labor and equipment to install a traffic signal foundation. Payment for this item will be on a per each basis for each size of standard signal foundation. Install 2 Inch Galvanized Steel Conduit (Item #31) - This item includes the cost of all materials, labor and equipment to install 2 inch galvanized steel conduit. Payment for this item will be on a per foot basis for each foot of conduit installed. R. Install Wood Traffic Signal Pole (Item #32) - This item includes the cost of all materials, including down guys and anchors, labor, and equipment to install Class 2 wood poles 35 feet to 45 feet. Payment for this item will be on a per pole basis for each pole installed. S. Install New Handhole (Item #33) - This item includes the cost of all materials, labor and equipment to install a concrete handhole. Payment for this item will be on a per handhole basis for each handhole installed. 19 T. Install or Replace Electrical Service (Item #34) - This item includes the cost of all materials (entrance switch, conduit riser, meter base, 1" weatherhead, 2" to 1" reducer and other incidental items), labor and equipment to install a service. Payment for this item will be for each service installed. U. Install Disconnect Hanger (Item #35) - This item includes the cost of all materials, labor and equipment to install a disconnect hanger. Payment for this item will be for each disconnect hanger installed. V. Install Span, Catenary and Tether with Fittings (Item #36) - This item includes the cost of all materials, labor and equipment to install a span wire with a catenary cable and a tether cable including all fittings. Payment for this item will be for each span wire assembly installed. W. Fiber Optic Interconnect Cable (Item #37) — This item includes the cost of all materials, equipment, labor and connections as required. Payment for this item will be on the basis of per linear foot of cable installed. Flasher - Strobe Bulb Replacement (Item #38) - This item includes the cost of the bulb and the labor to install it. Y. Install Pedestal Mounted Flasher Assembly (Item #39) - This item includes the cost of labor and equipment to install a pedestal base, pole, flasher controller -fully wired, up to two flashing beacons and a sign on an "A" base. Payment for this item will be on a per each basis. The city will furnish the pedestal base, pole, flasher controller, beacon(s) and sign. Z. Install Pedestrian Push Button and Sign (Item #40) — This item includes the cost of labor and equipment to install a pedestrian push button and sign on a signal pole. Payment for this item will be on a per each basis. The city will furnish the push button and sign. AA. Replace Traffic Signal Bulbs with Led's (Item #41) — This item includes all labor and equipment to remove all traffic signal bulbs and replace them with LED's. Included are all signal indications for the entire intersection. The CITY will furnish all LED's. BB. Hourly Rate for Employees and Equipment (Item #42, 43, 44, 45, 46) Payment for Non - Routine Maintenance shall be covered by the appropriate unit prices as listed in the Itemized Proposal. Payment shall be made after presentation of a monthly invoice. The monthly invoice shall reflect each activity prefornred and the unit price for that activity. 7. Traffic Signal Technician: The Contractor shall have on staff a minimum of one Traffic Signal Technician. A 20 Traffic Signal Technician is defined as a Skilled Laborer who is familiar with the operation of and able to diagnosis and repair malfunctions of all traffic control equipment in Carmel, which includes but not necessarily limited to, Controller Timing Equipment, Loop Amplifiers, Conflict Monitors, Time Base Coordinators, and any other Accessory Supplemental Equipment. Field repairs of solid state equipment will be limited to replacement of faulty equipment and returning to the City in exchange for replacement equipment. The Traffic Signal Technician will need to know how to install timing values into the traffic signal control timers, understand how time base coordinators /dial coordinating units regulate actuated controllers with background cycles within an interconnected signal system. One set of operating manuals will be provided to the Contractor for all existing equipment. The Contractor is to see that the Traffic Signal Technician, who is responding to emergency maintenance has a copy of the manuals with him for reference purposes. Other models of equipment by other manufactures may be installed at intersections during the course of this contract. The Contractor will be issued manuals for new equip- ment and will be expected to become familiar with it. 8. Minimum Crew Size: Certain operations will require a minimum number of persons to accomplish the work. Persons in the listing below are not including those persons who are needed to direct traffic. A. Loop Cutting Minimum of 2 persons at least one must be a Skilled Laborer. Pole & Mast Arm, Strain Pole or Span Knockdown Minimum of 3 persons at least one must be a Skilled Laborer C. Pedestal Knockdown Minimum of 2 persons at least one must be a Skilled Laborer D. Replacing Signal Cable Minimum of 2 persons E. Replacement of "G" & "M" Controller Cabinets Minimum of 2 persons at least one must be a Traffic Signal Technician Replacement of "P" Controller Cabinet. Minimum of 3 persons at least one must be a Traffic Signal Technician G. Check Loop System at Detector Housing Minimum of 1 Traffic Signal Technician F. Loop Testing at Cabinet Minimum of 1 Traffic Signal Technician 21 9. Equipment Requirements: The following equipment is required as a minimum to complete the operations included in this contract. They are: A. Boom Truck Equipment that is capable of lifting and setting poles and mast arms and strain poles. B. Aerial Truck Equipment capable of lifting one or more workers and materials for the purpose of overhead work. 10. Manpower Classification: The following manpower classifications apply to this contract: A. Skilled Laborer Foreman, Traffic Signal Technicians, Equipment Operators B. Unskilled Laborer Common Laborer, Escort Service 11. Intersections: The following intersections are included as a part of this contract. Maintenance will be provided as indicated: 1. 96th Street & College Avenue 2. 96" Street & Aronson Drive 3. 96th Street & Priority Way 4. 96t" Street & Delegates Row 5. 96'" Street & H.H. Gregg Driveway 6. 96th Street & Gray Road 7. 96th Street & Martin Marietta Drive 8. 96th Street & Hazeldell Parkway 9. 106t" Street & Westfield Boulevard 10. 116'h Street & Town Road 11. 116th Street & Pennsylvania Street 12. 116th Street & College Avenue 13. 116th Street & Guilford Avenue 14. 116th Street & Rangeline Road 15. 116th Street & AAA Way 16. 116th Street & Gray Road 17. 116'h Street & Hazeldell Way 18. 116'" Street & River Road 19. Carmel Drive & Pennsylvania Road 20. Carmel Drive & Old Meridian Street 21. Carmel Drive & City Center Drive / 122 1'd Street 22. Cannel Drive & Guilford Road 23. Carmel Drive & 3`d Avenue S.W. 24. Carmel Drive & Rangeline Road 25. Carmel Drive & AAA Way 26. City Center Drive & 3`d Avenue S.W. 22 27. City Center Drive & Guilford Road 28. City Center Drive / 126th Street & Rangeline Road 29. 126th Street & Gray Road 30. Main Street & Guilford Road 31. Main Street & Rangeline Road 32. Main Street & 4th Avenue 33. 131st Street & Gray Road 34. 136th Street / Smokey Row Road & Gray Road 35. Rangeline Road & Medical Drive 36. Rangeline Road & Executive Drive 37. Rangeline Road & Gradle Drive 38. Rangeline Road & Clay Terrace Parking Lot Drive 39. Keystone Avenue & 96th Street 40. Keystone Avenue & 98th Street 41. Keystone Avenue & 13151 Street Additional locations may be added during the life of this contract. The following flasher locations are included as a part of this contract. Maintenance will be provided as indicated: A. 116` Street East of Ditch Road B. Gray Road & Martin Marrietta Drives Additional locations may be added during the life of this contract. 12. Inspection Schedule The schedule for Quarterly Inspections and Annual Inspections is as follows: A. Week of January 4, 2010 - B. Week of April 5, 2.010 - C. Week of July 5, 2010 - D. Week of October 4, 2010 - 23 Quarterly Inspection Quarterly Inspection Quarterly & Annual Inspection Quarterly Inspection NON - COLLUSION AFFIDAVIT STATE OF INDIANA COUNTY OF MARION The undersigned, being duly sworn on oath says, that he is the contracting party, or, that he is the representative, agent, member or officer of the contracting party, that he has not, nor has any other member, representative, agent, or officer of the firm, company corporation or partnership represented by him, directly or indirectly, entered into or offered to enter into any combination, collusion or agreement to receive or pay, and that he has not received or paid, any sum of money or other consideration for the execution of the annexed agreement other than that which appears upon the face of the agreement. SIGNAL CONSTRUCTION, INC. Contractor -717( v (Print or Type Name) Michael McGhee, Vice President Subscribed and sworn to before me this 9th dyy of December 2009. My Commission Expires: May 22, 2014 Notary Pb1ic Suzanne L. Smith (Print or Type Name) 24 SUZANNE L. SMITH ARY r` Marlon County My Commission Expires 0.;,,,. May 22, 2014 CONTRACT THIS CONTRACT, made and entered into by an between the City of Carmel for and on behalf of the Board of Public Works and Safety, as party of the first part, hereinafter called the City, and Signal Construction, Inc. as party of the second part, hereinafter called the Contractor: WITNESSETH: That for and in consideration of the mutual covenants herewith enumerated, the Town does hereby hire and employ the Contractor to furnish materials, equipment and labor necessary to fully implement the provisions of this contract which is designated as: Maintenance of Traffic Signals in the City of Carmel according to the Special Provisions outlined in this Proposal and hereby agrees to pay the Contractor therefore, for the actual amount of work done and materials in place, as measured by the City, at the unit prices stated in the Contractors ITEMIZED UNIT PRICE SCHEDULE which sums the Contractor agrees to accept in payment for such work: and It is further mutually agreed: That the accompanying proposal of the Contractor, together with the Standard Specifications, Miscellaneous Standards, Manual on Uniform Traffic Control Devices and Special Provisions herein designated and referred to, are hereby made a part of this contract, the same as if herein fully set forth: That before any final estimate is paid to the Contractor, he shall furnish receipts for all debts incurred in the prosecution of such work or satisfactory evidence and assurance that the same have been paid; or, shall consent to the withholding by the City from his final estimate of sums sufficient to cover any such indebtedness, which sums may be held until such indebtedness is settled, or until the expiration of eighteen months, or until the conclusion of any litigation in relation thereto filed within such period; and That no monies due on this final estimate shall be paid until the work is fully completed and accepted as provided in the specifications nor until at least thirty (30) days after the last work and labor were performed and the last material furnished. The Contractor, being duly sworn, disposes and says that the answers and statements in the forms appearing hereinbefore: Proposal, Itemized Proposal, and the latest financial statements on file with the Indiana Department of Transportation are all true and correct statements. 25 Witness our hands this 9th day of December 2009. CONTRACTOR: SIGNAL CONSTRUCTION, INC. Signature By: Printed Name: Title: Michael McGhee Vice President City of Carmel, Indiana Signature By: Printed Name: Title: 26