HomeMy WebLinkAbout9/5/2018 - AGREEMENTS (59)CITY OF PALM SPRINGS, CALIFORNIA
ENGINEERING SERVICES DEPARTMENT
NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND
SPECIAL PROVISIONS
FOR CONSTRUCTION OF THE:
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN AND BICYCLE SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
IN THE CITY OF PALM SPRINGS
July 24, 2018
Thomas Garcia, P.E.
City Engineer
Bids Open: July 24, 2018
Dated: June 14, 2018
INDIAN CANYON DRIVE TWO-WAY
CONVERSION AND PEDESTRIAN AND
BICYCLE SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
The Special Provisions contained herein have
been prepared by, or under the direct supervision
of, the following Registered Civil Engineer, and are
approved by:
Dilesh Sheth, P.E., T.E.
Civil Engineer C 65078
Albert A. Webb Associates
Approved by:
Thomas Garcia, P.E.
City Engineer
Civil Engineer C 48279
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
SIGNATURE PAGE
SPECIAL PROVISIONS
GENERAL CONTENTS - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 26, 2018
NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND
SPECIAL PROVISIONS
TABLE OF CONTENTS
PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS
Notice Inviting Bids
Instructions to Bidders
Bid Forms
Bid (Proposal)
Bid Schedule
List of Subcontractors
Local Business Preference Program Good Faith Efforts
Non-Discrimination Certification
Non-Collusion Declaration
Bidder's General Information
Bid Bond (Bid Security Form)
Agreement and Bonds
Agreement Form
Worker's Compensation Certificate
Performance Bond
Payment Bond
PART II -- SPECIAL PROVISIONS
Section 1 - Terms, Definitions, Abbreviations, and Symbols
Section 2 - Scope and Control of Work
Section 3 - Changes in Work
Section 4 - Control of Materials
Section 5 - Utilities
Section 6 - Prosecution, Progress, and Acceptance of the Work
Section 7 - Responsibilities of the Contractor
Section 8 - Facilities for Agency Personnel
Section 9 - Measurement and Payment
Section 10 - Construction Details
PART III -- APPENDIX
City of Palm Springs Standard Drawings
Caltrans Standard Plans
Other specifications, standards, information
* * * * *
PART 1 CONTENTS
PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CITY OF PALM SPRINGS
ENGINEERING SERVICES DEPARTMENT
PART I - BIDDING AND CONTRACTUAL
DOCUMENTS AND FORMS
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN AND BICYCLE SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
Notice Inviting Bids
Instructions to Bidders
Bid Forms
Bid (Proposal)
Bid Schedule
List of Subcontractors
Local Business Preference Program Good Faith Efforts
Non-Discrimination Certification
Non-Collusion Declaration
Bidder's General Information
Bid Bond (Bid Security Form)
Agreement and Bonds
Agreement Form
Worker's Compensation Certificate
Performance Bond
Payment Bond
* * * * *
NOTICE INVITING BIDS
PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CITY OF PALM SPRINGS
NOTICE INVITING BIDS
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN AND BICYCLE SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
N-1 NOTICE IS HEREBY GIVEN that sealed bids for the PROJECT NAME, City Project No.
17-08, will be received by the Office of the Procurement and Contracting Manager of the City of
Palm Springs, California, until 3:00 P.M. on July 24, 2018, at which time they will be opened
and read aloud. The Engineer’s estimate range is $3,312,000.
N-2 DESCRIPTION OF THE WORK: The Work comprises the Indian Canyon Drive and a
total of eleven (11) intersections between Tachevah Drive and Camino Parocela in the City of
Palm Springs. The work includes sidewalk, ADA ramps, curb, gutter, cross gutter, pavement,
and signing & striping. There will be traffic signal modifications at Indian Canyon Drive and the
following cross streets; Tachevah Drive, Tamarisk Road, Alejo Road, Amado Road, Andreas
Road, Tahquitz Canyon Way, La Plaza, Arenas Road, Baristo Road, Ramon Road, and Camino
Parocela.
The work shall be diligently prosecuted to completion before the expiration of: 170 working
days
N-3 AWARD OF CONTRACT:
(a) The City reserves the right after opening bids to reject any or all bids, to waive any
informality (non-responsiveness) in a bid, or to make award to the lowest responsive,
responsible bidder, and reject all other bids, as it may best serve the interest of the City. If there
are multiple and/or alternative Bid Schedules, Bidders are required to bid on all Bid Schedules.
(b) As a condition of award, the successful bidder will be required to submit payment and
performance bonds and insurance.
(c) As a condition of award or after April 1, 2015, the contractor and any subcontractor listed
on the bid must be registered with the Department of Industrial Relations pursuant to Section
1725.5 of the California Labor Code.
N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid
Bond in the amount of 10 percent of the total bid price payable to the City of Palm Springs.
N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of
120 calendar days from the date of bid opening.
N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid
Class A Contractor license at the time of submitting bids.
N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general
prevailing rate of per diem wages as determined by the Director of the Department of Industrial
Relations of the State of California for the locality where the work is to be performed. All
NOTICE INVITING BIDS
PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
contractors and subcontractors must furnish electronic certified payroll records directly to the
Labor Commissioner (via the Division of Labor Standards Enforcement) as further described in
Article 5 of the Construction Contract (Mutual Obligations).
A copy of said wage rates is available on-line at:
www.dir.ca.gov/dlsr/DPreWageDetermination.htm
The Contractor and any subcontractors shall pay not less than said specified rates and shall
post a copy of said wage rates and other notices prescribed by regulation at the project site.
N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of
payments due under the Contract Documents from time to time, without retention of any portion
of the payment by the City, by depositing securities of equivalent value with the City in
accordance with the provisions of Section 22300 of the Public Contract Code.
N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS:
(a) Contract Documents may be inspected without charge at the City of Palm Springs
Engineering Services Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA
92262.
(b) A digital copy of said Contract Documents is available without charge on-line at:
https://www.dropbox.com/sh/q9gvvaau1387q15/AADS9i_0k8f0IniS9IzHvMjba?dI=
(c) Registration as a Bidder: If you are interested in submitting a bid, Bidders shall contact the
Engineering Services Department by e-mail at bidinfo@palmspringsca.gov, or by phone at
(760) 323-8253, to officially register as a Bidder for this project with your company name,
address, phone, fax, contact person and e-mail address. Bidders are encouraged to
register to ensure receipt of any Addenda issued by the City.
(d) This Notice Inviting Bids, the Plan Holders List, and other related information for this project
can be found on-line at the City’s webpage at: www.palmspringsca.gov/index.aspx?page=85.
(e) All questions about the meaning or intent of the Bid Documents are to be directed to the City
Engineer. Questions shall be submitted in writing to: City of Palm Springs Engineering
Services Department, by fax to (760) 322-8325, or by e-mail to bidinfo@palmspringsca.gov.
Questions must be submitted in writing at least 5 working days prior to bid opening.
Questions submitted within 5 working days of bid opening will not be accepted.
N-10 LOCAL BUSINESS PROMOTION – In accordance with the provisions of Palm Springs
Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, “Local
Business Preference Program”, subsection (5) “Local Preference in Public Works Contracts
(Sub-Contracting)”, the prime contractor shall use good faith efforts to sub-contract the supply of
materials and equipment to local business enterprises and to sub-contract services to
businesses whose work force resides within the Coachella Valley.
N-11 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and
addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and
Contracting Division, City of Palm Springs, 3200 East Tahquitz Canyon Way, Palm Springs,
CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and
address of the Bidder and shall bear the words “Bid For” followed by the title of the Project and
the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed
in the same envelope with the Bid.
By Date 6/21/18
Thomas Garcia, P.E.
City Engineer
City of Palm Springs
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
NOTICE INVITING BIDS
PAGE 3
INSTRUCTIONS TO
BIDDERS - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CITY OF PALM SPRINGS
INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice
Inviting Bids and not defined herein shall have the meanings assigned to them in the
General and Special Provisions. The term "Bidder" shall mean one who submits a Bid
directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term
"Engineer" shall be as defined in the Special Provisions.
2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible
Bidder, consideration will be given not only to the financial standing of the Bidder, but also
to the general competency of the Bidder for the performance of the Work covered by the
Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience
as of recent date on the form entitled “Bidder's General Information,” included in these
Special Provisions.
Note, the City reserves the right to reject a Bidder as not responsible if the Bidder’s prior
work experience reflects negative performance based on the City’s investigations into the
Bidder’s prior work experience, or the Bidder has had any civil wage and penalty
assessments filed against the Bidder by the California Department of Industrial Relations
for failure to pay prevailing wages, or such other negative findings against the Bidder that
the City may obtain in its investigations.
Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work
will be accepted from a contractor who does not hold a valid contractor's license in the
State of California for the classifications named in the Notice Inviting Bids at the time of
award.
3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm,
partnership, corporation, or association under the same or different names will not be
considered. If the City believes that any Bidder is interested in more than one Bid for the
Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City
believes that collusion exists among the Bidders, all Bids will be rejected.
Bidders must comply with the registration requirements of Labor Code Section
1725.5, as further described in the Notice Inviting Bidders; failure to comply with the
bidder registration requirements will disqualify a Bidder.
4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE –
(a) It is the responsibility of each Bidder before submitting a Bid to examine the
Contract Documents thoroughly; visit the site to become familiar with local conditions that
may affect cost, progress, or performance of the Work; consider federal, state, and local
laws and regulations that may affect cost, progress, or performance of the Work; study
and carefully correlate the Bidder's observations with the Contract Documents; and notify
the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents.
(b) Reference is made to the Special Provisions for identification of those reports
of explorations and tests of subsurface conditions at the site which may have been
INSTRUCTIONS TO
BIDDERS - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
utilized by the Engineer in the preparation of the Contract Documents. However, such
reports are NOT a part of the Contract Documents. The interpretation of such technical
data, including any interpolation or extrapolation thereof, together with non-technical data,
interpretations, and opinions contained therein or the completeness thereof is the
responsibility of the Bidder. If a copy of those reports are included in the Appendix of the
Special Provisions, they are provided as a courtesy to the Bidder.
(c) Unless otherwise provided in the Appendix of the Special Provisions, copies of
such reports and drawings will be made available for inspection by the City to any Bidder
upon request. Those reports and drawings are NOT part of the Contract Documents, but
any technical data contained therein upon which the Bidder is entitled to rely is limited to
that set forth in the Special Provisions.
(d) Subject to the provisions of Section 4215 of the California Government Code,
information and data reflected in the Contract Documents with respect to underground
utilities at or contiguous to the site is based upon information and data furnished to the
City and the Engineer by the owners of such underground utilities or others, and the City
does not assume responsibility for the accuracy or completeness thereof unless it is
expressly provided otherwise in the Special Provisions.
(e) Provisions concerning responsibilities for the adequacy of data furnished to
prospective Bidders on subsurface conditions, underground utilities and other physical
conditions, and possible changes in the Contract Documents due to differing conditions
appear in the Standard Specifications and Special Provisions.
(f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or
obtain any additional examinations and investigations which pertain to the physical
conditions (surface, subsurface, and underground utilities) at or contiguous to the site or
otherwise which may affect cost, progress, or performance of the Work and which the
Bidder deems necessary to determine its Bid for performing the Work in accordance with
the time, price, and other terms and conditions of the Contract Documents.
(g) Where feasible, upon request in advance, the City will provide each Bidder
access to the site to conduct such investigations and tests as each Bidder deems
necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made
by the Bidder and shall repair damage, clean up, and restore the site to its former
condition upon completion of such exploration.
(h) The lands upon which the Work is to be performed, the rights-of-way and
easements for access thereto, and other lands designated for use by the Contractor in
performing the Work are identified in the Contract Documents. All additional lands and
access thereto required for temporary construction facilities or storage of materials and
equipment are to be provided by the Contractor. Easement for permanent structures or
permanent changes in existing structures will be obtained and paid for by the City unless
otherwise provided in the Contract Documents.
(i) The submittal of a Bid will constitute an incontrovertible representation by the
Bidder that the Bidder has complied with every requirement of this Article; that without
INSTRUCTIONS TO
BIDDERS - PAGE 3
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
exception the Bid is premised upon performing the W ork required by the Contract
Documents and such means, methods, techniques, sequences, or procedures of
construction as may be indicated in or required by the Contract Documents; and that the
Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all the terms and conditions for performance of the Work.
5. INTERPRETATIONS - All questions about the meaning or intent of the Contract
Documents are to be directed to the Engineer. Interpretations or clarifications considered
necessary by the Engineer in response to such questions will be resolved by the issuance
of Addenda mailed or delivered to all parties recorded by the Engineer or the City as
having received the Contract Documents. Questions received less than 5 working days
prior to the date of opening Bids will not be answered. Only questions that have been
resolved by formal written Addenda will be binding. Oral and other interpretations or
clarifications received from the City will be without legal or contractual effect.
6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by
a certified or cashier's check or approved Bid Bond in the amount stated in the Notice
Inviting Bids. Said check or bond shall be made payable to the City and shall be given as
a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the
City and will furnish the necessary insurance certificates, Payment Bond, and
Performance Bond. Each of said bonds and insurance certificates shall be in the
amounts stated in the Standard Specifications or Special Provisions. In case of refusal or
failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as
the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond
as its security, the Bidder shall use the Bid Bond form included within these Special
Provisions, or one conforming substantially to it in form.
7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the
City will return all bid securities accompanying such of the Bids that are not considered in
making the award. All other Bid securities will be held until the Agreement has been
finally executed. They will then be returned to the respective Bidders whose Bids they
accompany.
8. BID FORM - The Bid shall be made on the Bid Schedule sheets included with the
Bid Documents. Unless otherwise provided in the Notice Inviting Bids, in the event there
is more than one Bid Schedule, the Bidder shall Bid on all individual Bid Schedules. All
bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price
shall be shown in words and figures, and in the event of any conflict between the words
and figures, the words shall govern. The envelope enclosing the sealed bids shall be
plainly marked in the upper left-hand corner with the name and address of the Bidder and
shall bear the words "DO NOT OPEN IN REGULAR MAIL-THIS IS A SEALED BID
FOR," followed by the title of the Contract Documents for the Work, the name of the
"CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to,
and the date and hour of opening of bids. The Bid Security shall be enclosed in the same
envelope with the Bid.
9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place
stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid
INSTRUCTIONS TO
BIDDERS - PAGE 4
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
is received in proper time. Bids will not be accepted after the appointed time for opening
of bids, no matter what the reason.
10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in
the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and
failure to do so will render the Bid as non-responsive and may cause its rejection. In the
event that there are unit price Bid Items in a Bid Schedule and the “amount” indicated for
a unit price Bid Item does not equal the product of the unit price and quantity listed, the
unit price shall govern and the amount will be corrected accordingly, and the Contractor
shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the
California Public Contract Code. However, if a unit price is unreadable or otherwise
unclear, or is omitted, or is the same as the amount as the entry in the item total
column, then the amount set forth in the item total column for the item shall prevail and
shall be divided by the estimated quantity for the item and the price thus obtained shall
be the unit price, and the Contractor shall be bound by such correction, subject to the
provisions of Section 5100 et seq. of the California Public Contract Code.
In the event that there is more than one Bid Item in a Bid Schedule and the total indicated
for the schedule does not agree with the sum of prices Bid on the individual items, the
prices bid on the individual items shall govern and the total for the schedule will be
corrected accordingly, and the Contractor shall be bound by said correction, subject to the
provisions of Section 5100 et seq. of the California Public Contract Code.
11. QUANTITIES OF WORK –
(a) The quantities of work or material stated in unit price items of the Bid are
supplied only to give an indication of the general scope of the Work; the City does not
expressly or by implication agree that the actual amount of work or material will
correspond therewith.
(b) In the event of an increase or decrease in a bid item quantity of a unit price
contract, the total amount of work actually done or materials or equipment furnished shall
be paid for according to the unit prices established for such work under the Contract
Documents; provided, that on unit price contracts, increases of more than 25 percent,
decreases of more than 25 percent, and eliminated items shall be adjusted as provided in
Section 3 of the Standard Specifications and Special Provisions.
12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a
written request, signed by the Bidder or it's properly authorized representative. Such
written request must be delivered to the place stipulated in the Notice Inviting Bids prior to
the scheduled closing time for receipt of Bids.
13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized
conditions, limitations, or provisos attached to the Bid will render it informal and may
cause its rejection as being non-responsive. The completed Bid forms shall be without
interlineation, alterations, or erasures. Alternative Bids will not be considered unless
expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids
or modifications will not be considered.
INSTRUCTIONS TO
BIDDERS - PAGE 5
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as
set forth in the Agreement and the provisions of the Special Provisions.
15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any
application for a substitute or “or-equal” item by the Contractor and consideration by the
Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions.
16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based
primarily on the lowest overall cost to the City, and will be made to a responsive,
responsible Bidder whose Bid complies with all the requirements prescribed. Unless
otherwise specified, any such award will be made within the period stated in the Notice
Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of
the bidders. Unless otherwise indicated, a single award will not be made for less than all
the Bid Items of an individual Bid Schedule. In the event the Work is contained in more
than one Bid Schedule, the City may award schedules individually or in combination. In
the case of 2 or more Bid Schedules which are alternative to each other, only one of such
alternative schedules may be awarded.
17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall
execute a written Agreement with the City on the form of agreement provided, shall
secure all insurance, and shall furnish all certificates and bonds required by the Contract
Documents within 7 calendar days after receipt of the Agreement forms from the
City. Failure or refusal to enter into an Agreement as herein provided or to conform to
any of the stipulated requirements in connection therewith shall be just cause for an
annulment of the award and forfeiture of the Bid Security. If the lowest responsive,
responsible bidder refuses or fails to execute the Agreement, the City may award the
Contract to the second lowest responsive, responsible Bidder. If the second lowest
responsive, responsible Bidder refuses or fails to execute the Agreement, the City may
award the Contract to the third lowest responsive, responsible Bidder. On the failure or
refusal of such second or third lowest Bidder to execute the Agreement, each such
bidder's Bid Securities shall be likewise forfeited to the City.
18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware
that in accordance with laws of the State of California, the Bidder will, if awarded the
Contract, be required to secure the payment of compensation to its employees and
execute the Worker's Compensation Certification.
19. GUARANTEE - Unless otherwise prohibited by federal regulations applicable to
the contract, the Contractor shall guarantee the Work against defective material or
workmanship for a period of one (1) year from the date of completion of the contract.
Damages due to acts of God or from sabotage and/or vandalism are specifically
exempted from the guarantee.
When defective material and/or workmanship are discovered which require repairs to be
made under this guarantee, all such work shall be done by the Contractor at his own
expense within five (5) days after written notice of such defects has been given to him by
the City. Should the Contractor fail to repair such defective material or workmanship
within five (5) days thereafter, the City of Palm Springs may cause the necessary repairs
INSTRUCTIONS TO
BIDDERS - PAGE 6
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
to be made and charge the Contractor with the actual cost of all labor and material
required. Any repair work performed as herein specified shall be done under the
provisions of the original contract specifications.
The Contractor shall arrange to have his faithful performance bond guaranteed for
twenty-five percent (25%) of the total bid price to be held for a period of one (1) year after
the date of completion of the contract and acceptance by the City Council to cover his
guarantee as set forth herein.
20. LOCAL BUSINESS PROMOTION – The contract for this project is subject to the
provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm
Springs Municipal Code, “Local Business Preference Program”, subsection (5) “Local
Preference in Public Works Contracts (Sub-Contracting)”, which states:
The prime contractor shall use good faith efforts to sub-contract the supply of materials
and equipment to local business enterprises and to sub-contract services to businesses
whose work force resides within the Coachella Valley. The prime contractor shall submit
evidence of such good faith efforts at the time of submission of bids. Good faith efforts
may be evaluated by placing advertisements inviting proposals in local newspapers,
sending request for proposals to local sub-contractors, or by demonstrating that no local
sub-contracts are qualified to perform the work or supply the materials or equipment. Any
notice inviting bids which may require the use of sub-contractors shall include notification
of this subsection. The City Council or Director may reject as non-responsive the bid of
any contractor proposing to use sub-contractors that fail to comply with the requirements
of this subsection.
21. CONTRACTOR REGISTRATION REQUIREMENTS –
Bid Proposal and Contract Award Prohibited. Under California Labor Code Section
1771.1, as amended by Senate Bill (SB) 854 (2014), unless registered with the State of
California Department of Industrial Relations (DIR), a contractor may not bid, nor be listed
as a subcontractor, for any bid proposal submitted for public works projects on or after
March 1, 2015. Similarly, a public entity cannot award a public works contract to a non-
registered contractor, effective April 1, 2015.
New Contract and Project Reporting Requirements Imposed Upon Public Entities.
SB 854 requires that bid invitations and public works contracts specify that a project is
subject to compliance monitoring and enforcement by the DIR, that contractors and
subcontractors must register in order to submit a bid and be awarded a contract.
Beginning April 1, 2015, the City of Palm Springs may only award public works projects to
contractors and subcontractors that comply with the new Public Works Contractor
Registration Law (SB 854). More information is available at the following link:
http://www.dir.ca.gov/Public-Works/PublicWorks.html
INSTRUCTIONS TO
BIDDERS - PAGE 7
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Contractors doing public works must register and meet requirements using the online
application before bidding on public works contracts in California. The application also
provides agencies that administer public works programs with a searchable database of
qualified contractors.
A bid submitted by a Contractor who is not appropriately registered with the state of
California will be found non-responsive.
- END OF INSTRUCTIONS TO BIDDERS -
COVER SHEET
BID FORMS - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
BID DOCUMENTS
Only the following listed documents, identified in the lower right corner as "Bid
Forms" shall be fully executed and submitted with the Bid at the time of opening of
Bids.
Bid (Proposal)
Bid Schedules
List of Subcontractors
Local Business Preference Program Good Faith Efforts
Non-Collusion Declaration
Non-Discrimination Certification
Bid Bond (Bid Security Form)
Bidder's General Information
Failure of a Bidder to fully execute and submit all of the listed documents with the
Bid will render a Bid as non-responsive and subject to rejection.
BID PROPOSAL
BID FORMS - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO.17-08
DATE June 14, 2018
BID PROPOSAL
BID TO: CITY OF PALM SPRINGS, CALIFORNIA
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement
with the City in the form included in the Contract Documents (as defined in Article 4 of the
Agreement) to perform the Work as specified or indicated in said Contract Documents entitled:
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN AND BICYCLE SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
Bidder accepts all of the terms and conditions of the Contract Documents, including without
limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the
disposition of the Bid Security.
This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise
required by law. Bidder will enter into an Agreement within the time and in the manner required
in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond,
Performance Bond, and all Permits required by the Contract Documents.
Bidder has examined copies of all the Contract Documents, including the following Addenda
(receipt of which is hereby acknowledged):
Number ______________ Date ____________________
Number ______________ Date ____________________
Number ______________ Date ____________________
Number ______________ Date ____________________
Number ______________ Date ____________________
Number ______________ Date ____________________
Number ______________ Date ____________________
Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work,
the site, the locality where the Work is to be performed, the legal requirements (federal, state,
and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress,
or performance of the Work, and has made such independent investigations as Bidder deems
necessary.
BID PROPOSAL
BID FORMS - PAGE 3
INDIAN CANYON DRIVE
CITY PROJECT NO.17-08
DATE June 14, 2018
In conformance with the current statutory requirements of California Labor Code Section 1860,
et seq., the undersigned confirms the following as its certification:
I am aware of the provisions of Section 3700 of the Labor Code, which require every
employer to be insured against liability for worker's compensation, or to undertake self-
insurance in accordance with the provisions, before commencing the performance of the
Work of this Contract.
To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-Collusion
Declaration, Bidder's General Information, and Bid Bond contained in these Bid Forms, said
Bidder further agrees to complete the Work required under the Contract Documents within the
Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the
Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned
Bidding Schedule(s).
Dated:
Bidder:
By:
(Signature)
Title:
BID SCHEDULE
BID FORMS - PAGE 4
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
BID SCHEDULE
Schedule of Prices for Construction of the:
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN AND BICYCLE SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
Item
No.
Description Estimated
Quantity
Unit Unit
Price
Amount
1. Mobilization, demobilization, and final
cleanup (5% max) - - - LS $___________________
2. Construct project identification signs 2 EA $________ $____________
3. Temporary Traffic Control - - - LS $___________________
4. Water Pollution Control - - - LS $___________________
5. Clearing and grubbing - - - LS $___________________
6. Remove and dispose existing pavement
& base material 4,948 SF $________ $____________
7. Remove and dispose of existing curb &
gutter 1,264 LF $________ $____________
8. Remove and dispose of existing P.C.C.
improvements 6,908 SF $________ $____________
9. Remove existing A.C. dike 36 LF $________ $____________
10. Remove existing median curb 1,855 LF $________ $____________
11. Remove existing bollards 4 EA $________ $____________
12.
Remove existing nuisance water drain
and cap existing 8” HDPE storm drain
pipe
2 EA
$________ $____________
13. Remove and re-install existing concrete
trash container 1 EA $________ $____________
14. Remove existing median landscaping,
hardscape, and irrigation 7,356 SF $________ $____________
15. Remove existing pavers 616 SF $________ $____________
16.
Adjust existing water valve to grade per
DWA STD DWG W111 (typ. All water
valves) Contractor shall remove, lower,
and adjust valve stem as required during
roadway grinding and return to height to
finish grade. Concrete collar to be
constructed.
5 EA
$________ $____________
17. Adjust existing water meter to grade by
contractor 1 EA $________ $____________
BID SCHEDULE
BID FORMS - PAGE 5
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Item
No.
Description Estimated
Quantity
Unit Unit
Price
Amount
18.
Adjust existing sewer manhole to grade
per City of Palm Springs STD. DWG. No.
402
2 EA
$________ $____________
19. Construct class II aggregate base 100 CY $________ $____________
20. Grind pavement (1.5” Min) per detail on
sheet 2 2,978 SF $________ $____________
21. Uniform Micro-Milling ¼” of existing
Asphalt Concrete Pavement. 740,000 SF $________ $____________
22.
Crack-sealing and crack-filling,
construction of Rubber Polymer Modified
Slurry (RPMS), and all appurtenant work.
740,000 SF
$________ $____________
23. Asphalt concrete (includes 1.5” overlay) 271 TON $________ $____________
24. Construct 4” thick sidewalk per City of
Palm Springs STD. DWG. No. 210 4,512 SF $________ $____________
25. Construct sidewalk (red tone concrete –
match existing). 1,708 SF $________ $____________
26. Construct sidewalk (earth tone concrete
– match existing) 200 SF $________ $____________
27. Construct sidewalk (16"x16" earth tone
textured flag pavers - match existing) 100 SF $________ $____________
28.
Construct sidewalk (multi-color & multi-
shape pavers, geometric pattern,
coordinate with curb ramp - match
existing)
333 SF
$________ $____________
29. Construct 6” curb & gutter per City of
Palm Springs STD. DWG. No. 200 (A3) 450 LF $________ $____________
30. Construct 8” curb & gutter per City of
Palm Springs STD. DWG. No. 200 (A4) 126 LF $________ $____________
31.
Construct 12” curb & gutter per City of
Palm Springs STD. DWG. NO. 200
(modified)
19 LF
$________ $____________
32.
Construct variable height curb & gutter
see City of Palm Springs STD. DWG.
No. 200
195 LF
$________ $____________
33. Construct retaining curb per retaining
curb detail on sheet 2 266 LF
$________ $____________
34.
Construct cross gutter and/or spandrel
per City of Palm Springs STD. DWG. No.
206
1,365 SF
$________ $____________
35. Construct curb ramp per City of Palm
Springs STD. DWG. No. 212 1,393
SF $________ $____________
36.
Construct curb ramp per City of Palm
Springs STD. DWG. No. 213 791
SF $________ $____________
BID SCHEDULE
BID FORMS - PAGE 6
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Item
No.
Description Estimated
Quantity
Unit Unit
Price
Amount
37.
Construct curb ramp per City of Palm
Springs STD. DWG. No. 214 550
SF $________ $____________
38.
Construct modified driveway approach
(see Riverside County STD. DWG. No.
207)
1 EA
$________ $____________
39. Construct modified gutter for pedestrian
access 160 SF $________ $____________
40.
Construct curb ramp per City of Palm
Springs STD. DWG. No. 214 (earth tone
concrete – match existing)
1,543 SF
$________ $____________
41.
Construct curb ramp per City of Palm
Springs STD. DWG. No. 214 (red tone
color – match existing)
150 SF
$________ $____________
42.
Construct curb ramp per City of Palm
Springs STD. DWG. No. 212 (12”x12”
red tone pavers, 8”x16” red tone pavers,
4”x6” blue ceramic tiles – match existing)
560 SF
$________ $____________
43.
Construct curb ramp per City of Palm
Springs STD. DWG. No. 212 (multi-color
& multi-shape pavers, geometric pattern
coordinate with sidewalk - match
existing)
225 SF
$________ $____________
44. Install multi-color pavers (uni-décor style)
match existing 162 SF $________ $____________
45.
Construct red tone concrete pavement –
match existing (see City of Palm Springs
STD. DGWG. No. 206 for thickness of
concrete)
400 SF
$________ $____________
46.
Install concrete street pavers
(rectangular red tone pavers in
herringbone style – match existing)
251 SF
$________ $____________
47. Install hub pipe per curb-o-let model No.
CP-SP327H or equivalent 308 LF $________ $____________
48.
Install hand rail per standard plans for
public works construction, STD. plan
606-3, type B (install on type of curb)
40 LF
$________ $____________
49. Remove existing curb 164 LF $________ $____________
BID SCHEDULE
BID FORMS - PAGE 7
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Item
No.
Description Estimated
Quantity
Unit Unit
Price
Amount
50. Install Traffic Bollards 8 EA $________ $____________
51. Install Nuisane water drain per City of Palm
Springs STD. DWG. No. 710 2 EA $________ $____________
52. Construct 8” H.D.P. ads N12 pipe of
equivalent 50 LF $________ $____________
53. Install ads coupler for 8” pipe or equivalent 2 EA $________ $____________
54. Trim existing bushes / hedges per line of
site requirements 1 LS $________ $____________
55.
Install rectangular gray stepping pavers
(match existing) and relocate existing rocks
as directed by city engineer
204 SF
$________ $____________
56. Construct 6” A.C. dike per City of Palm
Springs STD. DWG. No. 200 (E1) 35 LF $________ $____________
57.
Construct curb ramp per City of Palm
Springs STD. DWG No. 212 (match
existing concrete color, texture, and
patterns)
128 SF
$________ $____________
SIGNING & STRIPING
58. Remove and salvage existing sign to city
yard 86 EA $________ $____________
59. Relocate existing sign to a new location as
shown on plan. 25 EA $________ $____________
60. Install sign (standard size or as indicated)
per CA-MUTCD. 30 EA $________ $____________
61.
Paint 6" dashed white lane line per
Caltrans standard plans, Plan No. A20A,
detail 9.
8,815 LF
$________ $____________
62.
Paint 6" dashed white lane line extensions
through intersections per Caltrans standard
plans, Plan No. A20D, detail 40.
920 LF
$________ $____________
63.
Paint 2'x10' with 2' gap continental
crosswalk as shown on plan per Caltrans
standard plans, Plan No. A24F.
380 SF
$________ $____________
64. Apply thermoplastic 6" solid white line 1,435 LF $________ $____________
65. Apply thermoplastic 12" solid white limit line
per city of palm springs DWG No. 625 1,128 LF $________ $____________
66.
Apply thermoplastic 6"/6" double solid
yellow stripe per Caltrans standard plans,
Plan No. A20A, detail 22.
2,320 LF
$________ $____________
67.
Apply 6" white thermoplastic solid line per
Caltrans revised standard plan A20B, detail
27B.
230 LF
$________ $____________
BID SCHEDULE
BID FORMS - PAGE 8
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Item
No.
Description Estimated
Quantity
Unit Unit
Price
Amount
68.
Apply thermoplastic 6"/6" double solid
yellow stripe median islands per Caltrans
standard plans, Plan No. A20B, detail 29.
860 LF
$________ $____________
69.
Apply thermoplastic two-way left turn lane
per Caltrans standard plans, Plan No.
A20B, detail 32.
4,375 LF
$________ $____________
70.
Apply thermoplastic 8" solid white
channelizing line per Caltrans standard
plans, Plan No. A20D, detail 38.
5,155 LF
$________ $____________
71. Apply thermoplastic arrow marking per
Caltrans standard plans, Plan No. A24A. 2,700 EA $________ $____________
72. Apply thermoplastic pavement legend per
Caltrans standard plans, Plan No. A24D. 204 EA $________ $____________
73.
Apply thermoplastic 2'x10' with 2' gap white
continental crosswalk as shown on plans
per Caltrans standard plans, plan no.
A24F.
12,820 SF
$________ $____________
74. Apply thermoplastic 4" solid white line. 1,020 LF $________ $____________
75.
Apply thermoplastic 8" dashed white lane
drop line at intersection per Caltrans
standard plans, Plan No. A20C, detail 37B
1,490 LF
$________ $____________
76.
Apply thermoplastic shared roadway
bicycle marking per Caltrans STD Plan No.
A24C with green background.
50 EA
$________ $____________
77. Apply thermoplBS2astic 8" diagonal white
hatch at 20' spacing. 570 LF $________ $____________
78.
Apply thermoplastic 8" solid white gore
treatment per Caltrans standard plans, plan
no. A20C, detail 36.
400 LF
$________ $____________
79.
Apply thermoplastic 6" solid white bike lane
line per Caltrans standard plans, plan no.
A20D, detail 39.
11,864 LF
$________ $____________
80.
Apply thermoplastic 6" dashed white
intersection bike lane line per Caltrans
standard plans, Plan No. A20D, detail 39A.
125 LF
$________ $____________
TRAFFIC SIGNAL
81.
Traffic signal modification for the
intersection of Palm Canyon Drive and
Camino Parcela
1 EA
$________ $____________
82.
Traffic signal modification for the
intersection of Indian Canyon Drive and
Ramon Road
1 EA
$________ $____________
83.
Traffic signal modification for the
intersection of Indian Canyon Drive and
Baristo Road
1 EA
$________ $____________
BID SCHEDULE
BID FORMS - PAGE 9
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Item
No.
Description Estimated
Quantity
Unit Unit
Price
Amount
84.
Traffic signal modification for the
intersection of Indian Canyon Drive and
Arenas Road
1 EA
$________ $____________
85.
Traffic signal modification for the
intersection of Indian Canyon Drive and La
Plaza
1 EA
$________ $____________
86.
Traffic signal modification for the
intersection of Indian Canyon Drive and
Tahqitz Canyon Way
1 EA
$________ $____________
87.
Traffic signal modification for the
intersection of Indian Canyon Drive and
Andreas Road
1 EA
$________ $____________
88.
Traffic signal modification for the
intersection of Indian Canyon Drive and
Amado Road
1 EA
$________ $____________
89.
Traffic signal modification for the
intersection of Indian Canyon Drive and
Alejo Road
1 EA
$________ $____________
90.
Traffic signal modification for the
intersection of Indian Canyon Drive and
Tamarisk Road
1 EA
$________ $____________
91.
Traffic signal modification for the
intersection of Indian Canyon Drive and
Tachevah Drive
1 EA
$________ $____________
92. Remove existing street lights and replace
with LED street lights 40 EA $________ $____________
93. Field Orders - - - AL $_150,000__________________
TOTAL OF ALL ITEMS OF THE BID SCHEDULE:
$____________________________________________________________________________
(Price in figures)
_____________________________________________________________________________
(Price in words)
* An allowance has been provided for Field Orders in accordance with Section 9-3.6 of the
special provisions. The Contractor shall be limited to payment for Field Orders authorized by the
Engineer up to and not exceeding the allowance specified.
QUANTITIES OF WORK:
The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only
to give an indication of the general scope of the Work. The City does not expressly nor by
implication agree that the actual amounts of work or material will correspond therewith, and reserves
the right after award to increase or decrease the quantity of any unit price bid item, by an amount up
to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to
delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for
the deleted item of Work.
*
BID SCHEDULE
BID FORMS - PAGE 10
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
SPECIAL NOTE:
In the event of any “missing” bid items or scope of work not otherwise included or identified in the
Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall
prosecute the work as required by the Plans and Specifications, and payment for any “missing” bid
items or scope of work shall be included in the various bid items of work, and no additional payment
will be allowed therefore.
_________________________
Name of Bidder or Firm
LIST OF SUBCONRACTORS
BID FORMS - PAGE 11
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
BIDDER’S LIST OF SUBCONTRACTORS
As required under Section 4104 of the Public Contract Code, the Bidder shall list below the name and the
location of the place of business of each subcontractor who will perform work or labor or render service to the
prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the
State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion
of the work or improvement, in an amount in excess of one-half of 1 percent of the prime contractor’s total bid
or, in the case of bids for the construction of streets or highways, including bridges, in excess of one-half of 1
percent of the prime contractor’s total bid or ten thousand dollars ($10,000), whichever is greater. After the
opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing
of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be
permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its
rejection.
Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the
event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work
identified in this Bid, the Bid shall be considered non-responsive.
A. BIDDER’S PORTION OF WORK Page 1 of ___
1. Name of Prime Contractor:
2. Bid Items / Portion of Work to be Self-Performed (if less than 100% of the contract):
3. Dollar Amount of Work Self-
Performed:
4. Percentage of Work Self-
Performed:
5. Date:
By signing the Bid Form, Contractor hereby certifies that it will perform not less than 50% of the Contract Work
with its own forces.
B. LIST OF SUBCONTRACTORS
1. Type of Subcontractor (Check One) □ First Tier; □ Second Tier; □ Supplier; □ Service Contractor (e.g.
Trucking)
2. Subcontractor Name:
3. Address:
4. Bid Items/Portion of Work:
5. Phone No.: 6. Contractor’s License No.: 7. Annual Gross Receipts:
□ < $1M □ < $5M □ < $10M
□ < $15M □ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor
Registration No:
10. Percentage of Contracted Work: 11. DBE Firm? □ Yes □ No 12. DBE Certification No.:
LIST OF SUBCONRACTORS
BID FORMS - PAGE 12
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
BIDDER’S LIST OF SUBCONTRACTORS – (Continued)
Copy this page as needed to provide a complete listing. Page ___ of ___
1. Type of Subcontractor (Check One) □ First Tier; □ Second Tier; □ Supplier; □ Service Contractor (e.g.
Trucking)
2. Subcontractor Name:
3. Address:
4. Bid Items/Portion of Work:
5. Phone No.: 6. Contractor’s License No.: 7. Annual Gross Receipts:
□ < $1M □ < $5M □ < $10M
□ < $15M □ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor
Registration No:
10. Percentage of Contracted Work: 11. DBE Firm? □ Yes □ No 12. DBE Certification No.:
1. Type of Subcontractor (Check One) □ First Tier; □ Second Tier; □ Supplier; □ Service Contractor (e.g.
Trucking)
2. Subcontractor Name:
3. Address:
4. Bid Items/Portion of Work:
5. Phone No.: 6. Contractor’s License No.: 7. Annual Gross Receipts:
□ < $1M □ < $5M □ < $10M
□ < $15M □ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor
Registration No:
10. Percentage of Contracted Work: 11. DBE Firm? □ Yes □ No 12. DBE Certification No.:
1. Type of Subcontractor (Check One) □ First Tier; □ Second Tier; □ Supplier; □ Service Contractor (e.g.
Trucking)
2. Subcontractor Name:
3. Address:
4. Bid Items/Portion of Work:
5. Phone No.: 6. Contractor’s License No.: 7. Annual Gross Receipts:
□ < $1M □ < $5M □ < $10M
□ < $15M □ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor
Registration No:
10. Percentage of Contracted Work: 11. DBE Firm? □ Yes □ No 12. DBE Certification No.:
LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
BID FORMS - PAGE 13
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
City Project No. 17-08 Bid Opening Date __________________
The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756,
and Section 7.09.030 of the Palm Springs Municipal Code, “Local Business Preference
Program”, subsection (5) “Local Preference in Public Works Contracts (Sub-Contracting)”, which
states:
The prime contractor shall use good faith efforts to sub-contract the supply of materials and
equipment to local business enterprises and to sub-contract services to businesses whose work
force resides within the Coachella Valley. The prime contractor shall submit evidence of such
good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by
placing advertisements inviting proposals in local newspapers, sending request for proposals to
local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the
work or supply the materials or equipment. Any notice inviting bids which may require the use of
sub-contractors shall include notification of this subsection. The City Council or Director may
reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to
comply with the requirements of this subsection.
FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FORMS MAY BE SUFFICIENT
CAUSE TO FIND THE BID NON-RESPONSIVE. BIDDERS SHALL ENSURE ALL
APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED.
Bidders shall provide sufficient information to demonstrate that they have made good faith
efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined
in Ordinance No. 1756) is listed as a subcontractor on the “List of Subcontractors” submitted
with its Bid, Bidders shall identify local subcontractors not required to be identified on the List
of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish
materials and supplies for incorporation into the work of this project.
Local Subcontractors not listed on the List of Subcontractors:
Local firms that will furnish materials or supplies to the Bidder for this project:
LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
BID FORMS - PAGE 14
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
(CONTINUED)
In the event no local firms (as defined in Ordinance No. 1756) will provide services, or
furnish materials and supplies to the Bidder for this project, the Bidder shall provide
information sufficient to demonstrate good faith efforts to do so. Examples of
information accepted by the City to demonstrate good faith efforts shall be included
below:
A. The names and dates of each publication in which a request for participation by local
firms for this project was placed by the bidder (please attach copies of advertisements
or proofs of publication):
Publications Dates of Advertisement
B. The names and dates of written notices sent to local firms soliciting bids for this project
and the dates and methods used for following up initial solicitations to determine with
certainty whether the local firms were interested (please attach copies of solicitations,
telephone records, fax confirmations, etc.):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
Names of
firms
Solicited
Date of
Initial
Solicitation
Follow Up Methods
and Dates
LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
BID FORMS - PAGE 15
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
C. The items of work which the bidder made available to local firms, including, where
appropriate, any breaking down of the contract work items (including those items
normally performed by the bidder with its own forces) into economically feasible units to
facilitate participation by local firms.
Items of Work Bidder
Normally
Performs Item
(Y/N)
Breakdown of Items Amount
($)
Percentage
Of
Contract
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
D. The names, addresses and phone numbers of rejected local firms, the reasons for the
bidder's rejection of the local firms, the firms selected for that work (please attach
copies of quotes from the firms involved), and the price difference for each firm if the
selected firm is not a local firm:
Names, addresses and phone numbers of rejected local firms and the reasons for the
bidder's rejection of the local firms:
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
Names, addresses and phone numbers of firms selected for the work above:
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.
NON-COLLUSION DECLARATION
BID FORMS - PAGE 16
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
NON-COLLUSION DECLARATION
The undersigned declares:
I am the ____________________ of ____________________________________, the
(Title of Officer) (Firm/Company)
party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation. The bid is genuine and
not collusive or sham. The bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid. The bidder has not directly or indirectly
induced or solicited any other bidder to put in a false or sham bid, or to refrain from
bidding. The bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other
bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any
other bidder. All statements contained in the bid are true. The bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, to any corporation, partnership,
company, association, organization, bid depository, or to any member or agent thereof,
to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or
entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation,
partnership, joint venture, limited liability company, limited liability partnership, or any
other entity, hereby represents that he or she has full power to execute, and does
execute, this declaration on behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that the
foregoing is true and correct and that this declaration is executed on
____________________, at ___________________, ___________.
(Date) (City) (State)
_________________________
Signature
NON-DISCRIMINATION CERTIFICATION
BID FORMS - PAGE 17
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS
As suppliers of goods In connection with its performance under this Agreement,
Contractor shall not discriminate against any employee or applicant for employment
because of race, religion, color, sex, age, marital status, ancestry, national origin,
sexual orientation, gender identity, gender expression, physical or mental disability, or
medical condition. Contractor shall ensure that applicants are employed, and that
employees are treated during their employment, without regard to their race, religion,
color, sex, age, marital status, ancestry, national origin, sexual orientation, gender
identity, gender expression, physical or mental disability, or medical condition. Such
actions shall include, but not be limited to, the following: employment, upgrading,
demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including
apprenticeship.
We agree specifically:
1. To establish or observe employment policies, which affirmatively promote
opportunities for minority persons at all job levels.
2. To communicate this policy to all persons concerned, including all company
employees, outside recruiting services, especially those serving minority
communities, and to the minority communities at large.
3. To take affirmative steps to hire minority employees within the company.
FIRM
NAME OF PERSON SIGNING
TITLE OF PERSON SIGNING
DATE
Please include any additional information available regarding equal opportunity
employment programs now in effect within your company.
BID BOND (BID SECURITY FORM)
BID FORMS - PAGE 18
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
BID BOND
KNOW ALL MEN BY THESE PRESENTS,
That as Principal, and
as Surety,
are held and firmly bound unto the City of Palm Springs, California, hereinafter called the "City" in the sum of:
dollars
(not less than 10 percent of the total amount of the bid)
for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators,
successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid
Schedule(s) of the City's Contract Documents entitled:
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner
required in the “Notice Inviting Bids” and the “Instructions to Bidders” enters into a written Agreement on the
Form of Agreement included with said Contract Documents, furnishes the required Certificates of Insurance, and
furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void,
otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City
prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to
be fixed by the court.
SIGNED AND SEALED, this _____ day of _____________________, 20__.
EXECUTED FOR THE PRINCIPAL:
By
Signature
(NOTARIZED)
Print Name and Title:
By
Signature
(NOTARIZED)
Print Name and Title:
EXECUTED FOR THE SURETY:
By
Signature
(NOTARIZED)
Print Name and Title:
BIDDER’S GENERAL INFORMATION
BID FORMS - PAGE 19
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
BIDDER'S GENERAL INFORMATION
The Bidder shall furnish the following information. Failure to complete all Items will cause
the Bid to be non-responsive and may cause its rejection.
1. BIDDER/CONTRACTOR'S Name and Street Address:
Telephone Number: ( )
Facsimile Number: ( )
E-Mail:
Tax Identification Number:
2. TYPE OF FIRM
Individual Partnership Corporation (State )
Minority Business Enterprise (MBE)
Women Business Enterprise (WBE)
Small Disadvantaged Business (SDB)
Veteran Owned Business
Disabled Veteran Owned Business
3. CONTRACTOR'S LICENSE: Primary Classification
State License Number(s)
Supplemental License Classifications
4. BUSINESS LICENSE: Yes No License No.:
5. Surety Company and Agent who will provide the required Bonds:
Name of Surety
Address
Surety Company
Telephone Numbers: Agent ( ) Surety ( )
BIDDER’S GENERAL INFORMATION
BID FORMS - PAGE 20
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
BIDDER'S GENERAL INFORMATION (Continued)
6. List the names and addresses of the principal members of the firm or names and
titles of the principal officers of the corporation or firm; also include those who has
greater than $2,000 interest in the corporation or firm.
7. Number of years experience as a contractor in this specific type of construction
work:
8. List at least three related projects completed to date:
a. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
b. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
c. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
9. Name of Project Manager/Superintendent:
10. Name(s) of person(s) who inspected job site:
BIDDER’S GENERAL INFORMATION
BID FORMS - PAGE 21
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
AGREEMENT
(CONSTRUCTION CONTRACT)
THIS AGREEMENT made this ___ day of _________________, 20__, by and between
the City of Palm Springs, a charter city, organized and existing in the County of Riverside,
under and by virtue of the laws of the State of California, hereinafter designated as the
City, and hereinafter designated as
the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 -- THE WORK
For and in consideration of the payments and agreements to be made and performed by
City, Contractor agrees to furnish all materials and perform all work required to complete
the Work as specified in the Contract Documents, and as generally indicated under the
Bid Schedule(s) for the Project entitled:
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
The Work comprises the DESCRIPTION.
ARTICLE 2 -- COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. Accordingly, instead of
requiring any such proof, the City and the Contractor agree that as liquidated damages or
delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section
6-9 of the Special Provisions for each calendar day that expires after the time specified in
Article 2, herein. In executing the Agreement, the Contractor acknowledges it has
reviewed the provisions of the Standard Specifications, as modified herein, related to
liquidated damages, and has made itself aware of the actual loss incurred by the City due
to the inability to complete the Work within the time specified in the Notice to Proceed.
AGREEMENT FORM
AGREEMENT AND BONDS - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
ARTICLE 3 -- CONTRACT PRICE
The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change
Orders approved by the City. The amount of the initial contract award in accordance with
the Contractor’s Bid Proposal is $_____________.
Contractor agrees to receive and accept the prices set forth herein, as full compensation
for furnishing all materials, performing all work, and fulfilling all obligations hereunder.
Said compensation shall cover all expenses, losses, damages, and consequences arising
out of the nature of the Work during its progress or prior to its acceptance including those
for well and faithfully completing the Work and the whole thereof in the manner and time
specified in the Contract Documents; and, also including those arising from actions of the
elements, unforeseen difficulties or obstructions encountered in the prosecution of the
Work, suspension of discontinuance of the Work, and all other unknowns or risks of any
description connected with the Work.
ARTICLE 4 -- THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
prevailing rate of per diem wages as determined by the Director of the California
Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of
Subcontractors, Local Business Preference Program – Good Faith Efforts, Non-
Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid
Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance
Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings,
Addenda numbers ________ to ________, inclusive, and all Construction Contract
Change Orders and Work Change Directives which may be delivered or issued after the
Effective Date of the Agreement and are not attached hereto.
ARTICLE 5 -- MUTUAL OBLIGATIONS
For and in consideration of the payments and agreements to be made and performed by
the City, the Contractor agrees to furnish all materials and perform all work required for
the above stated project, and to fulfill all other obligations as set forth in the aforesaid
Contract Documents.
City hereby agrees to employ, and does hereby employ, Contractor to provide the
materials, complete the Work, and fulfill the obligations according to the terms and
conditions herein contained and referred to, for the Contract Price herein identified, and
hereby contracts to pay the same at the time, in the manner, and upon the conditions set
forth in the Contract Documents.
AGREEMENT FORM
AGREEMENT AND BONDS - PAGE 3
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Contractor specifically acknowledges and agrees to be bound by the Wage Rates and
Labor Code requirements specified in the Contract Documents, including the requirement
to furnish electronic certified payroll records directly to the Labor Commissioner (via the
Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per
diem wages as determined by the Director of the Department of Industrial Relations of the
State of California.
ARTICLE 6 -- PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the City Engineer as provided in the Contract Documents.
ARTICLE 7 -- NOTICES
Whenever any provision of the Contract Documents requires the giving of a written Notice
between the parties, it shall be deemed to have been validly given if delivered in person
to the individual or to a member of the firm or to an officer of the corporation for whom it is
intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the Notice.
ARTICLE 8 -- INDEMNIFICATION
The Contractor agrees to indemnify and hold harmless the City, and all of its officers and
agents from any claims, demands, or causes of action, including related expenses,
attorney’s fees, and costs, based on, arising out of, or in any way related to the Work
undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of
Section 7-15 “Indemnification,” of the Special Provisions, which are hereby referenced
and made a part hereof.
Prevailing Wages. Contractor agrees to fully comply with all applicable federal and
state labor laws including, without limitation California Labor Code Section 1720, et
seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section
16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or
non-payment of prevailing wages under California law, and Contractor hereby agrees to
defend, indemnify, and hold the City, its officials, officers, employees, agents and
volunteers, free and harmless from any claim or liability arising out of any failure or
alleged failure to comply with the Prevailing Wage Laws.
ARTICLE 9 -- NON-DISCRIMINATION
In connection with its performance under this Agreement, Contractor shall not
discriminate against any employee or applicant for employment because of actual or
perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e.,
place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual
orientation, gender identity, gender expression, physical or mental disability, or medical
condition (each a “prohibited basis”). Contractor shall ensure that applicants are
AGREEMENT FORM
AGREEMENT AND BONDS - PAGE 4
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
employed, and that employees are treated during their employment, without regard to any
prohibited basis. As a condition precedent to City’s lawful capacity to enter this
Agreement, and in executing this Agreement, Contractor certifies that its actions and
omissions hereunder shall not incorporate any discrimination arising from or related to
any prohibited basis in any Contractor activity, including but not limited to the following:
employment, upgrading, demotion or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship; and further, that Contractor is in full compliance with the
provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation
the provision of benefits, relating to non-discrimination in city contracting.
ARTICLE 10 -- MISCELLANEOUS
Terms used in this Agreement which are defined in the Standard Specifications and the
Special Provisions will have the meanings indicated in said Standard Specifications and
the Special Provisions. No assignment by a party hereto of any rights under or interests
in the Contract Documents will be binding on another party hereto without the written
consent of the party sought to be bound; and specifically, but without limitation, monies
that may become due and monies that are due may not be assigned without such
consent (except to the extent that the effect of this restriction may be limited by law), and
unless specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
The City and the Contractor each binds itself, its partners, successors, assigns, and legal
representatives, to the other party hereto, its partners, successors, assigns, and legal
representatives, in respect of all covenants, agreements, and obligations contained in the
Contract Documents.
SIGNATURES ON NEXT PAGE
AGREEMENT FORM
AGREEMENT AND BONDS - PAGE 5
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be
executed the day and year first above written.
CITY OF PALM SPRINGS,
CALIFORNIA
By
David H. Ready
City Manager
ATTEST:
By
Anthony J. Mejia, MMC
City Clerk
APPROVED AS TO FORM:
By
Edward Z. Kotkin
City Attorney
RECOMMENDED:
By
Thomas Garcia, P.E.
City Engineer
APPROVED BY THE CITY COUNCIL:
Date
Agreement No.
AGREEMENT FORM
AGREEMENT AND BONDS - PAGE 6
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONTRACTOR
By:
Firm/Company Name
By:_____________________________________
Signature (notarized)
By:______________________________________
Signature (notarized)
Name:__________________________________ Name:___________________________________
Title:____________________________________ Title:_____________________________________
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of
that document.
(This Agreement must be signed in the above
space by one having authority to bind the
Contractor to the terms of the Agreement.)
State of )
County of )ss
(This Agreement must be signed in the above
space by one having authority to bind the
Contractor to the terms of the Agreement.)
State of )
County of )ss
On
before me,
personally appeared
who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
On
before me,
personally appeared
who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Notary Signature:
Notary Signature:
Notary Seal: Notary Seal:
WORKER'S COMPENSATION CERTIFICATE
AGREEMENT AND BONDS - PAGE 7
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
WORKER'S COMPENSATION CERTIFICATE
(AS REQUIRED BY SECTION 1861
OF THE CALIFORNIA LABOR CODE)
I am aware of the provisions of Section 3700 of the California Labor Code,
which require every employer to be insured against liability for worker's
compensation, or to undertake self-insurance in accordance with the
provisions of said Code, and I will comply with such provisions before
commencing the performance of the Work of this Contract.
Contractor __________________________________
By _________________________________________
Title ________________________________________
PERFORMANCE BOND
AGREEMENT AND BONDS - PAGE 8
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
PERFORMANCE BOND – PUBLIC WORKS
KNOW ALL MEN BY THESE PRESENTS,
WHEREAS, the City of Palm Springs, a charter city, organized and existing in the County of
Riverside, California, as Obligee, (hereinafter referred to as the “City”), has awarded to the
undersigned Contractor, (hereinafter referred to as the “Contractor”), an agreement for the work
described as follows:
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
(hereinafter referred to as the “Public Work”); and
WHEREAS, the work to be performed by the Contractor is more particularly set forth in that
certain Agreement (Construction Contract) for the said Public Work awarded to the Contractor
and approved by the City for the Project hereinabove named, (hereinafter referred to as the
"Contract"), which Contract is incorporated herein by this reference; and
WHEREAS, the Contractor is required by said Contract to perform the terms thereof, and to
provide a bond both for the performance and guaranty thereof.
NOW, THEREFORE, we, the undersigned Contractor, as Principal, and:
,
a corporation organized and existing under the laws of the State of ____________, and duly
authorized to transact business under the laws of the State of California, as Surety, are held and
firmly bound unto the City in the sum of ______________________________________________
Dollars ($_________________), said sum being not less than 100 percent of the total amount
payable by the City under the terms to the said Contract, for which amount well and truly to be
made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the bounden Contractor, his or its
heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by,
and well and truly keep and perform the covenants, conditions and agreements in the said
Contract and any alteration thereof made as therein provided, on his or its parts, to be kept and
performed at the time and in the manner therein specified, and in all respects according to their
intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and
workmanship; and indemnify and save harmless the City, its officers and agents, as stipulated in
said Contract, then this obligation shall become null and void; otherwise it shall be and remain in
full force and effect.
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 or to the work to be performed thereunder
or the Specifications accompanying the same shall in any way affect its obligations on this bond,
and it does hereby waive notice of any such change, extension of time, alteration of addition to the
terms of the Contract, or to the Public Work or to the Specifications.
No final settlement between the City and the Contractor shall abridge the right of any beneficiary
hereunder, whose claim may be unsatisfied.
PERFORMANCE BOND
AGREEMENT AND BONDS - PAGE 9
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
PERFORMANCE BOND – PUBLIC WORKS
(CONTINUED)
Contractor and Surety agree that if the City is required to engage the services of an attorney in
connection with enforcement of the bond, each shall pay City's reasonable attorney's fees
incurred, with or without suit, in addition to the above sum.
SIGNED AND SEALED, this ____ day of ___________________, 20__.
CONTRACTOR:
Check one: ____ individual, ___ partnership, ___ corporation
(This Performance Bond must be signed by representatives and/or officers having appropriate
authority to bind the Contractor and Surety to the terms of the Performance Bond.)
CONTRACTOR:
By:
Signature
(NOTARIZED)
Print Name and Title:
By:
Signature
(NOTARIZED)
Print Name and Title:
SURETY:
By
Signature
(NOTARIZED)
Print Name and Title:
By submitting this Performance Bond, the Contractor and Surety acknowledge the provisions of
the Contract Documents with regard to Section 6-4 “Default by the Contractor”, as further
amended by the Special Provisions.
PERFORMANCE BOND
AGREEMENT AND BONDS - PAGE 10
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
PERFORMANCE BOND – PUBLIC WORKS
(CONTINUED)
The rate of premium on this bond is $________ per thousand.
The total amount of premium charged: $__________
(The above must be filled in by corporate surety).
IMPORTANT: Surety companies executing bonds must possess a certificate of authority from
the California Insurance Commissioner authorizing them to write surety insurance defined in
Section 105 of the California Insurance Code, and if the work or project is financed, in whole or
in part, with Federal, grant, or loan funds, it must also appear on the Treasury Department’s
most current list (Circular 570 as amended). THIS IS A REQUIRED FORM.
Any claims under this bond may be addressed to:
(Name and Address of Surety)
(Name and Address of Agent or
Representative for service of
process in California if
different from above)
(Telephone Number of Surety and
Agent or Representative for
service of process in California)
PERFORMANCE BOND
AGREEMENT AND BONDS - PAGE 11
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
PERFORMANCE BOND – PUBLIC WORKS
(CONTINUED)
ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing
this certificate verifies only the identity of the
individual who signed the document to
which this certificate is attached, and not the
truthfulness, accuracy or validity of that
document.
State of
County of
On ______________________ before me, ,
Date Name, Title of Officer
personally appeared ,
NAME(S) OF SIGNER(S)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed
the instrument.
I certify under PENALTY OF PERJURY under the laws of the State identified herein, that the foregoing paragraph is true and
correct.
Witness my hand and official seal.
__________________________________
Signature of Notary
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of
this certificate to unauthorized document.
THIS CERTIFICATE Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages DATE of DOCUMENT
DESCRIBED AT RIGHT:
Signer(s) Other Than Named Above_____________________________________________________
PAYMENT BOND
AGREEMENT AND BONDS - PAGE 12
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
PAYMENT BOND – PUBLIC WORKS
KNOW ALL MEN BY THESE PRESENTS,
WHEREAS, the City of Palm Springs, a charter city, organized and existing in the County of Riverside,
California, as Obligee, (hereinafter referred to as the “City”), has awarded to the undersigned
Contractor, (hereinafter referred to as the “Contractor”), an agreement for the work described as follows:
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
(hereinafter referred to as the “Public Work”); and
WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain
Agreement (Construction Contract) for the said Public Work awarded to the Contractor and approved by
the City for the Project hereinabove named, (hereinafter referred to as the “Contract”), which Contract is
incorporated herein by this reference; and
WHEREAS, said Contractor is required to furnish a bond in connection with said Contract and pursuant
to Section 9550 of the California Civil Code.
NOW, THEREFORE, we, the undersigned Contractor, as Principal, and:
, a corporation
organized and existing under the laws of the State of ____________, and duly authorized to transact
business under the laws of the State of California, as Surety, are held and firmly bound unto the City,
and to any and all persons, companies, or corporations entitled to file stop payment notices under
Section 9100 of the California Civil Code, in the sum of
________________________________________________________ Dollars ($_________________),
said sum being not less than 100 percent of the total amount payable by the City under the terms to the
said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors,
administrators, successors, or assigns, or Subcontractors, shall fail to pay for any materials, provisions
or other supplies, implements, machinery, or power used in, upon, for, or about the performance of the
Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for
bestowing skills or other necessary services thereon, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld, and paid over to the Employment Development Department from the wages of employees of
paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance
Code with respect to such work and labor as required by the provisions of Sections 9550 through 9560
of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the
sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions
herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies, and
corporations entitled to serve stop payment notices under Section 9100 of the Civil Code, so as to give a
right of action to them or their assigns in any suit brought upon this bond.
PAYMENT BOND
AGREEMENT AND BONDS - PAGE 13
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
PAYMENT BOND – PUBLIC WORKS
(CONTINUED)
The Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration, or additions to the terms of the said Contract or to the work to be performed thereunder or the
Specifications accompanying the same shall in any way affect its obligations 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 or to the work or to the Specifications.
No final settlement between the City and the Contractor hereunder shall abridge the right of any
beneficiary hereunder, whose claim may be unsatisfied.
Contractor and Surety, an admitted surety insurer, further agree that if the City or any entity or person
entitled to file stop payment notices is required to engage the services of an attorney in connection with
the enforcement of this bond, each shall be liable for the reasonable attorney's fees incurred, with or
without suit, in addition to the above sum.
SIGNED AND SEALED, this ____ day of __________________, 20__.
CONTRACTOR:
Check one: ____ Individual, ___ Partnership, ___ Corporation
(This Payment Bond must be signed by representatives and/or officers having appropriate authority to
bind the Contractor and Surety to the terms of the Payment Bond.)
EXECUTED FOR THE CONTRACTOR:
By:
Signature
(NOTARIZED)
Print Name and Title:
By:
Signature
(NOTARIZED)
Print Name and Title:
EXECUTED FOR THE SURETY:
By
Signature
(NOTARIZED)
Print Name and Title:
PAYMENT BOND
AGREEMENT AND BONDS - PAGE 14
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
PAYMENT BOND – PUBLIC WORKS
(CONTINUED)
The rate of premium on this bond is $________ per thousand.
The total amount of premium charged: $__________
(The above must be filled in by corporate surety).
IMPORTANT: Surety companies executing bonds must possess a certificate of authority from
the California Insurance Commissioner authorizing them to write surety insurance defined in
Section 105 of the California Insurance Code, and if the work or project is financed, in whole or
in part, with Federal, grant, or loan funds, it must also appear on the Treasury Department’s
most current list (Circular 570 as amended). THIS IS A REQUIRED FORM.
Any claims under this bond may be addressed to:
(Name and Address of Surety)
(Name and Address of Agent or
Representative for service of
process in California if
different from above)
(Telephone Number of Surety and
Agent or Representative for
service of process in California)
PAYMENT BOND
AGREEMENT AND BONDS - PAGE 15
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
PAYMENT BOND – PUBLIC WORKS
(CONTINUED)
ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing
this certificate verifies only the identity of the
individual who signed the document to
which this certificate is attached, and not the
truthfulness, accuracy or validity of that
document.
State of
County of
On ______________________ before me, ,
Date Name, Title of Officer
personally appeared ,
NAME(S) OF SIGNER(S)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed
the instrument.
I certify under PENALTY OF PERJURY under the laws of the State identified herein, that the foregoing paragraph is true and
correct.
Witness my hand and official seal.
__________________________________
Signature of Notary
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of
this certificate to unauthorized document.
THIS CERTIFICATE Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages DATE of DOCUMENT
DESCRIBED AT RIGHT:
Signer(s) Other Than Named Above_____________________________________________________
PART II -- SPECIAL PROVISIONS
GENERAL CONTENTS - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CITY OF PALM SPRINGS
ENGINEERING SERVICES DEPARTMENT
PART II -- SPECIAL PROVISIONS
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
Section 1 - Terms, Definitions, Abbreviations, and Symbols
Section 2 - Scope and Control of Work
Section 3 - Changes in Work
Section 4 - Control of Materials
Section 5 - Utilities
Section 6 - Prosecution, Progress, and Acceptance of the Work
Section 7 - Responsibilities of the Contractor
Section 8 - Facilities for Agency Personnel
Section 9 - Measurement and Payment
Section 10 - Construction Details
* * * *
TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
SPECIAL PROVISIONS - SECTION 1 - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CITY OF PALM SPRINGS
ENGINEERING SERVICES DEPARTMENT
SPECIAL PROVISIONS
INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
INTRODUCTION
Standard Specifications. - The Work hereunder shall be done in accordance with the
Standard Specifications for Public Works Construction ("Greenbook"), 2015 Edition,
including all current supplements, addenda, and revisions thereof, these Special
Provisions, and the Standard Plans identified in the Appendix, insofar as the same may
apply to, and be in accordance with, the following Special Provisions.
In case of conflict between the Standard Specifications for Public Works Construction
("Greenbook") and these Special Provisions, the Special Provisions shall take
precedence over, and be used in lieu of, such conflicting portions.
Supplementary Reference Specifications. - Insofar as references may be made in
these Special Provisions to the Caltrans Standard Specifications 2015 Edition, such work
shall conform to the referenced portions of the technical provisions only of said reference
specifications, provided, that wherever the term "Standard Specifications" is used without
the prefix "Caltrans," it shall mean the Standard Specifications for Public Works
Construction ("Greenbook"), 2015 Edition, as previously specified in the above
paragraph.
Amended Standard Specifications. - The amendments identified herein this Part II –
Special Provisions are revisions to certain provisions of the Standard Specifications, and
shall apply to the Contractor’s work on this contract.
1-1 GENERAL. DELETE in its entirety and SUBSTITUTE with the following:
Whenever the terms "directed," "required," "permitted," "ordered," "designated,"
"prescribed," or terms of like import are used, it shall be understood that the direction,
requirements, permission, order, designation, or prescription of the Engineer is intended.
Similarly, the terms "approved," "acceptable," "satisfactory," "or equal," or terms of like
import shall mean approved or acceptable to or satisfactory to the Engineer, unless
otherwise expressly stated.
TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
SPECIAL PROVISIONS - SECTION 1 - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The word "provide" or “construct” shall be understood to mean furnish and install, unless
otherwise expressly stated.
1-2 TERMS AND DEFINITIONS.
Contract Price – DELETE in its entirety and SUBSTITUTE with the following:
The total amount for which the Contract is awarded plus approved Change Order(s).
Engineer – ADD the following:
Authorized agents of the Engineer may be referred to as Resident Engineer, Principal
Engineer, or Deputy Director, who are charged with conducting detailed administration
and inspection of the Contract.
ADD the following definitions:
Acceptance - Formal action of the City in determining that the Contractor’s Work has
been completed in accordance with the Contract Documents, filing a Notice of
Completion (NOC) with the County Recorder, and notifying the Contractor in writing of
the acceptability of the Work.
Act(s) of God - A cataclysmic phenomenon of nature, such as an earthquake, flood, or
cyclone (tornado). Events which shall not be construed as Acts of God include wind,
wind shear, micro-bursts, rain, high water, storm water runoff, or other natural
phenomena which might reasonably have been anticipated from historical records of the
general locality of the Work.
Agent - Any individual, firm, association, partnership, corporation, trust, joint venture or
other legal entity, e.g., the Project Manager and Consultants, employed by the City for
services on this Project.
Allowance – Payment under "AL" Allowance Bid items will be based on the actual
expenditures for pre-authorized items of Work in accordance with Contract Documents.
Apparent Low Bidder - The Bidder whose Bid, having been publicly opened and read
aloud, meets the material requirements of the Bid Documents, and whose Bid price is
the lowest received.
Applicable Laws - Laws, statutes, ordinances, rules, orders, and regulations of
governmental authorities and courts having jurisdiction.
Application for Payment - The document prepared by the Contractor which is
submitted to the City showing the Contractor's entitlement to progress payments.
As-builts - The Red-lines drawings cleaned-up and approved appropriately from the
original conception of the design to reflect the actual product built.
TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
SPECIAL PROVISIONS - SECTION 1 - PAGE 3
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Award of Contract - Date of - Date on which the Mayor or designee executes the
Contract Documents and conditions precedent to award have been satisfied.
Board – The City Council of the City of Palm Springs.
Business Day - See Working Day.
CEQA - The California Environmental Quality Act.
City - The City of Palm Springs. See Agency.
City Forces - Employees of City who perform construction field work on public works
projects as outlined in the Contract Documents.
Change Proposal - Proposal for a Change Order submitted by the Contractor to the
City, either at the request of the City, or at the Contractor's own initiative.
Claim - A written demand by the Contractor that seeks an adjustment in the Contract
Price or the Contract Time, or other relief associated with a dispute arising under or
relating to the Contract, including a breach of any provision thereof. A written demand by
the Contractor is not a Claim unless: 1) the written demand conforms to the
requirements of Section 3-7, “Dispute Resolution Process”; and 2) the City has
previously denied a request by the Contractor for a Change Order seeking the
demanded relief. Further, a voucher, invoice, or other routine request for payment that is
not in dispute when submitted is not a Claim. A Claim made in accordance with this
contract shall not qualify as a claim against City for the purposes of the California
Government Code.
Consultant - The individual, partnership, corporation, joint-venture, or other legal entity
named as such in the Contract Documents or succeeding entity (e.g., architects and
engineers) employed by the City for Project design or other specialized services and who
function under the direction of the Engineer.
Construction Documents – Construction Documents shall be the Contractor's plans
and details, including plans showing installation of major systems, equipment, fixed
furnishings and graphics, the technical specifications and all other technical drawings,
schedules, diagrams and specifications, accepted Shop Drawings, Working Drawings,
and submittals that are necessary to set forth in detail the requirements for the Project
that are necessary to set forth in detail the requirements for the Project.
Construction Manager - The person designated, in writing, by the City to act as its
representative at the Site and to perform construction inspection services and
administrative functions relating to this contract e.g., to make initial decisions regarding
questions which may arise as to the quality or acceptability of materials furnished and
Work performed, as to the manner of performance, and rate of progress of the Work
under the Contract. Initial contact by the Contractor with the City shall be through the
TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
SPECIAL PROVISIONS - SECTION 1 - PAGE 4
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Construction Manager. The Construction Manager oversees and enforces the Contract
Documents and makes initial decisions with respect to the Contractor’s fulfillment of the
Contract obligations and the Contractor’s entitlement to compensation.
The Construction Manager may be an employee of the City or an independent
Consultant contracted to represent the City.
If a Construction Manager is not provided by the City, references to Construction
Manager shall be the same as Resident Engineer.
Contract Time - The number of successive days or Working Days stated in the Contract
Documents for the completion of the Work.
Defective Work - Work that is unsatisfactory, faulty, deficient, does not conform to the
Contract Documents, does not meet the requirements of any inspection, reference
standard, test, or approval referred to in the Contract Documents; unauthorized material
substitutions; or Work that has been damaged by anyone other than City prior to Final
Acceptance.
Demobilization - The complete dismantling and removal by the Contractor of all of the
Contractor’s temporary facilities, equipment, materials, and personnel at the Site.
Drawings – See Plans.
Execution of Contract - Date of – See Award of Contract.
Field Order - A Field Order is a written order by the Engineer to compensate the
Contractor for items of work, as further defined in 9-3.6, “Field Orders.” A field order shall
not increase Contract Price, Contract Time, or both.
Final Acceptance – See Acceptance.
Final Completion - Satisfactory completion of Work required by this contract as
evidenced by the recorded NOC with Riverside County.
Final Payment - The last payment for this contract made by City to the Contractor when
all applicable requirements have been met.
Hazardous Materials or Waste - Items identified in Section 104 of the Solid Waste
Disposal Act (42 USC Section 6901, et seq.) as amended from time to time or, as
defined in Section 25117 of the Health and Safety Code, that is required to be removed
to a Class I, Class II, or Class III disposal site in accordance with provisions of existing
law, whichever is more restrictive.
Holiday - The City-observed holidays are listed below (if any holiday listed falls on a
Friday or Saturday, then the preceding Thursday is considered a legal holiday. If the
holiday falls on a Sunday, then the following Monday will is considered a legal holiday):
TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
SPECIAL PROVISIONS - SECTION 1 - PAGE 5
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Holiday Observed On
New Year’s Day (January 1)
Martin Luther King Day (Third Monday in January)
President’s Day (Third Monday in February)
Memorial Day (Last Monday in May)
Independence Day (July 4)
Labor Day (First Monday in September)
Veteran’s Day (November 11)
Thanksgiving Day (Fourth Thursday in November)
Day after Thanksgiving Day (Fourth Friday in November)
Christmas Eve (December 24)
Christmas Day (December 25)
Legal Address - The official address of the City shall be City of Palm Springs, 3200 East
Tahquitz Canyon Way, Palm Springs, CA 92262, or such other address as the City may
subsequently designate in written notice to the Contractor. The official address of the
Engineer shall be the City Engineer, City of Palm Springs, 3200 East Tahquitz Canyon
Way, Palm Springs, CA 92262, or such other address as the Engineer may
subsequently designate in writing to the Contractor.
Limited Notice To Proceed – A written notice given from the City authorizing initiation of
a limited amount of work that is not Construction Work, e.g., finalizing subcontract
agreements, ordering materials, mobilization, furnishing a field office, Design Work, and
any other preliminary work done prior to performing Construction Work.
Milestone(s) - Principal event(s) specified in the Contract Documents relating to an
intermediate completion date of a portion of the Work, or a period of time within which
the portion of the Work shall be performed prior to Completion of the Work. Liquidated
damages are frequently associated with Milestones.
Markout - The temporary marking/painting of the ground, pavement, or sidewalk by the
facility or utility owner or its representative. Markouts identify the approximate location of
the existing buried utilities in the vicinity of planned construction for the convenience of
the Contractor.
Mayor or designee - The City of Palm Springs Mayor or a designated representative.
Normal Working Hours - Unless specified otherwise, 7:00 AM to 4:00 PM, Monday
through Friday, inclusive. Saturdays, Sundays, and City holidays are excluded.
Notice of Completion (NOC) - If, in the City’s judgment, the Work has been completed,
the City will file with the County Recorder a NOC which stipulates the date that the Work
was accepted. The conditions of warranty in accordance with 6-8, “COMPLETION,
ACCEPTANCE, AND WARRANTY” shall commence on the date of NOC unless stated
otherwise in the Contract Documents.
TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
SPECIAL PROVISIONS - SECTION 1 - PAGE 6
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Owner – See City.
Party or Parties - The City, the Contractor, or both, their respective permitted
successors or assigns, and any other future signatories to this contract.
Prime Contractor – See Contractor.
Product Data - Illustrations, standard schedules, performance charts, instructions,
brochures, diagrams, and other information furnished by the Contractor to illustrate
materials or equipment for any portion of the Work.
Project - The Project is the object of this contract to be constructed by the Contractor as
described and shown in the Contract Documents.
Project Manager - The individual charged with overall responsibility for the Project.
Project Site - All areas where Work is to be performed pursuant to this contract. Project
Site may also be referred to as Site and Work Site.
Red-lines - Plans with annotations of changes made during construction, in red, to
reflect the actual product built during construction.
Request for Information (RFI) - The written request for information made by the
Contractor to City to clarify any parts of the Contract Documents.
Retention - The amount withheld by the City from the money due to the Contractor in
accordance with 9-3.2, “Partial and Final Payment”.
Punchlist - List of items or corrections required to comply with Contract Documents.
Samples - Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Project and that establish the standards by which
such portion of the Project will be judged.
Schedule – Contractor prepared and City accepted Critical Path Method (CPM)
schedule in accordance with 6-1, “CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK.”
Separate Contractors - Those individuals or entities who have entered into
arrangements with the City for the provision of labor, materials, or other services in
connection with the Project who are not under contract with the Contractor.
Services - Professional services, including design, engineering, and construction
management of the Project that are required in accordance with the Contract
Documents.
TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS
SPECIAL PROVISIONS - SECTION 1 - PAGE 7
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Shop Drawings – Drawings submitted by the Contractor showing details of
manufactured or assembled products proposed to be incorporated into Work.
Subconsultant – See Subcontractor.
Subcontract - Agreement between the Contractor and another person or entity engaged
to perform a portion of the Work.
Submittals - The information, materials, or Sample(s) specified for submission to the
City in accordance with this contract.
Supplier - Manufacturer, fabricator, distributor, or vendor.
Walk-through - The procedure used by the City to evaluate status of the Project and
generate a Punchlist.
Work – The term “the Work” or “Work” generally defines all of the activities of the
Contractor in completing the Project in accordance with the Contract Documents.
Working Drawings – Drawings submitted by the Contractor showing details of work not
shown on the Plans.
Working Day – Any day within the period between the date of the start of the Contract
Time in accordance with 6-1, “CONSTRUCTION SCHEDULE AND COMMENCEMENT
OF THE WORK” and the date of Final Acceptance other than the days specified in 6-7.2,
“Working Days”.
Writing - See California Evidence Code Section 250.
- END OF SECTION -
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
SECTION 2 -- SCOPE AND CONTROL OF WORK
2-1 Award and Execution of the Contract. ADD the following:
The contract shall be executed by the successful bidder and shall be returned,
together with the contract bonds, to the City so that it is received within the time
prescribed in the Instructions to Bidders. Failure to do so shall be just cause for
forfeiture of the proposal guaranty. The executed contract documents shall be
delivered to the following address:
City of Palm Springs
Engineering Services Department
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
ADD: 2-1.1 BID PROTESTS.
Bidders are entitled to protest the award of bid by the City pursuant to Section
7.08.030 “Bid Protests,” of the Palm Springs Municipal Code, as follows:
7.08.030 Bid Protests.
(1) The purpose of the bid protest procedures in this Section is to protect
the public interest. The bid protest procedures are not intended to give losing bidders
an opportunity to evaluate the bid or proposal of the winning bidder to have the award
of contract overturned to secure the award of contract for itself.
(2) Any bidder or proposer submitting a bid or proposal under Section
7.03.020, 7.03.030, or 7.03.040, may file a written bid protest with the Procurement
and Contracting Manager no more than five business days following the posting of
award recommendation or the posting of bid results on the City’s website, or such
other distribution generally used by the City in advising bidders or proposers of the
competitive bid or consultant selection results, as the case may be. The written bid
protest must include the name, address, telephone number and email address of the
protestor and/or the person representing the protesting party. The written bid protest
must set forth, in detail, all grounds for the bid protest, including, without limitation, all
facts, supporting documentation, legal authorities and arguments in support of the
grounds for the protest. All factual contentions must be supported by evidence. Any
matters not set forth in the written bid protest shall be deemed waived. Any bid
protest not conforming to the requirements of this Section shall be rejected as invalid.
(3) For all bid or proposal solicitations other than for maintenance work or
public projects, as defined by Section 7.01.040, the Procurement and Contracting
Manager, or assigned designee, shall review the merits and timeliness of the written
bid protest and issue a written decision to the protestant within ten business days of
receipt of the written bid protest. The City Attorney shall review and approve all
written decisions prior to issuance to the protestant.
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
(4) For all bid solicitations for maintenance work or public projects, as
defined by Section 7.01.040, the City Engineer, or assigned designee, shall review the
merits and timeliness of the written bid protest and issue a written decision to the
protestant within ten business days of receipt of the written bid protest. The City
Attorney shall review and approve all written decisions prior to issuance to the
protestant.
(5) Any protestant may appeal the decision of the Procurement and
Contracting Manager or the City Engineer, as the case may be, to the City Manager
by filing a letter of appeal within five business days of the date of the Procurement
and Contracting Manager’s or City Engineer’s decision. The appeal must include the
name, address, telephone number and email address of the appellant and/or the
person representing the appealing party. The letter of appeal shall include the original
protest and any additional supporting information, including, without limitation, all
facts, supporting documentation, legal authorities and arguments in support of the
grounds for the appeal. All factual contentions must be supported by evidence. Any
matters not set forth in the letter of appeal shall be deemed waived. Any letter of
appeal not conforming to the requirements of this Section shall be rejected as invalid.
(6) The City Manager shall review the merits and timeliness of the letter of
appeal and issue a written decision to the appellant within ten business days of
receipt of the letter of appeal. The City Attorney shall review and approve all written
decisions prior to issuance to the protestant.
(7) The City Manager shall have final authority to sustain or deny a bid
protest. The City Manager’s decision shall constitute the City’s final determination on
the bid protest, unless otherwise reconsidered by the City Council as provided in
Subsection (9) of this Section.
(8) Once a protest has been filed with the Procurement and Contracting
Manager or City Engineer, no contract shall be awarded until the Procurement and
Contracting Manager or City Engineer, as the case may be, has issued a written
decision on the bid protest, or if the Procurement and Contracting Manager’s or City
Engineer’s decision is appealed, the City Manager has issued a final determination.
(9) For bids or proposals awarded by the City Council, the City Manager
shall, at the time the bid or proposal is presented to the City Council for award, submit
to the City Council a written report on the bid protest, including the Procurement and
Contracting Manager’s or City Engineer’s decision, or, if the Procurement and
Contracting Manager’s or City Engineer’s decision is appealed, the City Manager’s
final decision on the bid protest. The City Council may, in its sole discretion,
reconsider the bid protest at the time the bid or proposal is scheduled for award by the
City Council and amend, modify, or overrule a written decision.
ADD: 2-1.2 STANDARD CONTRACT PROVISIONS.
2-1.2.1 Document Ownership. Once the Contractor has received any compensation
for the Work performed, all documents, e.g., original plans, studies, sketches, drawings,
computer printouts and files, and specifications prepared in connection with or related to
the Work shall be the property of City. The City’s ownership of these documents
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 3
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
includes use of, reproduction or reuse of, and all incidental rights, whether or not the
item of Work for which they were prepared has been performed.
The City’s ownership entitlement arises upon payment or any partial payment for Work
performed and includes ownership of any and all Work product completed under this
contract. This Section shall apply whether the Contractor’s services are terminated: (a)
by the completion of the Project; or (b) in accordance with other provisions of this
contract.
Notwithstanding any other provision of this section or the Contract, the Contractor shall
have the right to make copies of all such plans, studies, sketches, drawings, computer
printouts and files, and specifications.
The Contractor shall not be responsible for damage caused by subsequent changes to
or uses of the plans or specifications, where the subsequent changes or uses are not
authorized or approved by the Contractor, provided that the service rendered by the
Contractor was not a proximate cause of the damage.
2-1.2.2 Specification Tone. Where used in the Contract Documents, statement or
command type phrases (i.e., active voice and imperative mood) refer to and are
directed to the Contractor.
2-1.2.3 Joint Venture Contractors. If the Contractor is a joint venture, all grants,
covenants, provisions and claims, rights, powers, privileges and liabilities of the Contract
shall be construed and held to be several as well as joint. Any notice, order, direct
request or any communication given by the City to the Contractor, shall be given to all
entities being the Contractor if given to any one or more of such entities. Any notice,
request or other communication given by any one of such entities to the City under this
contract shall be deemed to have been given by and shall bind all entities being the
Contractor. The Joint Venture shall designate an on-site representative and an alternate
in writing. The on-site representative and the alternate shall have the full authority to
bind all Joint Venture partners.
The Joint Venture shall provide a copy of the Joint Venture agreement and the Joint
Venture license to the City at the time of Contract award.
2-1.2.4 Successor's Obligations. All grants, covenants, provisions and claims, rights,
powers, privileges and abilities contained in the Contract Documents shall be read and
held as made by and with, and granted to and imposed upon, the Contractor and the
City and their respective heirs, executors, administrators, successors, and assigns.
2-1.2.5 Waiver of Legal Rights. The failure of the City to insist, in any one or more
instances, upon the performance of any provision of the Contract, or to exercise any
right therein, shall not be construed as a waiver or relinquishment of such provisions or
rights. Any waiver of any breach of this contract shall not be held to be a waiver of any
other or subsequent breach.
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 4
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Any waiver issued by the City of any provision of the Contract shall only be effective if
issued in writing by the City and shall be specific, shall apply only to the particular matter
concerned and not to other similar or dissimilar matters.
2-1.2.6 Requests for Information (RFI). In the event the work to be done, or matters
relative thereto, are not sufficiently detailed or explained in the Contract Documents, the
Contractor shall apply to the Engineer for further explanations as may be necessary and
shall conform thereto so far as may be consistent with the terms of the Contract. In the
event of doubt or question arising respecting the true meaning of the Specifications or
Plans, reference shall be made to the Engineer for the Engineer’s decision pursuant to
2-10, “AUTHORITY OF THE BOARD AND THE ENGINEER.”
2-3.2 Self Performance. ADD the following:
The requirement that the Contractor perform, with its own organization, Contract work
amount to at least 50% of the Contract Price applies only to the base Contract amount
awarded, and shall not apply to Additive or Deductive Alternate Work described in the
Bid documents.
ADD: 2-3.4 Subcontract Requirements. The Contractor shall require each
Subconsultant and Subcontractor, to the extent of the Work to be performed by such
Subconsultant and Subcontractor, to assume towards the Contractor all the obligations
and responsibilities which the Contractor by the Contract Documents assumes towards
the City and shall incorporate the terms of this contract and the Contract Documents to
the extent applicable to the Work to be performed by the Subconsultants and
Subcontractors.
All Subcontractors must be qualified and sufficiently experienced. The Contractor shall
ensure that all Subcontractors are appropriately licensed for the duration of the Work
that is performed under the Subcontracts. In the event the Subcontractor is not properly
licensed, the Contractor shall cease payments to the Subcontractor for all work
performed when the Subcontractor was not properly licensed. The Contractor shall
return to the City any payment made to a Subcontractor for work performed when the
Subcontractor was not licensed.
Where the Contract Documents require that a particular product be installed or applied
by an applicator approved by the manufacturer, the Contractor shall ensure the
Subcontractor or Supplier employed for such work is approved by the manufacturer.
The Contractor shall obtain or require that each Subcontractor obtain insurance policies
in accordance with 7-3, “LIABILITY INSURANCE” which shall be kept in full force and
effect during Work on this project and for the duration of this contract.
In any dispute between the Contractor and the Subcontractor, the City shall not be
made a party to any judicial or administrative proceeding to resolve the dispute. The
Contractor agrees to defend and indemnify the City in accordance with 7-14,
“INDEMNIFICATION AND HOLD HARMLESS AGREEMENT” in any dispute between
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 5
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
the Contractor and the Subcontractor should the City be made a party to any judicial or
administrative proceeding to resolve the dispute in violation of this provision.
2-4 CONTRACT BONDS. First paragraph, DELETE second and third sentences and
SUBSTITUTE the following:
Bonds shall be executed by a responsible surety as follows:
If the Work is being funded with state or local money, consistent with California Code of
Civil Procedure § 995.670, the Surety shall be an “admitted surety” authorized by the
State of California Department of Insurance to transact surety insurance in the State.
If the Work is being funded with federal money, the Surety shall be listed in the U.S.
Treasury Department Circular 570 and in conformance with the Underwriting Limitations
as expressed therein.
DELETE the third and fourth paragraphs and SUBSTITUTE the following:
The Contractor shall provide the following bonds:
a) Contracts less than $10,000:
i. A “Payment Bond” (Materials and Labor Bond) is optional. If no bond is
submitted, no payment will be made until 60 days after NOC has been recorded
and any lien requirements have been fulfilled. If a bond is submitted, progress
payments will be made in accordance with these Specifications.
ii. A “Faithful Performance Bond” is not required.
b) Contracts over $10,000 and less than $25,000:
i. A “Payment Bond” (Materials and Labor Bond) is optional. If no bond is
submitted, progress payments may be made with a minimum of 20% retention. If
a bond is submitted, progress payments will be made in accordance with these
Specifications.
ii. A “Faithful Performance Bond” is not required.
c) Contracts over $25,000:
i. A “Payment Bond” (Materials and Labor Bond) for not less than 100% of the
Contract Price, to satisfy claims of material Suppliers and of mechanics and
laborers employed on the Work. The bond shall be maintained by the Contractor
in full force and effect until the Work is accepted by the City and until all claims
for materials and labor are paid, and shall otherwise comply with the Government
Code.
ii. A “Faithful Performance Bond” for 100% of the Contract Price to guarantee
faithful performance of Work, within the time prescribed, in a manner satisfactory
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 6
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
to the City, and that materials and workmanship will be free from original or
developed defects.
iii. A “Warranty Bond” for 25% of the Contract Price to guarantee the Work against
defective material or workmanship for a period of one (1) year from the date of
completion of the contract. The bond shall be furnished by the Contractor as a
condition of acceptance of the Work by the City and issuance of a NOC for the
Project. The terms of the bond shall specify the Contractor’s obligation to repair
or make whole parts of the Work identified as defective within five (5) days
written notice by the City, at the Contractor’s expense. Failure to repair defective
material and/or workmanship within five (5) days’ notice shall be cause for the
City to make necessary repairs to the Work, for which the Contractor shall be
charged all expenses. All repair work shall be performed in accordance with the
terms of the Contract Documents.
ADD the following:
If the Surety on any bond furnished by the Contractor is declared bankrupt, becomes
insolvent, or its right to do business is terminated in any state where any part of the
Project is located, the Contractor shall immediately notify the Engineer and immediately
substitute another bond and surety acceptable to the City.
The Contractor shall require the Surety to mail its standard “Bond Status” form to the
City’s Legal Address.
2-5 PLANS AND SPECIFICATIONS.
2-5.1 General. ADD the following:
If during the performance of the Work, the Contractor finds a conflict, error, omission, or
discrepancy in the Contract Documents or in the City’s field work, which is necessary for
a clear understanding of the Work, or if any errors appear in either the various
instruments or in the work done by other contractors affecting the Work included in the
Specifications, the Contractor shall report it to the Engineer in writing at once and before
proceeding with the Work affected thereby. If the Contractor fails to give such notice,
the Contractor shall make good any damage or defect in the Work caused thereby.
If the Engineer finds an error or omission has been made, the Engineer will determine
the corrective actions and advise the Contractor accordingly. If the corrective work
associated with an error or omission increases or decreases the amount of Work called
for in the Contract, the City will issue an appropriate Change Order or Field Order (as
applicable).
After discovery of a claimed error or omission by the Contractor if the Contractor
continues with the Work without written direction from the Engineer, the related work
performed by the Contractor shall be at the Contractor’s risk.
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 7
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The execution of Work specially detailed or explained, without a previous written Claim
for an Extra Work charge, shall constitute an acceptance by the Contractor.
It is the intent of the Specifications and Plans to describe a complete Project (or part
thereof) to be constructed in accordance with the Contract Documents. Any Work that
may reasonably be inferred from the Specifications or Plans as being required to
produce the intended result shall be supplied whether or not it is specifically called for,
at no additional cost to the City.
When words in the Specifications or on the Plans, which have a well-known technical or
trade meaning, are used to describe Work, material, or equipment such words shall be
interpreted per such meaning.
Reference to specified software, guides, standard specifications, manuals or codes of
any technical society, organization or association, or to the code of any governmental
authority, whether such reference be specific or by implication, shall mean the latest
edition or version in effect at the time of opening of Bids (or, on the effective date of the
Contract if there were no Bids), except as may be otherwise specifically stated. No
provision of any referenced standard specifications, manual or code (whether or not
specifically incorporated by reference in the Contract Documents) shall change the
duties and responsibilities of the Engineer or the Contractor or any of their agents or
employees from those set forth in the Contract Documents. Clarifications and
interpretations of the Contract Documents will be issued by the Engineer within 5
working days of receipt.
ADD: 2-5.1.1 Division of the Specifications and the Plans. Specifications and Plans
are divided into groups e.g., engineering disciplines for the convenience of the City.
These divisions are not for the purpose of apportioning Work or responsibility for Work
among Subcontractors and Suppliers.
2-5.2 Precedence of Contract Documents. DELETE in its entirety and SUBSTITUTE
the following:
If there is a conflict between Contract Documents, the document highest in precedence
shall control. The precedence shall be as follows with item (1) being the highest:
1) Permits; from other agencies as may be required by law
2) Change Orders and Supplemental Agreements; whichever occurs last
3) Contract Agreement
4) Addenda
5) Bid/Proposal
6) Supplementary Special Provisions (SSP)
7) Special Provisions
8) Plans
9) Standard Drawings
10) Standard Specifications
11) Reference Specifications
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 8
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The figured dimensions shown on the drawings and in the specifications may not, in
every case, agree with scale dimensions. Figured dimensions shall take precedence
over scaled dimensions, and large-scaled drawings shall take precedence over small-
scale drawings.
With reference to the drawings the order of precedence shall be as follows:
1) Figures govern over scaled dimensions
2) Detail drawings govern over general drawings
3) Addenda and Change Order drawings govern over Plans
4) Plans govern over Standard Drawings
When a conflict exists between the ADA Standards for Accessible Design, Title 24, and
the City Supplements, the most restrictive requirement shall be followed.
ADD: 2-5.4 Red-lines Drawings.
The Contractor shall keep accurate records on a set of full size Plans of additions and
deletions to the Work, and of changes in location, elevation, and character of the Work
not otherwise shown or noted on Contract documents.
Red-lines drawings shall be coordinated with field measurements, Shop Drawings,
Working Drawings, Samples, Product Data, and available records. The Contractor shall
immediately give written notice of any conflicts between these documents to the City.
On building construction Contracts, the Contractor shall record the location by
dimension and the depth by elevation of underground line, valves, plugged tees,
capped ends, etc. The Contractor shall record, by dimension or scale plans, wiring,
conduits, and pull boxes as installed. All information necessary to maintain, service, or
both any concealed Work shall be noted on these Red-line Drawings. This data shall be
legibly recorded to the satisfaction of the Engineer. Records shall be kept current with
entries checked by the Engineer before the Work is buried or covered. These plans
shall be delivered to the Engineer upon completion of the job.
The Contractor’s failure to update and deliver Red-lines information monthly to the
Engineer for review and approval may result in withholding of monthly progress
payments.
The payment for Red-lines drawings shall be included in the various Bid items.
ADD: 2-5.5 As-built Drawings.
For Design-Build contracts or if required in the Special Provisions, As-built Drawings
shall be the responsibility of the Contractor.
As-built drawings shall be prepared from the Red-lines information and shall provide
factual information regarding all aspects of the Work, both concealed and visible, to
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 9
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
enable future modification of design to proceed without lengthy and expensive site
measurement, investigation, and examination.
Prior to Final Completion, the Contractor shall prepare and submit one complete set of
full sized (24” x 36”) original Mylar final As-built Drawings (CADD plots) prepared in
accordance with the City’s CADD standards. Each CADD Mylar drawing sheet shall be
wet stamped and signed by qualified responsible engineers registered in the State of
California, and shall be stamped and wet signed by the architect/engineer of record, as
required by law. Other applicable portions of the drawing title blocks shall also be signed
by Contractor. Drawing Mylar shall be 3 mils minimum thickness.
The payment for As-built drawings shall be included in the various Bid items.
ADD: 2-5.6 Measurements and Dimensions.
Scaled dimensions are approximate. Before ordering materials or commencing Work,
measure site for proper size and fit. The Contractor shall verify dimensions and
quantities by taking measurements in the field and shall be responsible for their
correctness.
2-6 WORK TO BE DONE. ADD the following:
The City assumes no responsibility for any conclusions or interpretations made by the
Contractor based on any information made available by the City. Nor does the City
assume responsibility for any understanding reached or representation made by any of
the City’s officers or agents before Award of this contract concerning conditions which
could affect the Work, unless that understanding or representation is expressly stated in
the Contract Documents.
Where approval or acceptance by the City is required, it is understood to be general
approval only and does not relieve the Contractor of responsibility for complying with all
applicable laws, codes, and best practices.
2-7 SUBSURFACE DATA. ADD the following:
The Plans for the Work show conditions as are believed by the Engineer to exist, but it
is not to be inferred that all of the conditions as shown thereon actually exist, nor shall
the City or any of its officers be liable for any loss sustained by the Contractor as a
result of any variance between conditions as shown on the Plans and the actual
conditions revealed during the progress of the Work or otherwise.
If reports of explorations and tests of subsurface conditions at the Site are included in
the Contract Documents e.g., Supplementary Special Provisions (SSP), the Bidders are
encouraged to inspect the Site, acquire, and review these reports and to take other
necessary steps to thoroughly familiarize themselves with the Site conditions. If a review
of the documents and Site inspection indicate a conflict, the Bidder shall immediately
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 10
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
notify the City. For access and cost information to obtain those reports contact the City
Project Manager, during regular business hours.
The City does not represent that the listed documents, or the logs, and test results,
show the conditions that will be encountered in performing the Work. The City
represents only that the logs, and test results show the conditions encountered at the
particular locations and at the particular times they were obtained. The Bidders and
other users of the subsurface data are cautioned that interpretations and conclusions
contained in the documents were formulated for design purposes only and were based
on work performed in such a way as to expressly provide information required for
design.
2-8 RIGHT-OF-WAY. After first sentence, ADD the following:
The Contractor shall be responsible for coordinating with property owners as to timing,
when access is provided through rights of entry, and shall protect private improvements
in accordance with 7-9, “PROTECTION AND RESTORATION OF THE EXISTING
IMPROVEMENTS.”
2-9.1 Permanent Survey Markers. DELETE in its entirety and SUBSTITUTE with the
following:
Survey monuments of various types generally exist along the centerline and/or right-of-
way lines of City streets that may be affected by the Work. The Contractor shall be
required to reset any existing survey monuments or markers that are disturbed or
otherwise removed by construction of the project. The Contractor’s surveyor shall file
corner records with Riverside County as required by law. Existing survey monuments
set into the existing asphalt concrete surface (i.e. tag and nail) shall be replaced as
necessary to reestablish the survey monument control after construction of the project.
It shall be the Contractor's responsibility to protect all the existing survey monuments,
bench marks, survey marks and stakes. Removal of such monuments and markers, or
displacement thereof, shall require their resetting per City requirements, including
corner record filing, for the existing type of monument in question at the Contractor's
expense.
The Contractor shall maintain a survey location check on the monuments without cost
to the City. The survey location check shall be submitted to the Engineer at the
Pre-Construction Conference, prior to initiation of any work. The Contractor is
advised that any resetting of monuments will be the responsibility of the Contractor, to
be reset by a California licensed Land Surveyor or Registered Civil Engineer
appropriately licensed to practice land surveying. Should the Contractor anticipate the
removal of any survey monuments, notification shall be given to the Engineer prior to
removal. The Contractor shall be responsible for reinstalling existing or installing new
monument wells, after resetting any disturbed survey monument.
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 11
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The cost to perform this work shall be considered as included in the various bid items,
and no additional payment will be made therefore.
2-9.2 Survey Service. DELETE in its entirety and SUBSTITUTE with the following:
The Contractor shall provide all construction surveying by a California registered Land
Surveyor or Registered Civil Engineer appropriately licensed to practice land
surveying. The Contractor’s surveyor shall provide monument tie-out and corner record
filing, as required by the Engineer or his representative.
The Contractor’s surveyor shall set all stakes and hubs, furnish all lines, grades and
measurements necessary for the proper prosecution and control of the work contracted
for under these specifications. No direct payment will be made for this labor, materials,
or other expenses therewith.
The Contractor must give weekly copies of all survey notes to the Engineer so that the
Engineer may check them as to accuracy and method of staking. All areas that are
staked by the Contractor must be checked and approved by the Engineer prior to
beginning any work in the area. The Engineer will make periodic checks of the grades
and alignment set by the Contractor. In case of error on the part of the Contractor,
his/her employees, or surveyor, resulting in establishing grades and/or alignment that
are not in accordance with the plans or as established by the Engineer, all construction
or staking not in accordance with the established grades and/or alignment shall be
replaced without additional cost to the City.
Payment for any and all construction surveying required by this Project, by the
Contractor’s Surveyor, shall be considered as included in the various bid items of work,
and no additional compensation shall be allowed therefore.
2-10 AUTHORITY OF BOARD AND ENGINEER. ADD the following:
Any plan or method of Work suggested to the Contractor by the City, but not specified
or required by this contract, which is adopted or followed by the Contractor in whole or
in part, shall be done at the sole risk and responsibility of the Contractor. The City
assumes no responsibility and shall not be held liable for any defects in the Work which
may result from or be caused by use of such plan or method or Work.
2-11 INSPECTION. ADD the following:
If required by the Engineer, the Contractor shall provide information related to the
inspection of the Work. The Contractor shall provide access in accordance with Cal-
OSHA Standards where necessary.
The Contractor shall request inspections in accordance with the prevailing Codes and
by the Engineering Services Department. The Contractor shall coordinate these
inspections at all times through the Engineer. The Contractor shall remove and replace
any items of Work performed without the benefit of inspection as may be required by
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 12
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
any associated building permits. Special Note: The Contractor is advised that any
structural construction is subject to a separate building permit, and inspection by
the City’s Building Official. The Contractor is responsible for obtaining a
separate building permit and scheduling required inspections by the City’s
Building Official for construction of structural elements of the Work.
For required subsequent inspection, the Contractor shall remove and replace Work at
the discretion of the Engineer at no additional cost to the City. Inspection of the Work
shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract.
The Contractor shall give at least 5 days’ notice for off-site inspection. Notices shall not
be deemed effective until the City has responded and agreed to the Contractor’s date
and time.
Special Note: The City may either perform inspection services with its own forces or
contract with third parties. The Contractor shall call for, coordinate, and schedule all
inspections. Inspections shall be provided to the Contractor, upon advance notice,
during normal working hours (7:00 AM to 4:00 PM), on contract working days. In the
event the Contractor requests inspections outside of normal working hours, or requests
additional inspections on non-working days, such inspection requests may be granted
upon advance notice with the Engineer’s approval, subject to the Contractor paying for
costs incurred for performing such inspections, which shall be at the agreed price of
$175 per hour, which shall be credited to City on subsequent progress payments
processed for payment to the Contractor.
The City will make any inspections and tests as the City deems necessary to ensure the
Work is accomplished in accordance with the requirements of the Contract Documents,
other than inspections for Work performed in accordance with a permit. The Contractor
shall be responsible for coordinating required inspection of all Work performed in
accordance with a permit. Unless otherwise specified, the City will provide all required
inspections and tests. In the event inspections or tests reveal non-compliance with the
requirements of the Construction Documents, the Contractor shall bear the cost of any
and all corrective measures deemed necessary by the City, as well as the cost of the
City’s subsequent re-inspection and re-testing.
The City has the right, for a reasonable time, to stop or suspend Work which will cover,
and thereby prevent or impede the City’s or another agency’s ability to inspect, test, or
approve a portion of the Work. The Contractor shall have no right to additional costs or
time that it may incur as a result of the Work stoppage or suspension.
The Work shall not be covered prior to inspection, testing, or approval required by the
Contract Documents, the City’s prior written request, or by other agencies. If any item of
Work is covered prior to obtaining the required approvals, the Contractor shall, when
requested by the City, uncover the Work for inspection, testing, approval, or all. Upon
successful completion of the inspection, testing, or approval, the Contractor shall cover
the Work where required again. The Contractor shall bear all direct and indirect costs
and damages of such uncovering and re-covering and shall not be entitled to an
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 13
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
increase in the Contract Price or the Contract Time, unless the Contractor has given the
City and any other affected agencies written notice of the Contractor's intention to cover
the Work and the City has not acted with in response to such notice.
Tests, inspections, and approvals of items of the Work required by the Contract
Documents, Applicable Laws or normal construction practices shall be made at an
appropriate time, and in accordance with the Contract Documents. Unless otherwise
specified, the City will make arrangements for such tests, inspections and approvals.
The Contractor shall give the City notice of when and where tests and inspections are to
be made so that the City may observe such procedures.
Required certificates of testing, inspection or approval shall, unless otherwise required
by the Contract Documents, be secured by the Contractor and delivered to the City.
ADD: 2-13 PARTNERING. The Contractor may request the formation of a Partnering
relationship by submitting a request in writing to the Engineer after approval of the
Contract. If the Contractor’s request for Partnering is approved by the Engineer,
scheduling of a Partnering workshop, selecting the Partnering facilitator and workshop,
selecting the Partnering facilitator and workshop site, and other administrative details
shall be as agreed to by both Parties.
The establishment of a Partnering relationship will not change or modify the terms and
conditions of the Contract and will not relieve either party of the legal requirements of
the contract.
The goals of partnering shall include:
a) The Construction Manager, the City’s representatives, and the Contractor’s
representatives including Subcontractors actively working together as partners;
b) Avoidance of destructive confrontation and litigation among the parties;
c) Mutual understanding on how the Work is to be conducted;
d) Establishment of mutual key results to facilitate Project success; and,
e) Establishment of an atmosphere of team work, trust, and open communication.
2-13.1 Payment. The payments involved in providing a facilitator and a workshop site
will be borne equally by the City and the Contractor. The Contractor shall pay all
compensation for the wages and expenses of the facilitator and of the expenses for
obtaining the workshop site. The City’s share of such costs will be reimbursed to the
Contractor in a Change Order written by the Engineer unless a Bid item has been
established for Partnering. Markups will not be added. Other costs associated with the
Partnering relationship shall be borne separately by the party incurring the costs.
ADD: 2-14 SITE ACTIVITIES BY THE CITY OR SEPARATE CONTRACTORS.
2-14.1 City's Right to Award Separate Contracts. The City reserves the right to
perform work or operations outside the scope of Work of this contract related to the
Project with City Forces, Separate Contractors, or both. If Work to be performed by
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 14
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
another party was not noted in this contract, the City will give written notice to the
Contractor 10 Working Days prior to the start of any work. If the Contractor determines
that the work being performed by the City or others may interfere with, or cause
damages to Work being performed by the Contractor, the Contractor shall notify the City
in writing within 3 days of the City’s notice.
2-14.2 Integration of the Work with Separate Contractors. If specified in the
Contract Documents, the Contractor shall prepare a plan in order to integrate the work
performed by Separate Contractors with the performance of the Work, and shall submit
such plan to the City for approval. The plan shall be fair and reasonable for the
Contractor and the Separate Contractors, and the Contractor shall work with the
Separate Contractors to reach agreement on such plan. The Contractor shall arrange
the performance of the Work so that the Work and the work of the Separate Contractors
are, to the extent applicable, properly integrated, jointed in an acceptable manner, and
performed in the proper sequence so that any disruption or damage to the Work or to
any work of Separate Contractors is avoided.
2-14.3 Coordination. The Contractor shall provide for the coordination of the activities
of the Contractor and its Subconsultants and Subcontractors with the activities of the
Separate Contractors. The Contractor shall participate with all Separate Contractors
and the City in reviewing and coordinating the schedules of the Separate Contractors
with the Schedule. The Contractor shall make any revisions to the Schedule deemed
necessary to properly incorporate the work of the Separate Contractors with the Work.
To the extent (a) the date of Final Completion is extended by such Schedule revision;
(b) the Contractor is required to perform its Work materially out of sequence, and in a
manner which is not as efficient or cost effective as originally planned; or (c) the scope
of Work is increased, an equitable adjustment in the Contract Price and the Contract
Time shall be made in accordance with the provisions of Section 3, “CHANGES IN
WORK.”
2-14.4 Use of Site. The Contractor shall afford the City and all Separate Contractors
reasonable opportunity for storage of materials and equipment and performance of their
work. The Contractor shall connect and coordinate its Work and operations with the City
and all Separate Contractors' operations as required by the Contract Documents. The
City will direct the Separate Contractors to cooperate with the Contractor and to avoid
actions or omissions which could interfere with or delay the activities of the Contractor.
2-14.5 Deficiency in Work of Separate Contractors. If part of the Contractor's Work
depends on proper execution or results upon construction or operations by the City or a
Separate Contractor, the Contractor shall, prior to proceeding with that portion of the
Work, promptly report to the Separate Contractor and the City apparent discrepancies
or defects in such other construction that would render it unsuitable for proper execution
and results by the Contractor. The Contractor and the Separate Contractor shall use
good faith efforts to resolve any such discrepancies or defects or any disagreements
relating thereto. Failure of the Contractor to report shall constitute acceptance by the
Contractor of the work of Separate Contractors as fit, proper, and coordinated with the
Contractor's Work.
SCOPE AND CONTROL OF WORK
SPECIAL PROVISIONS - SECTION 2 - PAGE 15
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
ADD: 2-15 SITE EXAMINATION. The Contractor shall have the sole responsibility of
satisfying itself concerning the nature and location of the Work, and the general and
local conditions, such as, but not limited to, all other matters which could in any way
affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with
all available information regarding any applicable existing or future conditions shall not
relieve it from the responsibility for properly estimating the difficulties, responsibilities, or
costs of successfully performing the Work according to the Contract Documents.
ADD: 2-16 FLOW AND ACCEPTANCE OF WATER. Storm, surface, nuisance, or
other waters may be encountered at various times during construction of the Work.
Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has
investigated the risk arising from such waters, and has prepared its Bid accordingly; and
the Contractor, by submitting such a Bid, assumes all said risk.
- END OF SECTION -
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
SECTION 3 – CHANGES IN WORK
ADD: 3-1.3 Cost Reduction Proposal. The Contractor may submit to the Engineer in
writing, proposals for modifying the Plans, Specifications, or other requirements of the
Contract for the sole purpose of reducing the total cost of construction. The cost
reduction proposal shall not impair, in any manner, the essential functions or
characteristics of the Project such as service life, economy of operation, ease of
maintenance, desired appearance, or design and safety standards.
Cost reduction proposals shall contain the following information:
a) A description of both the existing Contract requirements for performing the Work and
the proposed changes.
b) An itemization of the Contract requirements that shall be changed if the proposal is
adopted.
c) A detailed estimate of the cost of performing the Work under the existing Contract
and under the proposed change.
d) A statement of the time within which the Engineer shall make a decision thereon.
e) The Contract items of Work affected by the proposed changes, including any
quantity variation attributable thereto.
The provisions of this section shall not be construed to require the Engineer to consider
any cost reduction proposal which may be submitted hereunder; nor will the City be
liable to the Contractor for failure to accept or act upon any cost reduction proposal
submitted pursuant to this section, nor for any delays to the Work attributable to any
such proposal. If a cost reduction proposal is similar to the information included in the
Contract Documents or adopted by the City after the advertisement for the Contract, the
City will not accept such proposal and reserves the right to make such changes without
compensation to the Contractor under the provisions of this section.
The Contractor shall continue to perform the Work in accordance with the requirements
of the Contract until an executed Change Order, incorporating the cost reduction
proposal has been issued. If an executed Change Order has not been issued by the
date upon which the Contractor's cost reduction proposal specified that a decision
thereon should be made, or such other date as the Contractor may subsequently have
specified in writing, such cost reduction proposal shall be deemed rejected.
The Engineer shall be the sole judge of the acceptability of a cost reduction proposal
and of the estimated net savings in construction costs from the adoption of all or any
part of such proposal. In determining the estimated net savings, the right is reserved to
disregard the Contract Bid prices if, in the judgment of the Engineer, such prices do not
represent a fair measure of the value of the Work to be performed or to be deleted.
The City reserves the right, where it deems such action appropriate, to require the
Contractor to share in the City's costs of investigating a cost reduction proposal
submitted by the Contractor as a condition of considering such proposal. Where such a
condition is imposed, the Contractor shall indicate its acceptance thereof in writing, and
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
such acceptance shall constitute full authority for the City to deduct amounts payable to
the Contractor from any monies due or that may become due to the Contractor under
the Contract.
If the Contractor's cost reduction proposal is accepted in whole or in part, such
acceptance will be by a Change Order, which shall specifically state that it is executed
pursuant to this section. Such Change Order shall incorporate the changes in the Plans
and Specifications which are necessary to permit the cost reduction proposal, or such
part of it as has been accepted to be put into effect, and shall include any conditions
upon which the City's approval thereof is based if the approval of the City is conditional.
The Change Order shall set forth the estimated net savings in the cost of performing the
Work attributable to the cost reduction proposal effectuated by the Change Order, and
shall further provide that the Contract cost be adjusted by crediting the City with 50% of
estimated net savings amount.
Acceptance of the cost reduction proposal and performance of the Work shall not
extend the time of completion of the Contract, unless specifically provided for in the
Change Order authorizing the use of the cost reduction proposal.
The amount specified to accrue to the Contractor in the Change Order which
effectuates a cost reduction proposal shall constitute full compensation to the
Contractor for the cost reduction proposal and the performance of the Work thereof
pursuant to the said Change Order.
The City expressly reserves the right to adopt a cost reduction proposal for general use
on contracts administered by the City when it determines that said proposal is suitable
for application to other contracts. When an accepted cost reduction proposal is
adopted for general use, only the Contractor who first submitted such proposal will be
eligible for compensation pursuant to this section, and in that case, only as to those
contracts awarded to him prior to submission of the accepted cost reduction proposal.
The cost reduction proposals identical or similar to previously submitted proposals will
be eligible for consideration and compensation under the provisions of this section, if
the identical or similar, previously submitted proposals were not adopted for general
application to other contracts administered by the City. Subject to the provisions
contained herein, the City or any other public agency shall have the right to use all or
any part of any submitted cost reduction proposal without obligation or compensation of
any kind to the Contractor.
Additional bonding may be required. The Contractor shall bear all costs to revise bonds
for the Project to include the cost reduction incentive proposal Work.
3-2 CHANGES INITIATED BY THE AGENCY.
3-2.1 General: DELETE the first paragraph in its entirety and SUBSTITUTE with the
following:
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 3
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Without invalidating the Contract and without notice to any surety, the City may at any
time order additions, deletions, or revisions in the Project in the following manner:
a) When the City desires a change; the City will issue a request for proposal to the
Contractor.
b) The Contractor shall submit a response within 7 Working Days.
c) After the City reviews the Contractor’s response, the City changes will be authorized
by a written Change Order prepared and issued by the City.
d) Upon receipt of any such Change Order, the Contractor shall promptly sign and
return the Change Order to the City and only thereafter proceed under the
applicable conditions of the Contract Documents when the City has approved the
Change Order.
Should any single bid item of Work be deleted, the reduction in Total Contract Price
shall reflect a credit for the full value of the deleted Work, including anticipated profit
and overhead. If the credit for the deleted bid item of Work exceeds 25% of the Total
Contract Price, the Contractor may reduce the credited amount for the deleted bid item
of Work by a maximum of 5% of the amount in excess of the 25% of the Total Contract
Price to cover overhead expenses.
If the City requests the Contractor to submit a Change Proposal, and the preparation of
such Change Proposal impacts the Contract Time (e.g., other Work is suspended
pending a decision on such Change Proposal or the Design Work is delayed due to the
preparation of the Change Proposal) an equitable adjustment in the Contract Time shall
be made.
3-2.2.2 Increases of More Than 25 Percent: DELETE in its entirety and
SUBSTITUTE with the following:
Should the actual quantity of an item of work covered by a Contract Unit Price and
constructed in conformance with the Plans and Specifications exceed the Bid quantity
by more than 25 percent, payment for the quantity in excess of 125 percent of the Bid
quantity will be made on the basis of an adjustment in the Contract Unit Price as
follows:
Quantity of Work Performed Contract Unit Price Adjustment
Up to and including 125% No Adjustment
125.01% through 150% - 5% Reduction
150.01% through 200% - 10% Reduction
Over 200% - 10% Reduction or by Mutual Agreement
Payment for the quantity in excess of 200 percent of the Bid quantity will be made on
the basis of at least a 10% reduction in the Contract Unit Price, or at the option of the
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 4
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Engineer on the basis of Extra Work. The Extra Work basis of payment shall not include
fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor
through payment for 125 percent of the Bid Quantity at the Contract Unit Price.
3-2.2.3 Decreases of More Than 25 Percent: DELETE in its entirety and
SUBSTITUTE with the following:
Should the actual quantity of an item of work covered by a Contract Unit Price and
constructed in conformance with the Plans and Specifications be less than 75 percent
of the Bid quantity, payment for the quantity less than 75 percent of the Bid quantity will
be made on the basis of an adjustment in the Contract Unit Price as follows:
Quantity of Work Performed Contract Unit Price Adjustment
Up to and including 75% No Adjustment
50% through 74.99% + 5% Increase
25% through 49.99% + 10% Increase
Less Than 25% + 10% Increase or by Mutual Agreement
Payment for the quantity less than 25 percent of the Bid quantity will be made on the
basis of a maximum of a 10% increase in the Contract Unit Price, or at the option of the
Engineer on the basis of Extra Work; however, in no case will payment be less than
would be made for the actual quantity at the Contract Unit Price.
3-2.3 Stipulated Unit Prices: DELETE in its entirety and SUBSTITUTE with the
following:
At the option of the Engineer, and with agreement by the Contractor, payment for
additional work not covered by a Contract Unit Price and not identified in the Plans and
Specifications, may be made by Stipulated Unit Prices in lieu of Section 3-3 “Extra
Work.” Stipulated Unit Prices for additional work shall have a direct comparison to
similar work covered by a Contract Unit Price and constructed in conformance with the
Plans and Specifications.
ADD: 3-2.6 Request for Proposal. The Contractor's proposal in response to the City’s
Request for Proposal (RFP) shall be on forms acceptable to the Engineer. The
Contractor’s proposal shall certify in writing that the amounts included cover all direct,
supplemental, indirect, consequential and cumulative costs and delays, as applicable,
and that those costs and delays would be or were necessarily incurred, despite the
Contractor's reasonable and diligent efforts to mitigate them. Mitigation efforts under
taken by the Contractor shall be described.
3-2.6.1 Proposal Content. Where the change in Contract Price is to be determined on
the basis of the "cost of the work involved", the Contractor’s itemized estimates shall
detail all applicable elements of cost, including, but not limited to, labor hours and
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 5
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
payroll costs, quantities, crew mixes, production rates, material costs, Subcontractor
and Supplier costs, equipment costs, and supplemental costs. Where the change in
Contract Price arises from changes in the schedule of all or part of the Work, or where a
change in Contract Time is sought, the submittal shall include analysis required by 6-
6.5, “Contract Time Extension and Schedule Analysis”. With respect to work during
other than normal hours, the labor charges associated with such work shall consist of
straight time wages and burden plus the appropriate overtime or shift premium with no
additional burden (i.e., fringe benefits) on the premium portion.
3-3 EXTRA WORK.
3-3.1 General. ADD the following:
The City reserves the right to direct the Contractor to solicit competitive Bids for Extra
Work. If required by the City, the Contractor shall obtain competitive Bids from
Subcontractors acceptable to Contractor and shall deliver such Bids to the City who will
then determine which Bids will be accepted.
Any request by the Contractor to change the Contract Price to include the price of Extra
Work shall be by written notice to the City and shall include itemized estimates. The
Contractor’s itemized estimates shall detail all applicable elements of price e.g., labor
and payroll costs, quantities, crew composition, production rates, material costs,
Subcontractor and Supplier costs, equipment costs, and supplemental costs. If the
Contractor’s request to change the Contract Price arises from changes in the Schedule
affecting all or part of the Project, or if the Contractor seeks a change in the Contract
Time, the Contractor’s request shall include the analysis required by 6-1,
“CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK.”
3-3.2.2 Basis for Establishing Costs.
a) Labor: ADD the following:
The Engineer reserves the right to request certified payrolls to substantiate the actual
cost of labor. The Contractor shall produce payroll certified by a California licensed
Certified Public Accountant. The certified payroll shall list the labor rates of the
Contractor personnel, consultants and Subcontractors that are working on or are
associated with this Project and shall be provided at the request of the Engineer.
If the Contractor’s proposal for Extra Work is based upon services and work to be
performed outside normal working hours, the labor charges associated with such Extra
Work shall consist of straight time wages and burden plus the appropriate overtime or
shift premium with no additional burden (i.e., fringe benefits) on the premium portion.
In no case shall the Contractor be required to pay more than state and or federal wage
rates, whichever governs the Work or any portions thereof.
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 6
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
c) Tool and Equipment Rental: DELETE second paragraph in its entirety, and
SUBSTITUTE the following:
Regardless of ownership, the rates to be used in determining equipment rental costs
shall not exceed those listed in the latest edition of the Caltrans publication entitled
"Labor Surcharge and Equipment Rental Rates" preceding the date the Work is
accomplished. Where the Contractor can substantiate that the rental rates prevailing
locally exceed the published rates by more than 15%, the Contractor will be entitled to a
rental rate adjustment. For equipment not listed in said publication, rental rates shall not
exceed listed rates prevailing locally at equipment rental agencies or distributors, at the
time the Work is performed.
Whenever possible, Extra Work shall be accomplished using equipment available on
Site or owned by the Contractor. If a specific piece of equipment must be rented to be
used exclusively for the Extra Work, the rental rate will be the invoiced rate.
3-3.2.3 Markup. DELETE in its entirety and SUBSTITUTE the following:
For Change Orders, whether additive or deductive, and for work classified as Extra
Work, the allowance for overhead and profit shall include full compensation for
superintendence, insurance premiums, taxes, field office expense, extended overhead,
home office overhead, and any other items of expense e.g., Change Order estimating
and preparation cost, claims preparation cost, schedule analysis, project management,
and field engineering.
Extended overhead shall be any and all costs incurred either in the field or at the
Contractor's office resulting from Extra Work excluding direct costs related to direct
hourly labor, equipment, or materials necessary to complete the Extra Work.
a) The allowance for overhead and profit shall not exceed the values in Table 3-
2.2.3(A) unless specified otherwise in the Special Provisions.
Table 3-2.2.3(A)
Component Overhead Profit
Labor 10% 10%
Material 10% 5%
Equipment 10% 5%
b) To the sum of the costs and markups provided for in this subsection, actual increase
in the Contractor’s bond premium caused by the Extra Work shall be added as
compensation for Bonds.
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 7
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
c) Work paid under Allowance Bid items is not subject to the mark-up limitations
specified in Table 3-2.2.3(A) unless specified otherwise in the Special Provisions.
d) When all or any part of the Extra Work is performed by a Subcontractor, the
allowance specified herein shall be applied to the labor, materials, and equipment
costs of the Subcontractor, to which the Contractor may add 5% of the
Subcontractor's total cost for the Extra Work.
Regardless of the number of hierarchical tiers of Subcontractors, the 5% which is the
Contractor’s allowance 3.5% (for overhead) and 1.5% (for profit) may be applied one
time only to the performing Subcontractor’s total cost.
ADD: 3-4.1 Disallowance of Entitlement. The Contractor shall not be entitled to any
adjustment in the Contract Price or Times if:
The Contractor knew of the existence of such conditions at the time the Contractor
made a final commitment to the City in respect to Contract Price and Contract Times by
the submission of a Bid or becoming bound under a negotiated contract; or
The existence of such condition could reasonably have been discovered or revealed as
a result of any record search, examination, investigation, exploration, test or study of the
Site and contiguous areas suggested or required by the Bidding Documents.
ADD: 3-6 CLAIMS. The Contractor shall submit a Claim to the City if a dispute occurs
that arises from or relates to the Contract. The Claim shall seek all relief to which the
Contractor asserts it is entitled as a result of the event(s) giving rise to the dispute. The
Contractor shall substantiate Claims, and shall process Claims in accordance with this
section. The Contractor’s failure to process a Claim in accordance with this section
shall constitute a waiver of all relief associated with the dispute. Claims shall be subject
to 6-11, “CITY’S RIGHT TO AUDIT.”
Contractor shall continue to perform the Services and the Work and maintain the
Schedule during any dispute proceedings and City will continue to make payments for
undisputed Services and Work.
A claim arising under the Contract, unlike a claim relating to the Contract, is a claim that
can be resolved under a Contract provision that provides for or excludes the relief
sought by the claimant. Such claims shall be resolved under the applicable provisions of
the Contract.
The City’s claims process in this section shall not relieve Contractor of his statutory
obligations to present claims prior to any action under the California Government Code.
3-6.1 Time of Claim. The Contractor shall promptly, but in no event later than 30 days
after the event(s) giving rise to the Claim, deliver the Claim to the City. The Contractor
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 8
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
shall not process a Claim unless the City has previously denied a request by the
Contractor for a Change Order that sought the relief to be pursued in the Claim.
3-6.2 Claim Certification Requirements. If the Claim seeks an increase in the
Contract Price, the Contract Time, or both, the Contractor shall submit with the Claim an
affidavit certifying that:
a) The Claim is made in good faith and covers all costs and delays to which the
Contractor is entitled as a result of the event(s) giving rise to the Claim;
b) The amount claimed accurately reflects the adjustments in the Contract Price, the
Contract Time, or both to which the Contractor believes it is entitled; and
c) All supporting costs and pricing data are current, accurate, complete, and represent
the best of the Contractor’s knowledge and belief.
The Contractor shall ensure that the affidavit is executed by an official who has the
authority to legally bind Contractor.
3-6.3 Claim Resolution Process. The Contractor shall submit claim certification and
request for a settlement meeting and the City’s Determination to the Construction
Manager within 20 Working Days of receipt of the Construction Manager’s initial
determination.
3-6.4 Initial Determination. Initial Determination is the City’s written approval or non-
approval of a Claim from the Contractor. Within 30 days of receipt of a Claim, the City
will deliver an Initial Determination to the Contractor. The City will not consider and will
return to the Contractor any written demand that does not conform to the requirements
of this Section 3-6.
3-6.5 Final Determination. If the Contractor disagrees with the Initial Determination, the
Contractor may request a Final Determination. The Contractor’s request shall be in
writing and shall be delivered to the City within 30 days of the date of the Initial
Determination. The City will deliver a Final Determination to the Contractor within 30
days after receipt of the Contractor’s written request. Final Determination is the City’s
final written decision on the Contractor’s appeal of the City’s Initial Determination on the
Contractor’s Claim.
3-6.6 Settlement Meeting. Within 15 Working Days of receipt of the Contractor’s
request for a “Settlement Meeting”, the Construction Manager will schedule a
“Settlement Meeting” between the Contractor’s representative, the City’s representative,
and the Construction Manager. This meeting will be an opportunity for the Contractor to
explain its claim to senior management of the City. If a settlement agreement cannot be
reached, the Construction Manager and the City will proceed to make a joint written
determination.
3-6.7 City’s Determination. The City will make a written determination within 20
Working Days after the settlement meeting. The written determination shall be final and
binding on the Contractor unless the Contractor notifies the City and the Construction
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 9
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Manager in writing of its objection within 15 Working Days after receipt of the written
determination, and files a “Request for Dispute Resolution” in accordance with 3-6,
“Dispute Resolution Process.” Failure to give notice of objection within said 15 Working
Days period shall be deemed to be a waiver of its right to pursue the claim.
3-6.8 Mandatory Assistance. If a third party dispute or litigation, or both, arises out of,
or relates in any way to the Services provided under this contract, upon the City’s
request, the Contractor shall assist in resolving the dispute or litigation. The
Contractor’s required assistance includes, but is not limited to, providing professional
consultations, attending mediations, arbitrations, depositions, trials or any event related
to the dispute resolution, litigation, or both.
3-6.8.1 Attorney Fees Related To Mandatory Assistance. In providing the City with
dispute or litigation assistance, the Contractor and or Subcontractors or their agents,
officers, and employees shall pay all incurred expenses and or costs. The Contractor
and or any of its Subcontractors shall agree that any attorney fees incurred are not
reimbursable.
3-6.9 Costs Relating To Weather Damage. The Contractor shall have no claims
against the City for damages for any injury to Work, resulting from the action of the
elements or weather. If, however, in the opinion of the Construction Manager, the
Contractor has made all reasonable efforts to protect the Work, the Contractor may be
granted a reasonable extension of Contract Time to make proper repairs, renewals, and
replacements of Work in accordance with Section 6, “PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK.”
ADD: 3-7 DISPUTE RESOLUTION PROCESS.
3.7-1 General. After following the provisions of Section 3-6, “Claims,” of these
Special Provisions, disputes shall be resolved in accordance with the provisions of
Section 20104, et seq., of the California Public Contract Code. The Contractor shall
first pursue an informal resolution of any individual demand or claim, as required by
Section 3-6, prior to pursuing a formal resolution of any demand or claim pursuant to
this Section 3-7. The information in this Section 3-7 is provided for the Contractor’s
clarification and does not limit or preclude the applicability of any provision of the
Public Contract Code, unless otherwise stated herein. For the purposes of this
Section 3-7, pursuant to said Section 20104, a claim is a separate demand of
$375,000 or less for:
a) A time extension; or
b) Payment of money or damages arising from work done by, or on behalf of, the
Contractor pursuant to the contract and payment of which is not otherwise expressly
provided for or the claimant is not otherwise entitled to; or
c) An amount the payment of which is disputed by the City.
This Section 3-7 does not apply to tort claims and nothing in this Section 3-7 is intended
nor shall be construed to change the time periods for filing tort claims or actions
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 10
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing
with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code.
3-7.2. Claim Processing Requirements.
The claim shall be in writing and include the documents necessary to substantiate the
claim, including all documentation previously submitted pursuant to Section 3-6,
including copies of the City’s responses to the informal claim denied pursuant to Section
3-6. Claims must be filed on or before the date of final payment.
3-7.2.1 Claims of less than $50,000. The Engineer shall respond in writing to any
written claim within 45 days of receipt of the claim, or may request, in writing, within 30
days of receipt of the claim, any additional documentation supporting the claim or
relating to defenses to the claim the City may have against the Contractor.
If additional information is thereafter required, it shall be requested and provided
pursuant to this Section 3-7, upon mutual agreement of the Engineer and the
Contractor.
The Engineer’s written response to the claim, as further documented, shall be submitted
to the Contractor within 15 days after receipt of the further documentation or within a
period of time no greater than that taken by the Contractor in producing the additional
information, whichever is greater.
3-7.2.2 Claims of $50,000 to $375,000. The Engineer shall respond in writing to all
written claims within 60 days of receipt of the claim, or may request, in writing, within 30
days of receipt of the claim, any additional documentation supporting the claim or
relating to defenses to the claim the City may have against the Contractor.
If additional information is thereafter required, it shall be requested and provided
pursuant to this Section 3-7, upon mutual agreement of the Engineer and the
Contractor.
The Engineer’s written response to the claim, as further documented, shall be submitted
to the Contractor within 30 days after receipt of the further documentation, or within a
period of time no greater than that taken by the Contractor in producing the additional
information or requested documentation, whichever is greater.
3-7.3 Claim Rejection. If the Contractor disputes the Engineer’s written response, or
the Engineer fails to respond within the time prescribed, the Contractor may so notify
the City, in writing, either within 15 days of receipt of the Engineer’s response or within
15 days of the City’s failure to respond within the time prescribed, respectively, and
demand an informal conference to meet and confer for settlement of the issues in
dispute. Upon a demand, the Engineer shall schedule a meet and confer conference
within 30 days for settlement of the dispute.
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 11
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Following the meet and confer conference, if the claim or any portion remains in
dispute, the Contractor may file a claim pursuant to Section 910, et seq., of the
Government Code. For purposes of those provisions, the running of the period of time
within which a claim must be filed shall be tolled from the time the Contractor submits
his or her written claim pursuant to this Section 3-7 until the time that claim is denied as
a result of the meet and confer process, including any period of time utilized by the meet
and confer process.
3-7.4 Civil Actions. The following procedures are established for all civil actions filed to
resolve claims subject to this Section 3-7:
Insofar as Section 20104.4 of the Public Contract Code prescribes that within 60 days,
but no earlier than 30 days, following the filing or responsive pleadings, the court shall
submit the matter to nonbinding mediation unless waived by mutual stipulation of both
parties, pursuant to this Section 3-7.4 the City and Contractor have agreed to waive by
mutual stipulation nonbinding arbitration given the prior dispute resolution processes
completed pursuant to Sections 3-6 and 3-7. The Contractor’s execution of the
contract hereby indicates its express knowledge of the City’s charter powers to
otherwise implement alternative procedures to the Public Contract Code, and the
Contractor’s required waiver of nonbinding mediation otherwise allowed
pursuant to Section 20104.4 of the Public Contract Code.
All civil actions filed pursuant to this Section 3-7 shall be resolved pursuant to the
appropriate court of jurisdiction within Riverside County.
In all civil actions, the City shall be responsible for its attorneys’ fees and costs, and the
Contractor shall be responsible for its attorneys’ fees and costs. This Section 3-7.4
shall impose and is intended to restrict the prevailing party from receiving
reimbursement of its attorneys’ fees and costs. The Contractor’s execution of the
contract hereby indicates its express knowledge of the City’s charter powers to
otherwise implement alternative procedures to the Public Contract Code, and the
Contractor’s required payment of its attorneys’ fees and costs associated with
any civil action filed with regard to the contract.
ADD: 3-8 ALTERNATIVE DISPUTE RESOLUTION PROCESS.
The provisions of this Section 3-8, “Alternative Dispute Resolution Process,” shall only
apply to those disputes where the City, in its sole discretion, agrees, in writing, to submit
the dispute to mandatory non-binding mediation pursuant to the process outlined herein
this Section 3-8. In all disputes, the provisions of Section 3-7, “Dispute Resolution
Process,” govern, unless the City has elected to pursue the Alternative Dispute
Resolution Process outlined herein this Section 3-8.
3-8.1 Mandatory Non-Binding Mediation. If a dispute arises out of, or relates to this
contract, or the breach thereof, and if said dispute cannot be settled through contract
provisions provided for claim settlement or negotiations, the parties agree to first
endeavor to settle the dispute in an amicable manner, using mandatory mediation under
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 12
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
the Construction Industry Mediation Rules of the American Arbitration Association or
any other neutral organization agreed upon before having recourse in a court of law.
3-8.1.1 Mandatory Mediation Costs. The expenses of witnesses for either side shall
be paid by the party producing such witnesses. All other expenses of the mediation,
including required traveling and other expenses of the mediator, and the cost of any
proofs or expert advice produced at the direct request of the mediator, shall be borne
equally by the parties, unless they agree otherwise.
3-8.1.2 Selection of Mediator. A single mediator that is acceptable to both parties shall
be used to mediate the dispute. The mediator will be knowledgeable in construction
aspects and may be selected from lists furnished by the American Arbitration
Association (AAA) or any other agreed upon mediator. To initiate mediation, the
initiating party shall serve a Request for Mediation on the opposing party. If the
mediator is selected from a list provided by AAA, the initiating party shall concurrently
file with AAA a “Request for Mediation” along with the appropriate fees; a copy of
requested mediators marked in preference order, and, a preference for available dates.
If AAA is selected to coordinate the mediation (Administrator), within 10 Working Days
from the receipt of the initiating party’s Request for Mediation, the opposing party shall
file the following: a copy of the list of the preferred mediators listed in preference order,
after striking any mediators to which they have any factual objection, and, a preference
for available dates. If the parties agree not to use AAA, then a mutually agreed upon
mediator, date and place for the mediation shall be agreed upon.
The Administrator will appoint or the parties shall agree upon the highest, mutually
preferred, Mediator from the individual parties’ lists who is available to serve within the
designated time frames.
3-8.1.3 Conduct of Mediation Sessions. Mediation hearings will be conducted in an
informal manner and discovery will not be allowed.
The discussions, statements, or admissions will be confidential to the proceedings and
will not be used for any other purpose as it relates to the party’s legal position. The
parties may agree to exchange any information they deem necessary.
Both parties shall have an authorized representative attend the mediation. Each
representative shall have the authority to recommend entering into a settlement. Either
party may have attorney(s), witnesses or expert(s) present. Either party may request a
list of witnesses and notification whether attorney(s) will be present.
Any resultant agreements from mediation shall be documented in writing. Mediation
results and documentation, by themselves, shall be “non-binding” and inadmissible for
any purpose in any legal proceeding, unless such admission is otherwise agreed upon,
in writing, by both parties. Mediators shall not be subject to any subpoena or liability and
their actions shall not be subject to discovery.
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 13
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
3-8.2 Dispute Resolution Board. If mediation is unsuccessful in settling the dispute
and if both parties agree, a no mandatory dispute resolution board process may be
used. The parties may impanel a Dispute Resolution Board (DRB) and the DRB
process shall be conducted in accordance with the City's alternative dispute resolution
process, utilizing board members who are individuals who have expertise in
construction. The selection process shall be administered by the American Arbitration
Association, or any other such neutral organization selected by the City, hereinafter
called the "Administrator". Claims made for $60,000 or less shall be heard by 1 DRB
member and claims for more than $60,000 shall be heard by 3 DRB members.
To initiate the DRB procedures, the parties shall jointly execute and file a "Submission
to Dispute Resolution Board Procedures" request with the Administrator. Upon receipt
by the Administrator of the submission form, the Administrator shall furnish to the
parties a list of individuals skilled in dispute resolution and having expertise in
construction from which to select the Dispute Resolution Board. Within 10 Working
Days from the date the list is sent to the parties, the parties shall return the list to the
Administrator, striking any individuals to which the parties have any factual objections
and numbering the remaining in preference order. The Administrator shall appoint the
highest mutually preferred individuals to the DRB that are available to serve in the time
frame designated above.
3-8.2.1 Dispute Resolution Board Costs. The costs for DRB hearings and
proceedings, which include those of either the 1 person or 3 person boards hearing the
dispute, will be shared equally by both parties. Fees shall be jointly negotiated by both
parties directly with the DRB Administrator.
3-8.2.2 Conduct of Dispute Resolution Board Hearings. DRB hearings shall be
informal and discovery shall not be permitted. The parties may agree to exchange any
information they deem necessary. Each party shall have a maximum of 2 hours for
presentation, unless otherwise agreed upon. Outside experts, including attorneys, may
address their specialty if the opposing party is notified in advance. Each party will be
given full opportunity to present its views and supporting information, including
documents, drawings, or other pertinent material. All such evidence and displays shall
be considered confidential and shall be retained by the presenting party. Discussions or
admissions during DRB discussions shall be considered as part of privileged settlement
discussions, without prejudice to any party's legal position.
Any resultant agreements from a DRB Hearing shall be documented, in writing, by both
parties. The DRB results and documentation, by themselves, shall be non-binding and
inadmissible for any purpose in any legal proceeding, unless such admission is
otherwise agreed upon, in writing, by both parties. DRB members shall not be subject
to any subpoena or liability and their actions shall not be subject to discovery.
Within 10 Working Days after the hearing, the DRB will make its recommendation, in
writing, for resolution of the dispute to all parties. The DRB will strive for consensus and
unanimity in its decision making. If such is unattainable, however, separate written
recommendations may be made as majority or minority reports.
CHANGES IN WORK
SPECIAL PROVISIONS - SECTION 3 - PAGE 14
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
- END OF SECTION -
CONTROL OF MATERIALS
SPECIAL PROVISIONS - SECTION 4 - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
SECTION 4 – CONTROL OF MATERIALS
4-1.3.2 Inspection of Material Not Locally Produced. ADD the following paragraph:
When required by the Special Provisions or as noted on the Plans, the Engineer may
elect to perform inspection of an out-of-town manufacturer. The Contractor shall incur
all inspection costs. These costs shall include travel expenses, a per diem allowance for
lodging, meals, and car rental per day. If the manufacturing plant operates a double
shift, a double shift shall be figured in the inspection costs. At the option of the
Engineer, full time inspection will continue for the length of the manufacturing period. If
the manufacturing period will exceed 3 consecutive weeks, the expenses of the
Engineer's supervisor will be included in the figures for one 2-day trip to the site per
month. Inspection costs paid by the Contractor will not include the wages of the
Engineer and their supervisor if employed by the City, when required by the Special
Provisions or as shown on Plans.
ADD: 4-1.3.4 Special Inspection. Certain elements of the Work may be subject to
special inspection required by applicable building codes, and a building permit issued to
the Engineer prior to construction (or to be issued to the Contractor) by the City’s
Building Official (hereinafter “BO”). It is the Contractor’s responsibility to determine
if applicable building permits have been previously issued by the Building Official
for construction of any structural elements to be incorporated into the Work.
Unless otherwise indicated, the Contractor shall contact the City’s Building
Official prior to starting the Work to identify any requirements in obtaining
building permits that may be required for the Work.
Special inspection and testing shall be provided by the City.
Special Inspectors provided by the City will be certified by the BO to perform the
functions of a Special Inspector, and the Contractor shall comply with all direction given
by a Special Inspector as if given by the BO. The Contractor shall accommodate the
Special Inspectors acting on behalf of the BO as follows:
i. Observe Work: The Special Inspector shall observe the Work for conformance with
the BO’s approved design Drawings and Specifications. Shop Drawings, Working
Drawings, or both may be used only as an aid to inspection. Special Inspections are
to be performed on a continuous basis, meaning that the Special Inspector is on site
at all times observing the Work requiring Special Inspection.
ii. Periodic inspections, if any, shall have prior approval by the BO based on a separate
written plan prepared by the Contractor and reviewed and approved by the BO and
the Engineer.
iii. The Special Inspector shall bring nonconforming items to the immediate attention of
the Contractor and note all such items in the daily report. If any item is not resolved
in a timely manner or is about to be incorporated in the Work the Special Inspector
will immediately notify the BO, notify the Engineer, and post a discrepancy notice.
CONTROL OF MATERIALS
SPECIAL PROVISIONS - SECTION 4 - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
iv. Furnish Daily Reports: Special Inspectors will complete and sign both the Special
Inspection record and the daily report form for each daily inspection to remain at the
Site with the Contractor for review by the Engineer and BO.
v. The Special Inspector or inspection agency shall furnish weekly reports of tests and
inspections directly to the Engineer, BO and others as designated on the plans,
permits or herein. These reports shall include the following:
1. Description of daily inspections and tests made with applicable locations;
2. Listing of all nonconforming items;
3. Report on how nonconforming items were resolved or unresolved as applicable;
4. Itemized changes authorized by the Engineer and BO if not included in
nonconformance items.
vi. The Special Inspector will submit a final signed report to the Engineer and BO
stating that Work requiring Special Inspection and testing were inspected, tested
and reported, and to the best of Special Inspector’s knowledge, is in conformance
with the approved drawings and Contract Documents, approved revisions and the
applicable workmanship provisions of the building codes whichever is in effect on
the permitted Plans. Items not in conformance, unresolved items or any
discrepancies in inspection coverage (i.e., missed inspections, periodic inspections
when continuous was required, etc.) will be specifically itemized in this report. Final
inspection of the structure will not be scheduled until the final report for all Work
items requiring Special Inspection have been reviewed and approved by the
Engineer and BO.
The Contractor shall be responsible for the following coordination of Special Inspections
provided by the City’s Special Inspectors:
i. The Contractor shall notify the Special Inspector prior to performing any item of
Work that requires Special Inspection and shall review the Contract Documents and
perform any necessary preparatory Work at the Site.
ii. The Contractor is responsible for providing the Special Inspector access to approved
Drawings and Specifications at the Project’s Site.
iii. The Contractor shall be responsible for retaining at the Site all Special Inspection
records submitted by the Special Inspector and providing these records for review by
the Engineer upon request.
iv. The Contractor shall not perform any items of W ork that requires Special Inspection
without the presence of the Special Inspector during the performance of that Work.
Work requiring continuous inspection performed without Special Inspection shall be
subject to removal.
CONTROL OF MATERIALS
SPECIAL PROVISIONS - SECTION 4 - PAGE 3
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
v. Upon completion of task requiring Special Inspection, the Contractor shall submit to
the Engineer all Special Inspection reports that certify that the Work requiring
Special Inspection has been completed in accordance with the Contract Documents
and the applicable building codes and approved by the BO.
4-1.6 TRADE NAMES OR EQUALS. DELETE in its entirety and SUBSTITUTE the
following:
In accordance with California Public Contract Code § 3400(b), and as specified herein
this Section 4-1.6, the Contractor shall submit its list of proposed substitutions for “an
equal” (“or equal”) item within 20 days after award of the contract. If an offered
substitution by the Contractor for the trade names specified in the Contract necessitates
changes to, or coordination with, other items of the Work, the information submitted
shall include details showing such changes. The Contractor shall perform these
changes as part of the substitution of material or equipment and at no additional cost to
the City. The lack of action on the Engineer’s side by taking no exceptions to the
proposed substitution shall not relieve the Contractor from responsibility for the
efficiency, sufficiency, quality, and performance of the substitute material or equipment,
in the same manner and degree as the material and equipment specified by name.
Whenever materials or equipment are indicated in the Contract Documents by using the
name of a proprietary item or the name of a particular Supplier, the naming of the item
is intended to establish the type, function, and quality required. Unless stated
otherwise, materials or equipment of other Suppliers may be accepted if sufficient
information is submitted to the Engineer for review to determine whether the material or
equipment proposed is equivalent or equal to that named.
Request for approvals of “or equal” items prior to Bid Opening will not be considered.
Bidders are responsible to ensure their Bid includes the price required for the item as
specified, and assumes all risk in including a price for an “or equal” item that is not
approved by the Engineer, and any additional cost associated with furnishing and
installing the item as specified in the specifications or plans.
The Contractor may bring forward a substitution proposal for an “or equal” item provided
the request and supporting documentation is submitted within 20 days of contract
award. The following information shall be included with any substitution request:
1. Whether or not acceptance of the substitute for use in the Work will require a
change in any of the Contract Documents to adopt the design to the proposed
substitute.
2. Whether or not incorporation or use of the substitute in connection with the Work is
subject to payment of any license fee or royalty.
3. All variations of the proposed substitute from the items originally specified will be
identified.
CONTROL OF MATERIALS
SPECIAL PROVISIONS - SECTION 4 - PAGE 4
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
4. Available maintenance, repair, and replacement service requirements. The
manufacturer must have a local service agency within 50 miles of the site which
maintains properly trained personnel and adequate spare parts and is able to
respond and complete repairs within 24 hours.
5. Certification that the proposed substitute will perform adequately the functions and
achieve the results called for by the general design, and be similar and of equal
substance to that indicated, and be suited to the same use as that specified.
There is no guaranteed time frame for the Engineer’s review of the substitution
requests.
The Contractor is responsible to demonstrate that the type, function, and quality of any
such substitute product, material or equipment is equivalent to the specified item. The
Engineer shall require at the Contractor’s expense additional data about the proposed
substitution he deems necessary.
If the Engineer takes no exceptions to the proposed substitution, it will not relieve the
Contractor from responsibility for the efficiency, sufficiency, quality, and performance of
the substitute material or equipment, in the same manner and degree as the material
and equipment specified by name.
The lack of any action by the Engineer does not constitute acceptance of the
substitution; all approved “or equal” substitutions must be approved in writing by the
Engineer.
Acceptance by the Engineer of a substitute item does not relieve you of the
responsibility for full compliance with the Contract Documents.
The Bid submittal must be based on the material and equipment specified by name in
the Contract. If the proposal is rejected by the Engineer, you will not be entitled to either
an extension in Contract Time, and/or an increase in the Contract Price.
As applicable, no Shop Drawing or Working Drawing submittals will be made for a
substitute item nor will any substitute item be ordered, installed, or utilized without the
Engineer's prior written approval.
You must reimburse the City for the charges of the Engineer for evaluating each
proposed substitution.
ADD: 4-2 PLACING ORDERS.
The Contractor shall place the orders for all long lead-time supplies, materials and
equipment within 3 working days after receipt of the fully executed contract from
the City of Palm Springs. The Contractor shall furnish the Engineer with a statement
from the vendors that the orders for said supplies, materials, and equipment has been
CONTROL OF MATERIALS
SPECIAL PROVISIONS - SECTION 4 - PAGE 5
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
received and accepted by said vendors within 15 working days from the date of
execution of Contract.
- END OF SECTION -
UTILITIES
SPECIAL PROVISIONS - SECTION 5 - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
SECTION 5 - UTILITIES
5-1 LOCATION. ADD the following:
The City does not warrant the accuracy or completeness of the location and type of
existing utilities and substructures shown on the Plans. The Contractor is responsible to
accurately locate, by potholing or other suitable methods, all existing utilities such as
service connections and substructures as shown on the Plans and marked out by
Underground Service Alert (USA), to prevent damage to such facilities and to identify
any conflicts with the proposed work.
The Contractor shall fill all potholes on the same day of excavation, and, if no trenching
is performed within 10 Working Days, fully restore all potholes and any damaged
surrounding areas to their original condition unless otherwise allowed by the Engineer.
There will be no other compensation for potholing at any specific location required by
the Plans. Neither will showing some specific locations on the Plans relieve the
Contractor of the responsibility to pothole as previously mentioned in this Subsection.
The Contractor shall notify the Engineer, in writing, of any conflicts between existing
utilities and the proposed work a minimum of 5 Working Days, and 300 feet in advance
of the work to provide adequate time, and space for any changes to the work needed to
avoid unforeseen conflicts. The Contractor shall perform utility location far enough in
advance of the Work to provide the written notification specified in this section.
The written notification shall include; date of utility location, method of utility location,
type, size, and material of utility, horizontal location (to the nearest Station), depth for
existing pavement or ground surface to top and bottom of utility, suspected ownership of
utility, and the date on which any conflict with the utility will impact the critical path(s).
For existing utilities shown on the Plans or marked out by USA, the Contractor shall not
be entitled to an extension of Contract Time or compensation for delay if direction is
provided by the Engineer within 5 Working Days from receipt of the Contractor’s written
notification of the utility conflict. If the Engineer does not provide direction to the
Contractor within the 5 Working Days, an extension of Contract Time may be granted in
accordance with Section 6, beginning on the sixth W orking Day after receipt of the
Contractor’s written notification.
5-2 PROTECTION. ADD the following:
When existing underground utilities are undercut the Contractor shall backfill for at least
12” all around the undercut utility. The backfill material shall conform to 306-1.2.1,
“Bedding.”
When a one-inch or smaller water service is damaged during trenching operations,
repairs shall be made in accordance with applicable standards required by the Water
Utility Owner.
UTILITIES
SPECIAL PROVISIONS - SECTION 5 - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The City may decide to perform the repairs to water and sewer mains, water services,
and sewer laterals with the City Forces at the discretion of the Engineer at the
Contractor’s expense.
The Contractor shall notify the City at least 2 Working Days prior to start of excavation,
unless, earlier notice is required by another permit or plan.
5-3 RELOCATION. ADD the following:
When existing surface utilities are identified on the project plans to be adjusted to grade
by others (primarily Gas and Electric), it shall be the responsibility of the contractor to
coordinate with the individual utility owners for the adjustment of their surface utilities to
the new pavement grade. The contractor shall be responsible for paying any and all
fees that the utility owner my charge for processing or permitting related to utility
adjustments. Surface utilities shall be adjusted to grade per the standards and
requirements of the utility owner
ADD: 5-7 Payment. Unless otherwise specified in the Contract Documents, payment
for items of work related to Utilities, Utility coordination, adjustment of surface utilities by
others and any fees or costs associated with utility coordination shall be included in the
various items of work, and no additional compensation shall be allowed therefore.
Potholing for existing utilities which are not shown on the Plans, but marked out by USA
shall be as directed by the Engineer and paid for according to 3-3, “EXTRA WORK.”
- END OF SECTION -
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK
6-1.1 Construction Schedule. ADD the following:
a) Upon the request of the Contractor, the City may delay the issuance of the Notice to
Proceed (NTP) up to 10 Working Days from the date of the preconstruction
conference. No time extension of this delay will be allowed.
b) The Contractor shall be responsible for developing, coordinating, revising, updating,
and maintaining the cost loaded construction schedule (Schedule) utilizing the
Critical Path Method (CPM).
c) All versions of the Schedule shall be based solely on the Work as awarded, and
shall exclude any substitute proposals even if the Contractor pursues a substitution
in accordance with provisions of the Contract.
d) The approved proposals and approved Change Orders shall be included in the
Schedule updates.
e) Total float is the number of days by which a part of the Work in the Schedule may be
delayed from its early dates without necessarily extending the Contract Time. The
Contract float is the number of days between the Contractor’s anticipated date for
early completion of the Work, or specified part, and the corresponding Contract
Time. Total float and Contract Time float belong to the Project and are not for the
exclusive benefit of any Party. They shall be available to the City or the Contractor
to accommodate changes in the Work or to mitigate the effect of events which may
delay performance or completion.
f) Monthly progress payments are contingent upon the submittal of an updated
Schedule to the Engineer. The City may refuse to recommend the whole or part of
any monthly payment if, in the Engineer ’s opinion, the Contractor’s failure, or refusal
to provide the required Schedule information precludes a proper evaluation of the
Contractor’s ability to complete Project within the Contract Time.
g) The Schedule shall show a breakdown of Work into activities and relationships to
the extent required to effectively manage the Work. The Schedule shall show the
division of the Work into activities and specify the progression from the Notice to
Proceed (NTP) to the end of the Contract Time.
h) The Schedule shall include appropriate time allowances and constraints for
submittals, items of interface with Work performed by others, and specified
construction, start-up and performance tests.
i) The Contractor shall include in the Schedule inclusive in the Contract Time allotted,
three 3 Working Days for the City to conduct a thorough walk-through.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
j) The Contractor shall include in the Schedule inclusive in the Contract Time allotted
10 Working Days for generation of the punchlist. The Contractor shall Work
diligently to complete all punchlist items within 20 Working Days after officially being
provided the punchlist by the Engineer.
k) If the Contractor modifies or changes the Schedule, for Change Order Work or
otherwise, the Engineer shall be notified in writing with an explanation.
l) Comments made by the Engineer on the Schedule during review will not relieve the
Contractor from compliance with requirements of the Contract. The Engineer may
request that the Contractor and major Subcontractors (defined herein as being any
Subcontractor or Supplier with 5% or more of the value of the Contract) participate in
review of any Schedule submission. The Schedule revisions shall be submitted
within 10 Working Days after the Engineer’s review.
m) The Schedule shall show work to be done by the City personnel, such as but not
limited to, submittal reviews (separate tasks for each), sewer televising, water main
connections, water testing, and operational performance tests as separate tasks.
The Schedule shall show appropriate time allowances for Work performed by other
agencies.
n) If completion of any part of the Work, delivery of equipment or materials, or provision
of the Contractor submittals is behind schedule and will impact the completion date
of the Work, the Contractor shall submit a written recovery plan acceptable to the
Engineer for completing the Work by the current Contract completion date.
o) The Contractor shall not be entitled to any extension in Contract Time, or recovery
for any delay incurred because of extensions in an early completion date, until all
Contract float is used, performance of the Work extends beyond the corresponding
Contract Time, and a recovery plan is submitted demonstrating that the delay cannot
be mitigated or offset through actions such as rescheduling Work.
p) Misrepresentation of actual Work durations in order to suppress available float time
shall be cause for rejection of the Schedule and any revisions or updates.
q) The Schedule shall include procurement related activities which lead to the delivery
of permanent materials to the Site in a timely manner. Procurement activities
include activities such as preparation of Shop Drawings and Working Drawings,
review and acceptance of Shop Drawings and Working Drawings, materials
fabrication, materials delivery, etc., as appropriate.
r) The Schedule shall be reasonably balanced over the construction duration. Upon
receipt, the Engineer will review the Schedule and provide comments, as
appropriate, for revision by the Contractor.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 3
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
s) Each Schedule activity shall be assigned a budget. Separate Bid items shall be
separate activities. The Schedule shall specify costs for each phase of the Contract.
The cost value of all Schedule activities shall equal the Contract values shown in the
Bid both individually and in total and include Change Orders.
t) If the Engineer questions the logic of the Schedule, the Engineer may at any time
request a Schedule narrative that describes the approach to the Work and the
rationale used to develop the Schedule relationships and logic.
u) When specified in the Contract Documents, the 90-day Plant Establishment Period
is included in the stipulated Contract Time and will begin with the acceptance of the
planting in accordance with the Special Provisions.
v) For phased funded contracts, the Schedule shall include the Work to be completed
as part of the first phase of the Phased Funding Schedule and all remaining phases.
ADD: 6-1.1.1 Contracts Less Than $1,000,000 In Value. The Contractor shall provide
the Schedule to the Engineer at the preconstruction meeting. At a minimum, the
Schedule shall conform to the following:
a) Provide a fully developed horizontal bar-chart type schedule.
b) Provide a separate time bar for each significant construction activity.
c) Provide a continuous vertical line to identify the first Working Day of each week.
d) Within each time bar, indicate estimated completion percentage in 10% increments.
As Work progresses, place a contrasting mark in each bar to indicate actual
completion.
e) Indicate graphically sequences necessary for completion of related portions of the
Work.
f) Be of sufficient size to show data for the entire Contract Time.
ADD: 6-1.1.2 Contracts With More Than $1,000,000 In Value. The Contractor shall
provide the Schedule to the Engineer no later than the date of the pre-construction
meeting. The Contractor may provide a look-ahead schedule for the first 90 days of the
Contract Time to the Engineer, prepared in accordance with 6-1, “CONSTRUCTION
SCHEDULE AND COMMENCEMENT OF THE WORK.” If the Contractor selects to
provide a 90 days look-ahead schedule, the Schedule covering the full Contract Time
shall be submitted and approved within 4 weeks after NTP.
The Contractor shall use any scheduling product capable of producing the required
information in accordance with 6-1, “CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK”, for the computerized CPM scheduling and
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 4
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
monthly update reports. Electronic file submittals shall be compatible with formats used
by the City.
In addition to the electronic submittal of the Schedule, the Contractor shall provide hard
copy tabular reports in accordance with 2-5.3, “Submittals.” The Schedule shall contain
as a minimum the following information:
a) The Schedule shall include the Project Name, City’s Project identification numbers,
the Contractor’s name, address and phone number, dates of original schedule and
latest revision, revision number, and Contract Time.
b) The Schedule shall be of sufficient detail to assure adequate planning has been
done for proper execution of the Work such that, in the sole judgment of the
Engineer, it provides an appropriate basis for monitoring progress.
c) The Schedule shall show the sequence, duration, both early and actual start and
end dates of each activity, interdependence, critical path and percentage of
completion status of all activities required for the complete performance of Work. It
shall begin with the date of issuance of the NTP and include construction activities
including submittal review, operation checks, final walk-through, and punchlist
generation.
d) The Schedule shall include the cost associated with each activity and the total cost
for each phase of the Contract. The cost information shown in the Schedule will be
used for schedule evaluation and budgetary forecasting purposes only, and shall not
be construed as entitlement for payment.
e) The graphical reports when specified or required by the Engineer shall be in a
precedence diagram format, shall be plotted on a time-scaled calendar, and shall
expressly identify the Contract Time, the critical path(s) and activities.
f) Activities shall be shown on their early dates, with their total float noted beside them.
Connections between activities whether on the same sheet or on different sheets,
shall identify both predecessor and successor Work. Activity data shall include
description of Work, activity costs (budget), activity duration and special codes.
g) Activity data shall include description of the Work, activity duration, percent
completed, and any special codes required with the following information:
i. Current status of the activity.
ii. Remaining duration of the activity.
iii. Actual start and finish dates for the activity in progress or completed.
h) The Schedule updates shall include both forecast and actual cost and schedule
data.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 5
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
i) The sub-tasks for lump sum Bid items shown on the Schedule shall be submitted in
accordance with 9-2, “LUMP SUM ITEMS.”
j) The Schedule shall indicate the estimated person days and material quantities for
each construction activity.
k) For those activities started but not yet completed at the time of submittal, the
updated Schedule shall reflect the percentage of costs remaining, as agreed
between the Contractor and the Engineer, for an estimate of the remaining budget.
6-1.2 Commencement of Work. ADD the following:
Unless specifically authorized by City in writing, the Contractor shall not begin any
construction activities on the Project until CEQA (and NEPA, if applicable) review has
been completed as evidenced by certification of an environmental impact report,
mitigated negative declaration, negative declaration, or by issuance of an exemption, as
applicable.
ADD: 6-1.3 Work Outside Normal Hours. Except in connection with the safety or
protection of persons or the Work or property at the Site or adjacent thereto, and except
as otherwise indicated in the Contract Documents, Work at the Site shall be performed
during normal working hours. Normal working hours refers to the working hours
identified in the Contract Documents. The Contractor shall not work during non-normal
working hours or on Saturday, Sunday, or any of the City observed holiday without the
Engineer's written consent. If approved, night work shall be completed at night between
the hours of 7:00 P.M. - 5:00 A.M. unless otherwise specified on the Plans, in the
Special Provisions, or on the traffic control permits.
The Engineer will coordinate inspection staff, to the extent possible, to accommodate
Project inspection requirements. If the Contractor’s request is approved, the Contractor
will be responsible for reimbursing the City for all costs to provide inspection services
required to monitor the Work outside of normal working hours in accordance with
Section 2-11. The Contractor shall be billed at the stipulated hourly rate to cover the
City’s expenses for the inspection services and a deductive Change Order will be
issued.
The Contractor shall be required to obtain a noise abatement permit when such a
permit is required to perform Work outside the normal working hours.
Special Note: The Contractor will be required to comply with applicable mitigation
measures related to noise that may be included in the City’s CEQA and/or NEPA
environmental document. Any work occurring outside normal hours that may generate
noise will be required to mitigate the noise to the greatest degree possible at the
Contractor’s expense, as required by the Engineer.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 6
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The Engineer retains the sole authority to deny any work occurring outside normal
hours if in his determination such work would generate noise too disruptive to the public.
ADD: 6-1.4 Phased Funding.
6-1.4.1 General. Phase Funding is a means by which large projects, encompassing
multiple tasks and taking place over an extended period of time, may be budgeted and
appropriated in a multi-phase plan and contracted accordingly that maximizes the City’s
use of available funds. If this contract is specified on the Contract Documents to be
subject to phased funding, the phased funding requirements in these specifications
shall apply.
The decision to utilize phased funding shall be solely at the discretion of the City.
6-1.4.2 Pre-Award Schedule. The Pre-Award Schedule is a cost-loaded CPM
schedule prepared in accordance with 6-1, “CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK” showing all activities with costs, durations, and
dependencies, for the first phase of the contract. The Pre-Award Schedule shall be
used as a basis for the first Phased Funding Schedule Agreement which will be
developed by the City.
For phased funded contracts, the City typically secures enough funds for the first 90
days of the contract prior to award. Within 10 Working Days after Bid opening date the
Apparent Low Bidder shall contact the Project Manager to discuss fund availability and
the duration of the first phase and submit the Pre-Award Schedule to the City for
approval and preparation of the first Phased Funding Schedule Agreement. If the Bid
submitted by the Apparent Low Bidder is rejected by the City for any reason, then within
5 Working Days after receiving notice, the next Apparent Low Bidder shall provide the
Pre-Award Schedule. This process shall continue until the City has selected the lowest
responsible and reliable Bidder or has decided to reject all Bids.
The Contractor shall coordinate the estimated construction start date with the City’s
Project Manager. Upon receipt, the Project Manager will review the Pre-Award
Schedule and provide comments, as appropriate, for revision by the Contractor. The
Project Manager may require backup documentation and calculations to justify
schedules.
6-1.4.3 First Phased Funding Schedule Agreement. The first Phased Funding
Schedule Agreement shall show the fund availability for the first phase. Within 22
Working Days from the date of the Bid Opening or notice to the next Apparent Low
Bidder (whichever occurs last) and once a Pre-Award Schedule is accepted by the City,
the City will present the first Phased Funding Schedule Agreement to the Contractor
that is selected as the lowest responsible Bidder as defined in the Palm Springs
Municipal Code.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 7
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
At the Project Manager’s request, the Contractor shall meet with the Project Manager
before execution of the first Phased Funding Schedule Agreement to discuss the
Project Manager’s comments and requests for revision to the Pre-Award Schedule.
Failure by the Contractor to perform the following may result in the Bid being rejected as
non-responsive: a) meet with the Project Manager, if requested to do so, to discuss and
respond to the City comments regarding the Pre-Award Schedule, b) revise the Pre-
Award Schedule as requested by the City within the specified 22 Working Days
timeframe, or c) execute the first Phased Funding Schedule Agreement within a day
after receipt. Once executed by both parties, the first Phased Funding Schedule
Agreement shall become part of the Contract Documents. The first Phased Funding
Schedule Agreement Form is included in the Bidding Documents.
The City reserves the right to award the first phase with duration of fewer than 90
Working Days.
6-1.4.4 Final Phased Funding Schedule Agreement. After Award the Contractor’s
approved Schedule shall serve as the basis for the final Phased Funding Schedule
Agreement, which includes the total contract amount and all phases. The City and
Contractor may mutually agree to revise the first phase; however, the total funds
allocated as part of the previously approved Pre-Award Schedule shall not be
exceeded.
The final Phased Funding Schedule Agreement shall define payment limitations and the
respective obligations of the parties in accordance with 9-3.7, “Phased Funding
Compensation.”
ADD: 6-1.5 Contract Time Extensions. The Contract Time shall not be modified
except by Change Order. The Contractor shall immediately submit to the City a written
request for a Change Order to modify the Contract Time, but in no event later than 24
hours after the occurrence and discovery of the event(s) giving rise to the request. The
Contractor shall include in its request a general description of the basis for and the
estimated length of any extension and submit supporting data. Any City approval of a
request shall be contingent upon the Contractor’s submission of a written statement that
the Contract Time extension reflects the entire extension to which the Contractor is
entitled as a result of the occurrence of the event(s).
The City will not grant an extension in Contract Time unless the Contractor
demonstrates through an analysis of the critical path that: 1) the increases in the time to
perform all or part of the Project, beyond the Contract Time, arise from unforeseeable
causes beyond the control and without the fault or negligence of the Contractor, their
agents, officers, and/or employees; and 2) the causes actually rendered performance of
all or part of the Project beyond the corresponding Contract Time, despite the
Contractor’s reasonable and diligent actions to avoid the extension.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 8
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Delays attributable to and within the control of the Contractor’s Subcontractors shall be
deemed to be delays within the control of the Contractor. The City will not allow time
extensions for these delays.
The City will issue a periodic (usually weekly or monthly) document that will stipulate the
Contract Time. If the Contractor does not agree with this document, the Contractor shall
within 15 days after receipt of the statement submit to the City for review a written
protest supporting the Contractor’s objections to the document. The Contractor’s failure
to file a timely protest shall constitute the Contractor’s acceptance of the City’s weekly
document. If the Contractor’s protest is considered to be a claim for time extension, it
shall be subject to 3-7, “Claims.”
The Contractor shall be fully responsible for any delays arising from the Contractor’s
design of the Project when engineering services are included in the Work.
ADD: 6-1.6 Excusable Delays. To the extent any of the following events results in an
actual delay in the Work affecting Work activities on the critical path, such shall
constitute an “Excusable Delay”, to the extent not set forth below, a delay will be
considered an “Inexcusable Delay”:
a) Failure or inability of the City to make available any portion or the entire Site in
accordance with the requirements of the Schedule.
b) Failure or inability of the City or the Contractor to obtain necessary zoning changes,
variances, code changes, permits or approvals from any governmental authority, or
failure to obtain any street or alley vacations required for the performance of the
Work, except to the extent due to the fault or neglect of the Contractor as
determined by the City.
c) Delays resulting from the acts or omissions of Separate Contractors, except to the
extent Separate Contractors perform their work properly and in accordance with the
Schedule.
d) Delays resulting from Force Majeure.
e) Differing, unusual or concealed site conditions that could not reasonably have been
anticipated by the Contractor in preparing the Schedule.
f) Delays resulting from the existence or discovery of hazardous materials or waste on
the Site not brought to the Site by the Contractor.
g) Delays resulting from changes in Applicable Laws occurring after the date of
execution of this contract;
h) Delays occurring due to the acts or omissions of the City and those within the control
of the City.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 9
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
i) Delays resulting from the City-mandated suspensions of Work.
ADD: 6-1.7 Payment. Payment for the Construction Schedule shall be included in the
various Bid items unless a Bid item has been provided.
6-4 DEFAULT BY THE CONTRACTOR. DELETE the first paragraph in its entirety and
SUBSTITUTE the following:
If one or more of the following events occur prior to acceptance of the Work, the
Contractor shall be considered in default of the Contract:
a) becomes insolvent, assigns its assets for the benefit of its creditors, is unable to pay
debts as they become due, or is otherwise financially unable to complete the Work;
b) abandons the Work by failing to report to the Work Site and diligently prosecute the
Work;
c) disregards or violates provisions of the Contract Documents or City’s instructions;
d) fails to prosecute the Work according to the approved schedule without excusable
delays in conformance with 6-6, “DELAYS AND EXTENSIONS OF TIME;”
e) disregards Laws or Regulations of any public body having jurisdiction;
f) commits continuous or repeated violations of approved or legislated safety
requirements; or
g) failure to notify the Engineer upon discovery of items of Native American,
Archaeological, or Paleontological interests.
Notices under this section shall be in accordance with 2-1.1.3, “Special Notices.”
The City will notify the Contractor and the Surety of the City’s intent to find the
Contractor in default. If Contractor fails to commence satisfactory correction of a default
within 5 Working Days after receipt of a notice to cure, or to diligently continue
satisfactory and timely correction of the default thereafter, then the City:
a) may terminate the Contractor’s right to perform under this Agreement by issuing a
default notification to the Contractor and its Surety,
b) may use any materials, equipment, tools or other facilities furnished by the
Contractor to complete the Contractor’s work without any further compensation to
the Contractor for such use, and
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 10
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
c) may furnish those materials, equipment, tools and other facilities to others to the
extent the City deems necessary to maintain the orderly progress of the Work.
The Contractor shall be entitled to no further payment until the remaining portion of the
Work has been completed. The Contractor will be paid the actual amount due based on
Contract Unit Prices or lump sum Bid and the quantity of the Work completed at the
time of default, less damages caused to the City by acts of the Contractor.
Costs incurred by the City in performing the Contractor’s work, plus a markup of 15% on
those costs for overhead, shall be deducted from any money due or to become due to
the Contractor. The Contractor shall pay to the City any amount by which those costs
and markup exceed the unpaid balance of the Contract Price.
Upon receipt of the Notice of Termination for Default, the Surety shall immediately
takeover and assume the control of and perform the Work as the successor to the
Contractor. The Surety shall assume all rights, obligations, and liabilities, including
liquidated damages that have accrued under the Contract. The Surety shall maintain
the Site and all of its safety controls. If the Surety fails to maintain the Site, the City may
correct unsafe conditions and charge the Surety for all costs incurred. When the Surety
assumes any part of the Work, it shall take the Contractor’s place in all respects for that
part, and will be paid by the City for Work performed by it in accordance with the
Contract. When the Surety assumes the entire Contract, all money due the Contractor
at the time of its default shall be payable to the Surety as the Work progresses, subject
to the terms of the Contract.
Within 15 Working Days of the notice of Termination for Default, the Surety shall
provide a written plan detailing the course of action it intends to take to remedy the
default. The City will review and notify the Surety if the plan is satisfactory.
If the Surety fails to submit the plan or to maintain progress on the plan once it’s been
approved by the City, the City may exclude the Surety from the premises. The City may
then take possession of all material and equipment and complete the Work by the City
forces, by letting the unfinished Work to another Contractor, or by a combination of such
methods. In any event, the cost of completing the Work shall be charged against the
Contractor and its Surety and may be deducted from any money due or becoming due
from the City. If the amounts due under the Contract are insufficient for completion, the
Contractor or Surety shall pay to the City within 30 days after the City submits an invoice
for all costs in excess of the remaining Contract Price.
The provisions of this subsection shall be in addition to all other rights and remedies
available to the City under law.
6-5 TERMINATION OF THE CONTRACT FOR CONVENIENCE. Delete the last two
paragraphs.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 11
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
ADD: 6-5.1 Termination of the Contractor’s Performance of Work. The City may
terminate, subject to the express terms and conditions set forth below, the Contractor's
performance of Work under this contract, in whole or, from time to time, in part, if the
City Council does not appropriate sufficient monies to fund the Contract. The Engineer
will terminate, on behalf of the City, by delivering to the Contractor a Notice of
Termination specifying the extent of termination and the effective date.
ADD: 6-5.2 Notice of Termination. Notice of Termination is from City to the Contractor
terminating the Contract in accordance with 6-5, “TERMINATION OF THE CONTRACT
FOR CONVENIENCE.”
After receipt of the Notice of Termination, and except as otherwise directed by the
Engineer, the Contractor shall immediately proceed as follows:
a) Stop Work immediately or in accordance with the Notice of Termination.
b) Immediately place no further subcontracts for materials, services, or facilities, except
as necessary to complete any authorized continued portion of the Contract.
c) Immediately terminate all subcontracts to the extent that they relate to the Work
terminated;
d) With approval by the Engineer, settle all outstanding obligations arising from the
termination of subcontracts; the approval of which will be final for purposes of this
section.
e) As directed by the Engineer, transfer the title and deliver to the City, completed or
partially completed drawings, plans, calculations, specifications and any other
documents and records that, if the Contract had been completed, would be required
to be furnished to the City.
f) Complete performance of the Work not terminated.
g) Take all necessary steps and actions to minimize all costs to the City as a result of
the termination.
h) Take any action that may be necessary, or that the Engineer may direct, for the
protection and preservation of the property related to this contract that is in the
possession of the Contractor and in which the City has or may acquire an interest.
ADD: 6-5.3 Termination Settlement. After termination, the Contractor shall submit a
final termination settlement proposal to the Engineer in the form and with the
certification prescribed by the Engineer. The Contractor shall submit the proposal
promptly, but no later than 3 months from the effective date of termination, unless
extended, in writing, by the Engineer upon written request of the Contractor within this 3
month period. If the Engineer determines that the facts justify it, a termination
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 12
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
settlement proposal may be received and acted on after 3 months or any extension. If
the Contractor fails to submit the proposal within the time allowed, the City may, in good
faith, determine, on the basis of information available, the fair and reasonable amount, if
any, due the Contractor as a result of the termination and pay the amount determined. If
the Contractor does not agree that the amount determined by the Engineer is fair and
reasonable and if the Contractor gives notice of such disagreement to the City in
accordance with this subsection, within 30 days of receipt of payment, then the amount
due shall be as later determined by arbitration, if the City and the Contractor agree
thereto, or as fixed in a court of law.
ADD: 6-5.4 Payment to the Contractor Due to Termination. Subject to 6-5.3,
“Termination Settlement” the Contractor and the Engineer may agree upon the whole or
any part of the amount to be paid because of the termination. The amount may include
a reasonable allowance for profit on work done. The agreed amount, whether in
accordance with this subsection or 6-5.5, “Failure to Agree on Payment,” exclusive of
costs shown in 6-5.5, “Failure to Agree on Payment,” subparagraph C, may not exceed
the total dollar amount authorized by the City as reduced by (1) the amount of payments
previously made; and (2) the Contract Price of work not terminated. The contract shall
be amended, and the Contractor paid the agreed amount. Subsection 6-5.5, “Failure to
Agree on Payment,” shall not limit, restrict, or affect the amount that may be agreed
upon to be paid in accordance with this subsection.
ADD: 6-5.5 Failure to Agree on Payment. If the Contractor and the City fail to agree
on the whole amount to be paid because of the termination of Work, the City will pay the
Contractor the fair and reasonable amounts determined in good faith by the City as
follows, but without duplication of any amounts agreed on in accordance with 6-5.4,
“Payment to Contractor Due to Termination” above:
a) The Contract Price for completed services accepted by the City not previously paid
for adjusted for any saving of freight and other charges.
b) The total of:
i. The costs incurred in the performance of the Work terminated, including initial
costs and preparatory expense allocable thereto, but excluding any costs
attributable to services paid or to be paid in accordance with 6-5.6, “Failure to
Agree on Payment”;
ii. The fair and reasonable cost of settling and paying termination settlement
proposals under terminated subcontracts that are properly chargeable to the
terminated portion of the Contract if not included in subdivision “a”, above;
iii. A sum, as provided in subdivision “a”, above, determined by the Engineer to be
fair and reasonable under the circumstances; however, if it appears that the
Contractor would have sustained a loss on the entire contract, had it been
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 13
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
completed, the City will allow no profit and shall reduce the settlement to reflect
the indicated rate of loss.
iv. The reasonable costs of settlement of the Work terminated, including:
a. Accounting, legal, clerical, and other expenses reasonably necessary for the
preparation of termination of settlement proposals and supporting data;
b. The termination and settlement of subcontracts (excluding the amounts of
such settlements); and
c. Storage, transportation, and other costs incurred, reasonably necessary for
the preservation, protection, or disposition of property in which the City has or
may acquire an interest.
ADD: 6-5.6 Payment for Property Destroyed, Lost, Stolen, or Damaged. Except to
the extent that the City expressly assumed the risk of loss, the Engineer shall exclude
from the amounts payable to the Contractor in accordance with 6-5.5, “Failure to Agree
on Payment”, the fair value, as determined by the Engineer, of property that is
destroyed, lost, stolen, or damaged so as to become undeliverable to the City.
ADD: 6-5.7 Determination of Amount Due the Contractor. In arriving at the amount
due the Contractor in accordance with this section, there shall be deducted:
a) all un-liquidated advance or other payments to the Contractor under the terminated
portion of this contract;
b) any claim which the City has against the Contractor under this contract; and
c) the agreed price for or the proceeds of sale of materials, supplies, or other things
acquired by the Contractor or sold under the provisions of this section and not
recovered by or credited to the City.
ADD: 6-5.8 Partial Termination. If the termination is partial, the Contractor may file a
proposal with the Engineer for an equitable adjustment of the price(s) of the continued
portion of the Contract. The City will make any equitable adjustment agreed upon. Any
proposal by the Contractor for an equitable adjustment under this section shall be
requested within 90 days from the effective date of termination, unless extended, in
writing, by the Engineer.
ADD: 6-5.9 Partial Termination Payments. The City may, under the terms and
conditions it prescribes, make partial payments and payments against costs incurred by
the Contractor for the terminated portion of the Contract if the Engineer believes the
total of these payments will not exceed the amount to which the Contractor will be
entitled.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 14
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
If the total payments exceed amounts finally determined to be due, the Contractor shall
repay the excess to the City upon demand, together with interest. Interest shall be at a
rate of 6% per annum compounded daily and shall be computed for the period from the
date the excess payment is received by the Contractor to the date the excess is repaid.
Interest shall not be charged on any excess payment due to a reduction in the
Contractor's termination settlement proposal because of retention or disposition, or a
later date determined by the Engineer because of the circumstances.
ADD: 6-5.10 Records and Documents Relating to Termination. Unless otherwise
provided in the Contract or by statute, the Contractor shall maintain all records and
documents relating to the terminated portion of this contract for 3 years after final
settlement. This includes all books and other evidence bearing on the Contractor's
costs, expenses, and settlement under this contract. The Contractor shall make these
records and documents available to the City, at the Contractor's office, at all reasonable
times, without any direct charge. If approved by the Engineer, photographs,
microphotographs, and other authentic reproductions may be maintained instead of
original records and documents.
ADD: 6-5.11 Rights of the City Preserved. Where the Contract has been terminated
by the City in accordance with 6-5, “TERMINATION OF THE CONTRACT FOR
CONVENIENCE,” the termination will not affect any rights or remedies of the City
against the Contractor then existing or which may thereafter accrue. Any retention or
payment of monies paid to the Contractor by the City shall not release the Contractor
from liability.
6-6 DELAYS AND EXTENSIONS OF TIME.
6-6.1 General. ADD the following:
Whenever the Contractor foresees any delay in the prosecution of the Work, and in any
event immediately upon the occurrence of any delay which the Contractor regards as
unavoidable, the Contractor shall notify the Engineer, in writing, of the probability of the
occurrence of such delay and its cause.
It will be assumed that any and all delays which have occurred in the prosecution and
completion of the work have been avoidable delays, except such delays as shall have
been called to the attention of the Engineer at the time of their occurrence and found by
him to have been unavoidable.
The Contractor shall make no claims that any delay not called to the attention of the
Engineer at the time of its occurrence has been an unavoidable delay.
ADD: 6-6.1.1 Damages Caused By Act Of God. As provided in § 7105 of the
California Public Contract Code, if this contract is not financed by revenue bonds, the
Contractor shall not be responsible for the cost of repairing or restoring damage to the
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 15
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Project when damage was proximately caused by an Act of God, in excess of 5% of the
Contract Price if:
a) the Project damaged was built in accordance with the Contract requirements, and
b) there are no insurance requirements in the Contract for the damages.
ADD: 6-6.3.1 City Right to Stop Work. The City, may, at any time and without cause,
suspend the Project or any portion thereof for a period of not more than 90 days by
written notice to the Contractor. The Contractor shall resume the Project on receipt from
the City of a notice of resumption of Work.
The City reserves the right to shut down any trenching operation if the Contractor is not
proceeding within a reasonable period of time to restore the pavement and clean up
after himself. A reasonable period of time is considered to be 5 Working Days after
backfilling any trench excavated in public streets. The period of time allowed will be
determined by the Engineer and is not subject to dispute by the Contractor.
ADD: 6-6.5 Contract Time Extension and Schedule Analysis. A claim for extension
in Contract Time will not be granted unless the Contractor can demonstrate through a
Critical Path Method (CPM) analysis of the Schedule’s critical path(s) that the increases
in the time to perform or complete the Work, or specified part of the Work, beyond the
corresponding Contract Time(s) arise from unforeseeable causes beyond the control
and without the fault or negligence of the Contractor, and that such causes in fact lead
to performance or completion of the Work, or specified part in question, beyond the
corresponding Contract Time, despite the Contractor's reasonable and diligent actions
to guard against those effects.
Fragnet is a group of schedule network activities representing a delay or change event.
The Schedule analysis shall use delay fragnets to show the impact of the Work that is
the basis of the Claim on specific impacted critical path Schedule activities.
Where the Contractor is prevented from completing any part of the Work within the
Contract Times (or Milestones) due to delay to a "critical path" activity beyond the
control of both the City and the Contractor, an extension of the Contract Times (or
Milestones) in an amount equal to the time lost on the critical path of the Project due to
such delay shall be the Contractor’s sole and exclusive remedy for such delay.
The City may elect, at its sole discretion, to grant an extension in Contract Time, without
the Contractor’s request, because of delays or other factors.
ADD: 6-6.6 The City Not Liable. In no event shall the City be liable to the Contractor or
other parties for damages arising out of or resulting from (i) delays caused by or within
the control of the Contractor, or (ii) delays beyond the control of both parties e.g., fires,
floods, epidemics, abnormal weather conditions, acts of God, war, or terrorist attack,
closure of the City facilities mandated by State or Federal agencies, or acts or neglect
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 16
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
by utility owners or other contractors performing other work as contemplated by Section
7, “RESPONSIBILITIES OF THE CONTRACTOR.
ADD: 6-6.7 Event of Force Majeure (Event). Any party to this contract may be
excused for any delay or failure to perform its duties and obligations except for
obligations to pay money, caused by and to the extent that such failure or delay is
caused by an Event.
If an Event causes a delay or failure in performance of only a portion of the obligations
of a Party, then only that portion of performance which was delayed or prevented by
such cause shall be deemed excused. Performance of all other obligations of a Party
shall not be excused by an Event. Any delay or failure to perform shall only excuse the
Party for a period no longer than the delay or failure in performance caused by such
Event. The Contractor shall not be entitled to damages or additional payment for any
delay caused by an Event.
6-7 TIME OF COMPLETION.
6-7.1 General. DELETE in its entirety and SUBSTITUTE the following:
Particular attention is directed to the provisions of Section 6-1, "Construction Schedule
and Commencement of Work," Section 6-7, "Time of Completion," and Section 6-9,
"Liquidated Damages" of the Standard Specifications.
After the Contract has been approved by the City, and a written Notice to Proceed has
been issued to the Contractor, the Contractor shall start the Work within 10 working
days after the date specified in said Notice to Proceed.
Said Work shall be diligently prosecuted to completion before the expiration of:
170 WORKING DAYS
from the date specified in the Notice to Proceed issued by the City.
Said time of completion does not include time associated with ordering long lead-time
items. Contractor shall refer to Section 4-2 of these Special Provisions for requirements
associated with ordering long lead-time items.
In accordance with Section 6-9, “Liquidated Damages,” and as set forth in the
Agreement, the Contractor shall pay to the City as liquidated damages the sum set forth
in the Agreement per day for each and every calendar day's delay in finishing the Work
in excess of the number of working days prescribed above.
The following shall be included in the stipulated Contract Time: Any number of Working
Days required for walk through and preparation and completion of Punchlist items
specified in 6-1, “Construction Schedule and Commencement of the Work.”
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 17
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
If the Contract Documents require the Contractor to prepare engineered Traffic Control
Plans (TCP) prior to the issuance of the NTP, the Contractor is entitled to an additional
20 Working Days to prepare and obtain approval of the TCP. These 20 Working Days
include time for preparation of the TCP and the City’s review. If the Contractor chooses
to exercise this right, the Contractor shall inform the Engineer at the Pre-Construction
meeting. In no event shall the NTP be issued more than 20 Working Days from the Pre-
Construction meeting.
The Contractor may choose at any time after the Pre-Construction meeting to request
the Engineer’s approval to start Work in other areas that do not require engineered
TCP. In this case, the Contractor shall forfeit the 20 Working Days to prepare the
engineered TCP, and the NTP will be issued. The engineered TCP shall be done
concurrently and no additional time will be granted.
6-7.2 Working Days. DELETE in its entirety and SUBSTITUTE the following:
A working day is any day within the period between the date of the start of the Contract
time as specified in Section 6-1 and the date of field acceptance of the Work by the
Engineer, other than:
1. Saturday,
2. Sunday,
3. Any day designated as a holiday by the City,
4. Any other day designated as a holiday in a Master Labor Agreement entered into by
the Contractor or on behalf of the Contractor as an eligible member of a contractor
association,
5. Any day the Contractor is prevented from working at the beginning of the workday
for cause as specified in Section 6-6.1, or
6. Any day the Contractor is prevented from working during the first 5 hours with at
least 60 percent of the normal work force for cause as specified in Section 6-6.1.
6-7.3 Contract Time Accounting. After the Second sentence ADD the following:
The Engineer’s periodic report for Contract Time accounting will be issued at least once
a month.
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. DELETE second paragraph in
its entirety and SUBSTITUTE the following:
The Contractor’s obligation to perform and complete the Work in accordance with the
Contract shall be absolute. Neither any payment by the City to the Contractor, nor any
use or occupancy of the Work or any part thereof by the City, nor any review of a Shop
Drawings and Working Drawing or sample submittal, will constitute an acceptance of
Work or any portion of it.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 18
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
If the Engineer finds materials, equipment, or workmanship which does not meet the
terms of the Contract, the Engineer will prepare a Punchlist and submit it to the
Contractor. If, in the Engineer’s judgment, the Work has been completed, the Engineer
will file a NOC with the County Recorder.
ADD: 6-8.1 Defective Work. If the Work, or any part thereof, is found to be defective,
whether or not manufactured, fabricated, installed, completed or overlooked and
accepted by the City, the Contractor shall, promptly and in accordance with the written
instructions of the City e.g., a “punchlist” and within the reasonable time limits stated
therein, either correct such defective Work, or, if it has been rejected by the City,
remove it from the Site and replace it with non-defective and conforming Work.
If, upon notice, the Contractor fails to immediately correct the Defective Work, or the
Contractor fails to correct the Defective Work in a manner conforming to the Contract
Documents, the City may order the Contractor to stop all or part of the Project; however,
the City’s right to stop the Project shall not give rise to any duty on the part of the City to
stop Work for the benefit of the Contractor or any other party. The Contractor shall bear
all direct and indirect costs and damages that result from the City’s stop work notice.
The City may determine in its sole discretion to accept Defective Work in lieu of
requiring the Contractor to correct or remove and replace the Defective Work. However,
the Contractor shall bear all direct and indirect costs of the Defective Work, and the
diminished value to the Project, as determined by the City evaluation. If the City’s
acceptance of Defective Work occurs prior to Final Payment, the City will issue a
Change Order incorporating the necessary revisions in the Contract Documents with
respect to the Defective Work and affording the City the appropriate decrease in the
Contract Price.
If the Contractor fails to correct, remove, or replace Defective Work within 5 Working
Days from the date of written notice from the City, the City may proceed expeditiously
with any correction of Defective Work undertaken in accordance with this section. The
City may remedy at a sooner time in the event of an emergency. The City may remedy
after 5 Working Days from the date of written notice when the Contractor fails to correct
the Defective Work in accordance with the Contract Documents, or when the Contractor
fails to comply with any other provision of the Contract Documents.
When undertaking remedial action under this section, the City may: exclude the
Contractor from all or part of the Site; take possession of all or part of the Work, and
suspend the Contractor's Work and or Services related thereto; and incorporate into the
Project all materials and equipment stored at the Site or for which the City has paid but
the Contractor has stored elsewhere.
The Contractor shall pay for any claims, costs, losses, and damages incurred by the
City in remedying any deficiency e.g., all costs of repair or replacement of Defective
Work and all costs of repair of any other Work on the Project destroyed or damaged by
correction, removal, or replacement of the Contractor's Defective Work.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 19
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The Contractor shall not be allowed an extension of the Contract Time or Milestones
because of any delay in the performance of the Project attributable to the City’s
undertaking remedial action to correct Defective Work.
For Building Projects which require a certificate of occupancy, not including sewer and
water facilities, if the Contractor fails to correct the defective work listed on the City’s
“punchlist” within 45 days after the Contract duration, the Contractor shall be
responsible for reimbursing the City for all costs to provide inspection services required
to monitor Work beyond the 45 days. The Contractor shall be billed for this at the
Contract Liquidated Damages rate.
ADD: 6-8.2 Warranties. As a precedent to final inspection, required by the Contract
Documents, the Contractor shall deliver to the City all the manufacturers' warranties
required by the Contract Documents, with the City named as beneficiary. For all
equipment and machinery bearing a manufacturer's warranty that extends for a longer
period of time than the Contractor's warranty, the Contractor shall secure and deliver
the warranties to the City in the same manner.
The Contractor’s warranty shall be in addition to the manufacturers’ and suppliers’
standard warranties, special warranties, or special warranties of longer durations as
may be required.
If the Contractor completes the Project or portions thereof prior to the time the NOC are
issued, the Contractor shall preserve equipment by developing and implementing a
preventive maintenance program in compliance with manufacturer's recommendations.
6-8.2.1 Format Requirements.
a) Written warranties, except manufacturer's standard printed warranties, shall be on
the Contractor’s and its agents’, material suppliers’, installers’, or manufacturers’
own letterhead, addressed to and for the benefit of the City. Warranties shall be
submitted in the format described in this section, modified as approved by City to
suit the conditions pertaining to the warranty.
b) The Contractor shall obtain warranties, executed in triplicate by responsible
Subcontractors, suppliers, and manufacturers, within 10 days after completion of the
applicable item of Work. Except for items put into use with City’s permission with
date mutually agreed upon in writing, The Contractor shall ensure the beginning time
of warranty is the Project Completion date.
c) The Contractor shall verify that documents are in proper form, contain full
information, and are notarized.
d) The Contractor shall verify that warranties are signed by both The Contractor and
the appropriate agent.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 20
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
e) The Contractor shall retain warranties until the time specified for submittal to City.
f) The warranties shall be provided to City with a neatly typed Table of Contents,
identifying each warranty with the number and title of the applicable specification
section requiring the warranty and the name of the product or Work item.
g) Each warranty shall be separated with index tab sheets keyed to the Table of
Contents listing. Complete information shall be provided, using separate typed
sheets as necessary. The information shall include a list of Subcontractors, supplier,
and manufacturer, with name, address and telephone number of responsible
principal.
ADD: 6-8.3 Requirements Preparatory To Requesting a Walk-through. Walk-
through is the procedure used by the City to generate a Punchlist prior to Acceptance.
The following items shall be required prior to requesting a walk-through:
a) Remove temporary facilities from the Site.
b) Thoroughly clean the Site.
c) Provide completed and signed Red-lines in accordance with 2-5.4, “Red-lines
Drawings.”
d) Provide all material and equipment maintenance and operation instructions and/or
manuals.
e) Provide all warranties and guarantees required by the Contract Documents.
f) Provide all tools which are a permanent part of equipment installed in the Project.
g) Provide and properly identify all keys, construction and permanent.
h) Provide all final Special Inspection reports required by the Uniform Building Code.
i) Provide all certificates for materials, back-flows, glulam beams, underground storage
tanks, etc.
j) Provide all items that this contract requires to be supplied as extra stock. All items
shall be wrapped, sealed, or placed in a container as necessary to allow for storage
by the City for future use. The amount specified in this contract shall be verified by
the City and the Contractor.
k) Ensure all EOCP documents and certified wage rate documents (if applicable) have
been submitted from the beginning of the job to complete close-out.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 21
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
ADD: 6-8.4 Walk-through and Punchlist Procedure. The following procedure
outlines the steps to be taken upon the Contractor’s assertion that the Project is
complete:
a) When the Contractor considers that the Work and Services are complete, the
Contractor shall in writing notify the City that the Project is complete and request that
the City perform a walk-through for generation of a Punchlist. The Contractor shall
notify the City at least 7 days in advance of the time the walk-through is to be
performed.
b) The City will determine if the Contractor is ready for a walk-through by verifying
whether the Contractor has provided or completed all items as required by 6-8.1,
“Defective Work,” whether the Contractor has obtained the applicable certifications,
and by evaluating completeness by inspecting the Project and the specified Work
required by the Contract Documents.
c) If the Work includes underground sewer conduit installations, the inspection will
include televising in accordance with 306-1.4.8, “Televising Sewer Mains and Storm
Drains.”
d) The City will facilitate a walk-through.
e) The Contractor shall make available at the Site for walk-through attendees the plans
and specifications and the technical data such as submittals and equipment
manuals.
f) The City will generate the Punchlist within 15 Working Days from the date of the
walk-through and submit it to the Contractor. The City will not provide a preliminary
Punchlist.
g) If the City begins to generate a Punchlist and finds the Project is not substantially
complete as defined herein, the City will terminate the walk-through and notify the
Contractor in writing.
h) If, at any time during the City’s evaluation of the corrective Work required by the
Punchlist, the City discovers that additional corrective Work is required, the City may
include that corrective Work in the Punchlist. The Contractor shall be solely
responsible for the Site until the Project is completely operational, all Punchlist items
have been corrected, and all operation and maintenance manuals have been
accepted by the City.
i) The City will meet with the Contractor until all Punchlist items are corrected. If the
Contractor takes longer than 30 Working Days to complete the corrective Work, the
Project shall be subject to re-evaluation.
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 22
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
j) During the 60 day stop payment notice/lien period which commences on the date
the NOC is recorded, the Contractor shall submit to the City the retention billing with
a "Release of Claims" form.
k) Upon Final Completion, the Contractor shall assemble and deliver to the City all
records, documents, warranties, bonds, guarantees, maintenance and service
agreements, and maintenance and operating manuals. Written warranties, except
manufacturer's standard printed warranties, shall be on the Contractor’s and the
Contractor’s agents, material suppliers, installers, or manufacturer’s letterhead,
addressed to the Contractor. Warranties shall be submitted in the format described
in this section, modified as approved by the City to suit the conditions pertaining to
the warranty.
ADD: 6-8.5 Correction of Work During Warranty. If within one year (or a longer
applicable warranty period) after the date for commencement of warranties under the
Contract Documents, any item of the Work is found to be Defective Work, the
Contractor shall correct it promptly after receipt of written notice from the City to do so
unless the City has previously given the Contractor a specific written acceptance of
such condition after the City has been specifically informed in writing by the Contractor
that the condition is not in accordance with the Contract Documents. This period of one
year (or a longer applicable warranty period) shall be extended with respect to portions
of the Work corrected as part of the warranty requirements.
6-9 LIQUIDATED DAMAGES. DELETE in its entirety and SUBSTITUTE the following:
6-9.1 General Liquidated damages, if any, accrue starting on the 1st day after the
expiration of the working days through the day of Contract acceptance except as
specified in Sections 6-9.2 and 6-9.3.
The City shall withhold liquidated damages before the accrual date if the anticipated
liquidated damages may exceed the value of the remaining work. Liquidated damages
for all work except plant establishment are as shown in the following table:
Liquidated Damages
Total bid Liquidated
damages per day
From over To
$0 $50,000 $1,200
$50,000 $120,000 $1,500
$120,000 $1,000,000 $1,900
$1,000,000 $5,000,000 $3,000
$5,000,000 $10,000,000 $5,400
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 23
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
If all work except plant establishment is complete and the total number of working days
have expired, liquidated damages are $950 per day.
6-9.2 Failure to Complete Work Parts within Specified Times. The Engineer may
deduct specified damages from payments for each day in completing a work part
beyond the time specified for completing the work part.
Damages for untimely completion of work parts may not be equal to the daily amount
specified as liquidated damages for the project as a whole, but the Engineer does not
simultaneously assess damages for untimely completion of work parts and for the whole
work.
Damages accrue starting the 1st day after a work part exceeds the specified time
through the day the specified work part is complete.
6-9.3 Failure to Complete Work Parts by Specified Dates
The Engineer may deduct specified damages from payments for each day in
completing a work part beyond the specified completion date for the work part.
Damages for untimely work part completion may not be equal to the daily amount
specified as liquidated damages for the project as a whole, but the Engineer does not
simultaneously assess damages for untimely work part completion and the whole work.
Damages accrue starting the 1st day after an unmet completion date through the day
the work part is complete.
6-9.4 Contractor’s acknowledgement of Liquidated Damages. Execution of the
Contract shall constitute agreement by the City and Contractor that the sum specified
herein this Section 6-9.1 is the minimum value of the costs and actual damage caused
by the failure of the Contractor to complete the Work within the allotted time. Such sum
is liquidated damages and shall not be construed as a penalty, and may be deducted
from payments due the Contractor if such delay occurs.
6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. ADD the following:
For equipment or parts of Work possessed and partially utilized by the City, the
warranty period shall commence on the date agreed to by the City in writing.
ADD: 6-11 RIGHT TO AUDIT.
6-11.1 The City’s Right. The City retains the right to review and audit, and the
reasonable right of access to the Contractor’s and all Subcontractor’s premises to
review and audit the Contractor’s compliance with the provisions of this contract (City’s
Right). The City’s Right includes the right to inspect and photocopy same, and to retain
copies, outside of the Contractor’s premises, of any and all records with appropriate
PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
SPECIAL PROVISIONS - SECTION 6 - PAGE 24
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
safeguards, if such retention is deemed necessary by the City in its sole discretion. This
information shall be kept by the City in strictest confidence.
6-11.2 Audit. The City’s Right includes the right to examine any and all books, records,
documents and any other evidence of procedures and practices that the City
determines is necessary to discover and verify that the Contractor is in compliance with
all requirements under this contract.
6-11.2.1 Cost Audit. If there is a claim for additional compensation or for changes in
Work, the City’s Right to Audit includes the right to examine books, records, documents,
and any and all other evidence and accounting procedures and practices that the City
determines is necessary to discover and verify all direct and indirect costs, of whatever
nature, which are claimed to have been incurred, anticipated to be incurred, or for which
a claim for additional compensation or for changes in the Work have been submitted.
6-11.2.1.1 Accounting Records. The Contractor shall maintain complete and accurate
records in accordance with generally accepted accounting practices in the construction
industry. The Contractor shall make available to the City for review and audit all Project
related accounting records and documents, and any other financial data. Upon the
City’s request, the Contractor shall submit exact duplicates of originals of all requested
records to the City.
6-11.3 The City’s Right -Binding on Subcontractors. The Contractor shall include
the City’s Right in accordance with 6-11, “RIGHT TO AUDIT” in any and all of their
subcontracts, and shall ensure that 6-11, “RIGHT TO AUDIT” is binding upon all
Subcontractors.
6-11.4 Compliance Required Before Mediation and Litigation. A condition
precedent to proceeding with further litigation provided for in 3-7, “DISPUTE
RESOLUTION PROCESS” is the Contractor’s full compliance with 6-11, “RIGHT TO
AUDIT” within 60 days of the date on which the City mails a written request to review
and audit compliance.
6-11.5 Access to Records on Federally Funded Projects. The Contractor shall retain
all records, books, papers, and documents directly pertinent to the Contract for a period
of not less than 5 years after grantees or subgrantees make Final Payments and all
other pending matters are closed; and allow access to said records by the grantee,
subgrantee, the Federal Grantor Agency, the Comptroller General of the United States,
or any duly authorized representatives.
- END OF SECTION -
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
SECTION 7 – RESPONSIBILITIES OF THE CONTRACTOR
7-2.2 Laws. ADD the following sentence to the last paragraph:
For contracts subject to payment of prevailing wages, the Contractor shall submit
certified payrolls weekly to the City reflecting the wages of all the Contractor and
Subcontractor employees engaged in the Work.
7-3 LIABILITY INSURANCE. DELETE in its entirety and SUBSTITUTE the following:
The insurance provisions herein shall not be construed to limit the Contractor's
indemnity obligations contained in this contract.
ADD: 7-3.1 Policies and Procedures. The Contractor shall procure the insurance
described below, at its sole cost and expense, to provide coverage against claims for
loss including injuries to persons or damage to property, which may arise out of or in
connection with the performance of the Work by the Contractor, the Contractor's
agents, representatives, officers, employees or subcontractors.
At a minimum, on all contracts, Commercial General Liability, Commercial Automobile
Liability, and Worker’s Compensation insurance shall be provided. Depending upon the
type of construction, nature and location of the Work, the Engineer reserves the right to
require the additional policies of insurance related to:
Contractors Pollution Liability Insurance
Contractors Hazardous Transporters Pollution Liability Insurance
Builders Risk
Architects and Engineers Professional Insurance (Errors and Omissions Insurance)
If the Contractor determines these insurance policies are not applicable to the Work, the
Contractor shall request the Engineer’s waiver of a requirement to submit these
insurance policies within 5 working days receipt of City’s Notice of Award. All required
insurance policies must be returned with the Contractor’s executed Agreement.
The Contractor shall maintain this insurance for the duration of this contract and at all
times thereafter when the Contractor is correcting, removing, or replacing Work in
accordance with this contract. The Contractor’s liabilities under this contract, e.g., the
Contractor’s indemnity obligations, shall not be deemed limited to the insurance
coverage required by this contract.
Payment for insurance shall be included in the various items of Work as bid by the
Contractor, and except as specifically agreed to by the City in writing, the Contractor
shall not be entitled to any additional payment. The Contractor shall not begin any work
under this contract until it has provided and the City has approved all required
insurance. Policies of insurance shall provide that the City is entitled to 30 days (ten
days for cancellation due to non-payment of premium) prior written notice of
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
cancellation or non-renewal of the policy. Maintenance of specified insurance coverage
is a material element of this contract and the Contractor’s failure to maintain or renew
coverage or to provide evidence of renewal during the term of this contract may be
treated by the City as a material breach of contract.
ADD: 7-3.2 Types of Insurance.
7-3.2.1 Commercial General Liability Insurance. Commercial General Liability
Insurance written on the current version of the ISO Occurrence form CG 0001 or an
equivalent form providing coverage at least as broad. The policy shall cover liability
arising from premises and operations, XCU (explosions, underground, and collapse),
independent contractors, products/completed operations, personal injury and
advertising injury, bodily injury, property damage, and liability assumed under an
insured’s contract (including the tort liability of another assumed in a business
contract).There shall be no endorsement or modification limiting the scope of coverage
for either “insured vs. insured” claims or contractual liability. All costs of defense shall
be outside the policy limits. Policy coverage shall be in liability limits of not less than the
following:
(a) $1,000,000 for each occurrence (combined single limit for bodily injury and property
damage)
(b) $2,000,000 aggregate for products-completed operations.
(c) $1,000,000 umbrella or excess liability.
(d) Umbrella or excess policy shall follow form over the Contractor’s General Liability
coverage and shall provide a separate aggregate limit for products and completed
operations coverage. The umbrella or excess policy shall contain a clause stating
that it takes effect (drops down) in the event the primary limits are impaired or
exhausted.
7-3.2.2 Commercial Automobile Liability Insurance. The Contractor shall provide a
policy or policies of Commercial Automobile Liability Insurance written on the current
version of the ISO form CA 00 01 12 90 or later version or equivalent form providing
coverage providing coverage at least as broad in the amount of $1,000,000 combined
single limit per accident, covering bodily injury and property damage for owned, non-
owned and hired automobiles (“Any Auto”). All costs of defense shall be outside the
limits of the policy.
7-3.2.3 Commercial Pollution Liability Insurance. The Contractor shall procure and
maintain at its expense require its subcontractor, as described below to procure and
maintain, the Contractors Pollution Liability Insurance including contractual liability
coverage to cover liability arising out of cleanup, removal, storage, or handling of
hazardous or toxic chemicals, materials, substances, or any other pollutants by the
Contractor or any Subcontractor in an amount not less than $2,000,000 limit for bodily
injury and property damage. All costs of defense shall be outside the limits of the policy.
Any such insurance provided by a subcontractor instead of the Contractor shall be
approved separately in writing by the City. Approval of a substitution of a
subcontractor’s insurance shall require a certification by the Contractor that all activities
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 3
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
for which the Contractors Pollution Liability Insurance will provide coverage will be
performed exclusively by the Subcontractor providing the insurance. The deductible
shall not exceed $25,000 per claim.
Contractual liability shall include coverage of tort liability of another party to pay for
bodily injury or property damage to a third person or organization. There shall be no
endorsement or modification of the coverage limiting the scope of coverage for either
“insured vs. insured” claims or contractual liability. Occurrence based policies shall be
procured before the Work commences and shall be maintained for the duration of this
contract. Claims Made policies shall be procured before the Work commences, shall be
maintained for the duration of this contract, and shall include a 12 month extended
Claims Discovery Period applicable to this contract or the existing policy or policies shall
continue to be maintained for 12 months after the completion of the Work under the
Contract without advancing the retroactive date. Except as provided for under California
law, the policy or policies shall provide that the City is entitled to 30 days prior written
notice (10 days for cancellation due to non-payment of premium) of cancellation or non-
renewal of the policy or policies.
7-3.2.4 Contractors Hazardous Transporters Pollution Liability Insurance. The
Contractor shall provide at its expense or require its subcontractor to provide, as
described below Contractors Hazardous Transporters Pollution Liability Insurance
including contractual liability coverage to cover liability arising out of transportation of
hazardous or toxic, materials, substances, or any other pollutants by the Contractor or
any subcontractor in an amount not less than $2,000,000 limit per
occurrence/aggregate for bodily injury and property damage. All costs of defense shall
be outside the limits of the policy. The deductible shall not exceed $25,000 per claim.
Any such insurance provided by a subcontractor instead of the Contractor shall be
approved separately in writing by the City. Approval of the substitution of a
subcontractor’s insurance shall require a certification by the Contractor that all activities
for which Contractors Hazardous Transporters Pollution Liability Insurance will provide
coverage will be performed exclusively by the Subcontractor providing the insurance.
Contractual liability shall include coverage of tort liability of another party to pay for
bodily injury or property damage to a third person or organization. There shall be no
endorsement or modification of the coverage limiting the scope of coverage for either
“insured vs. insured” claims or contractual liability. Occurrence based policies shall be
procured before the Work commences and shall be maintained for the duration of this
contract. Claims Made policies shall be procured before the Work commences, shall be
maintained for the duration of this contract, and shall include a 12 month extended
Claims Discovery Period applicable to this contract or the existing policy or policies shall
continue to be maintained for 12 months after the completion of the Work under this
contract without advancing the retroactive date. Except as provided for under California
law, the policy or policies shall provide that the City is entitled to 30 days prior written
notice (10 days for cancellation due to non-payment of premium) of cancellation or non-
renewal of the policy or policies.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 4
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
7-3.2.5 Contractors Builders Risk Property Insurance. The Contractor shall provide
at its expense, and maintain until Final Completion and Acceptance of the Work, a
Special Form Builders Risk Policy or Policies. This insurance shall be in an amount
equal to the replacement cost of the completed Work (without deduction for
depreciation) including the cost of excavations, grading, and filling. The policy or policies
limits shall be 100% of this contract value of the Work plus15% to cover administrative
costs, design costs, and the costs of inspections and construction management.
Insured property shall include material or portions of the Work located away from the
Site but intended for use at the Site, and shall cover material or portions of the Work in
transit.
The policy or policies shall include as insured property scaffolding, falsework, and
temporary buildings located at the Site. The policy or policies shall cover the cost of
removing debris, including demolition.
The policy or policies shall provide that all proceeds thereunder shall be payable to the
City as Trustee for the insureds, and shall name the City, the Contractor,
Subcontractors, and suppliers of all tiers as named insureds. The City as Trustee shall
collect, adjust, and receive all monies which may become due and payable under the
policy or policies, may compromise any and all claims thereunder, and shall apply the
proceeds of such insurance to the repair, reconstruction, or replacement of the Work.
Any deductible applicable to the insurance shall be identified in the policy or policies
documents and responsibility for paying the part of any loss not covered because of the
application of such deductibles shall be apportioned among the parties except for the
City as follows: if there is more than one claimant for a single occurrence, then each
claimant shall pay a pro-rata share of the per occurrence deductible based upon the
percentage of their paid claim to the total paid for all insureds. The City shall be entitled
to 100% of its loss. Any portion of that loss not covered because of a deductible shall be
paid to the City by the Contractor at the same time the proceeds of the insurance are
paid to the City as trustee.
Any insured, other than the City, making claim to which a deductible applies shall be
responsible for 100% of the loss not insured because of the deductible. Except as
provided for under California law, the policy or policies shall provide that the City is
entitled to 30 days prior written notice (10 days for cancellation due to non-payment of
premium) of cancellation or non-renewal of the policy or policies.
7-3.2.6 Railroad Protective Liability Insurance. Railroad protective liability insurance
shall be required for any work located on or within 200 feet of an existing railroad right-
of-way, unless otherwise specifically waived by the Engineer. Exclusions relating to
performance of operations within the vicinity of any railroad, bridge, trestle, roadbed,
tunnel, underpass, or cross shall be deleted from all policies to which they may apply.
Alternatively, the Contractor may provide separate Railroad Protective Liability
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 5
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
insurance providing coverage, including endorsements, equivalent to that required for
the CGL described herein.
ADD: 7-3.3 Rating Requirements. Except for the State Compensation Insurance
Fund, all insurance required by this contract as described herein shall be carried only by
responsible insurance companies with a rating of, or equivalent to, at least “B++, VII” by
A.M. Best Company, that are authorized by the California Insurance Commissioner to
do business in the State, and that have been approved by the City.
7-3.3.1 Non-Admitted Carriers. The City will accept insurance provided by non-
admitted, “surplus lines” carriers only if the carrier is authorized to do business in the
State and is included on the List of Eligible Surplus Lines Insurers (LESLI list).
All policies of insurance carried by non-admitted carriers shall be subject to all of the
requirements for policies of insurance provided by admitted carriers described herein.
ADD: 7-3.4 Verification of Coverage. Contractor shall furnish City with both
certificates of insurance and endorsements, including additional insured endorsements,
affecting all of the coverages required by the contract. The certificates and
endorsements are to be signed by a person authorized by that insurer to bind coverage
on its behalf. All proof of insurance is to be received and approved by the City before
work commences. City reserves the right to require Contractor’s insurers to provide
complete, certified copies of all required insurance policies at any time. Additional
insured endorsements are not required for Errors and Omissions and Workers’
Compensation policies.
Verification of Insurance coverage may be provided by: (1) an approved General and/or
Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable
Certificate of Liability Insurance Coverage with an approved Additional Insured
Endorsement with the following endorsements stated on the certificate:
1. “The City of Palm Springs, its officials, employees, and agents are named as an
additional insuredR” (“as respects City of Palm Springs City Project No.___” or “for
any and all work performed with the City” may be included in this statement).
2. “This insurance is primary and non-contributory over any insurance or self-insurance
the City may have...” (“as respects City of Palm Springs City Project No.___” or “for
any and all work performed with the City” may be included in this statement).
3. “Should any of the above described policies be canceled before the expiration date
thereof, the issuing company will mail 30 days written notice to the Certificate Holder
named.” Language such as, “endeavor to” mail and “but failure to mail such notice
shall impose no obligation or liability of any kind upon the company, its agents or
representative” is not acceptable and must be crossed out.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 6
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
4. Both the Workers’ Compensation and Employers' Liability policies shall contain the
insurer's waiver of subrogation in favor of City, its elected officials, officers,
employees, agents, and volunteers.
In addition to the endorsements listed above, the City of Palm Springs shall be named
the certificate holder on the policies. All certificates of insurance and endorsements are
to be received and approved by the City before work commences. All certificates of
insurance must be authorized by a person with authority to bind coverage, whether that
is the authorized agent/broker or insurance underwriter. Failure to obtain the required
documents prior to the commencement of work shall not waive the Contractor’s
obligation to provide them.
ADD: 7-3.5 Other Insurance Requirements. The following provisions shall apply to
the insurance policies required of Contractor under the contract:
a) For any claims related to the contract, Contractor’s coverage shall be primary
insurance with respect to the City and its officers, council members, officials,
employees, agents, and volunteers. Any insurance or self-insurance maintained by
the City and its officers, council members, officials, employees, agents, and
volunteers shall be in excess of Contractor’s insurance and shall not contribute to it.
b) Any failure to comply with reporting or other provisions of the policies, including
breaches of warranties, shall not affect coverage provided to City and its officers,
council members, officials, employees, agents, and volunteers.
c) All insurance coverage and limits provided by Contractor and available or applicable
to the contract are intended to apply to each insured, including additional insureds,
against whom a claim is made or suit is brought to the full extent of the policies.
Nothing contained in the contract or any other agreement relating to the City or its
operations shall limit the application of such insurance coverage.
d) No required insurance coverages may include any limiting endorsement which
substantially impairs the coverages set forth in the contract (e.g., elimination of
contractual liability or reduction of discovery period), unless the endorsement has
first been submitted to the Engineer and approved in writing.
e) Contractor agrees to require its insurer to modify insurance endorsements to delete
any exculpatory wording stating that failure of the insurer to mail written notice of
cancellation imposes no obligation, or that any party will "endeavor" (as opposed to
being required) to comply with the requirements of the endorsements. Certificates
of insurance will not be accepted in lieu of required endorsements, and submittal of
certificates without required endorsements may delay commencement of the Work.
It is Contractor’s obligation to ensure timely compliance with all insurance submittal
requirements as provided in the contract.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 7
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
f) Contractor agrees to ensure that subcontractors, and any other parties involved with
the Project who are brought onto or involved in the Project by Contractor, provide
the same minimum insurance coverage required of Contractor. Contractor agrees to
monitor and review all such coverage and assumes all responsibility for ensuring
that such coverage is provided in conformity with the requirements of this section.
Contractor agrees that upon request, all agreements with subcontractors and others
engaged in the Project will be submitted to the City for review.
g) Contractor acknowledges and agrees that any actual or alleged failure on the part of
the City to inform Contractor of non-compliance with any insurance requirement in
no way imposes any additional obligations on the City nor does it waive any rights in
this or any other regard.
h) Contractor shall provide proof that policies of insurance required in the contract,
expiring during the term of the contract, have been renewed or replaced with other
policies providing at least the same coverage. Proof that such coverage has been
ordered shall be submitted prior to expiration. Endorsements as required in the
contract applicable to the renewing or new coverage shall be provided to City no
later than ten (10) days prior to expiration of the lapsing coverage.
i) Requirements of specific insurance coverage features or limits contained in this
section are not intended as limitations on coverage, limits, or other requirements, or
as a waiver of any coverage normally provided by any given policy. Specific
reference to a given coverage feature is for purposes of clarification only as it
pertains to a given issue, and is not intended by any party or insured to be limiting or
all-inclusive.
j) The requirements in this section supersede all other sections and provisions of the
contract to the extent that any other section or provision conflicts with or impair the
provisions of this section.
k) Contractor agrees to provide immediate notice to City of any claim or loss against
Contractor arising out of the Work performed under the contract and for any other
claim or loss which may reduce the insurance available to pay claims arising out of
the contract. City assumes no obligation or liability by such notice, but has the right
(but not the duty) to monitor the handling of any such claim or claims if they are likely
to involve City, or to reduce or dilute insurance available for payment of potential
claims.
l) Contractor agrees that the provisions of this section shall not be construed as
limiting in any way the extent to which the Contractor may be held responsible for
the payment of damages resulting from the Contractor’s activities or the activities of
any person or person for which the Contractor is otherwise responsible.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 8
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
ADD: 7-3.6 Policy Endorsements.
7-3.6.1 Commercial General Liability Insurance
7-3.6.1.1 Additional Insured. To the fullest extent allowed by law e.g., California
Insurance Code § 11580.04, the policy shall be endorsed to include the City and its
respective elected officials, officers, employees, agents, and representatives as
additional insureds. The additional insured coverage for Projects for which the
Engineer’s Estimate is $1,000,000 or more shall include liability arising out of: (a)
Ongoing operations performed by the Contractor or on the Contractor’s behalf, (b) Your
products, (c) Your work, e.g., the Contractor’s completed operations performed by the
Contractor or on the Contractor’s behalf, or (d) premises owned, leased, controlled, or
used by the Contractor; the coverage for Projects for which the Engineer’s Estimate is
less than $1,000,000 shall include liability arising out of: (a) Ongoing operations
performed by the Contractor or on the Contractor’s behalf, (b) Your products, or (c)
premises owned, leased, controlled, or used by the Contractor.
7-3.6.1.2 Primary and Non-Contributory Coverage. The policy shall be endorsed to
provide that the coverage with respect to operations, including the completed
operations, if appropriate, of the Named Insured is primary to any insurance or self-
insurance of the City and its elected officials, officers, employees, agents and
representatives. Further, it shall provide that any insurance maintained by the City and
its elected officials, officers, employees, agents and representatives shall be in excess
of the Contractor's insurance and shall not contribute to it.
7-3.6.1.3 Project General Aggregate Limit. The policy or policies shall be endorsed to
provide a Designated Construction Project General Aggregate Limit that will apply only
to the Work. Only claims payments which arise from the Work shall reduce the
Designated Construction Project General Aggregate Limit. The Designated Construction
Project General Aggregate Limit shall be in addition to the aggregate limit provided for
the products-completed operations hazard.
7-3.6.2 Commercial Automobile Liability Insurance.
7-3.6.2.1 Additional Insured. Unless the policy or policies of Commercial Auto Liability
Insurance are written on an ISO form CA 00 01 12 90 or a later version of this form or
equivalent form providing coverage at least as broad, the policy shall be endorsed to
include the City and its respective elected officials, officers, employees, agents, and
representatives as additional insureds, with respect to liability arising out of automobiles
owned, leased, hired or borrowed by or on behalf of the Contractor. This endorsement
is limited to the obligations permitted by California Insurance Code § 11580.04.
7-3.6.3 Contractors Pollution Liability Insurance Endorsements.
7-3.6.3.1 Additional Insured. The policy or policies shall be endorsed to include as an
Insured the City and its respective elected officials, officers, employees, agents, and
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 9
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
representatives, with respect to liability arising out of: (a) Ongoing operations performed
by the Contractor or on the Contractor’s behalf, (b) the Contractor’s products, (c) the
Contractor’s work, e.g., the Contractor’s completed operations performed by the
Contractor or on the Contractor’s behalf, or (d) premises owned, leased, controlled, or
used by the Contractor; Except that in connection with, collateral to, or affecting any
construction contract to which the provisions of subdivision (b) of Section 2782 of the
California Civil Code apply, this endorsement shall not provide any duty of indemnity
coverage for the active negligence of the City and its respective elected officials,
officers, employees, agents, and representatives in any case where an agreement to
indemnify the City and its respective elected officials, officers, employees, agents, and
representatives would be invalid under subdivision (b) of § 2782 of the California Civil
Code.
In any case where a claim or loss encompasses the negligence of the Insured and the
active negligence of the City and its respective elected officials, officers, employees,
agents, and representatives that is not covered because of California Insurance Code
§11580.04, the insurer's obligation to the City and its respective elected officials,
officers, employees, agents, and representatives shall be limited to obligations
permitted by California Insurance Code §11580.04.
7-3.6.3.2 Primary and Non-Contributory Coverage. The policy or policies shall be
endorsed to provide that the insurance afforded by the Contractors Pollution Liability
Insurance policy or policies is primary to any insurance or self-insurance of the City and
its elected officials, officers, employees, agents and representatives with respect to
operations including the completed operations of the Named Insured. Any insurance
maintained by the City and its elected officials, officers, employees, agents and
representatives shall be in excess of the Contractor's insurance and shall not contribute
to it.
7-3.6.3.3 Severability of Interest. For Contractors Pollution Liability Insurance, the
policy or policies shall provide that the Contractor's insurance shall apply separately to
each insured against whom claim is made or suit is brought, except with respect to the
limits of the insurer's liability and shall provide cross-liability coverage.
7-3.6.4 Contractors Hazardous Transporters Pollution Liability Insurance
Endorsements.
7-3.6.4.1 Additional Insured. The policy or policies shall be endorsed to include as an
Insured the City and its respective elected officials, officers, employees, agents, and
representatives, with respect to liability arising out of: (a) Ongoing operations performed
by the Contractor or on the Contractor’s behalf, (b) the Contractor’s products, (c) the
Contractor’s work, e.g., the Contractor’s completed operations performed by the
Contractor or on the Contractor’s behalf, or (d) premises owned, leased, controlled, or
used by the Contractor; Except that in connection with, collateral to, or affecting any
construction contract to which the provisions of subdivision (b) of §2782 of the California
Civil Code apply, this endorsement shall not provide any duty of indemnity coverage for
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 10
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
the active negligence of the City and its respective elected officials, officers, employees,
agents, and representatives in any case where an agreement to indemnify the City and
its respective elected officials, officers, employees, agents, and representatives would
be invalid under subdivision (b) of §2782 of the California Civil Code.
In any case where a claim or loss encompasses the negligence of the Insured and the
active negligence of the City and its respective elected officials, officers, employees,
agents, and representatives that is not covered because of California Insurance Code
§11580.04, the insurer's obligation to the City and its respective elected officials,
officers, employees, agents, and representatives shall be limited to obligations
permitted by California Insurance Code §11580.04.
7-3.6.4.2 Primary and Non-Contributory Coverage. The policy or policies shall be
endorsed to provide that the insurance afforded by the Contractors Pollution Liability
Insurance policy or policies is primary to any insurance or self-insurance of the City and
its elected officials, officers, employees, agents and representatives with respect to
operations including the completed operations of the Named Insured. Any insurance
maintained by the City and its elected officials, officers, employees, agents and
representatives shall be in excess of the Contractor's insurance and shall not contribute
to it.
7-3.6.4.3 Severability of Interest. For Contractors Hazardous Transporters Pollution
Liability Insurance, the policy or policies shall provide that the Contractor's insurance
shall apply separately to each insured against whom claim is made or suit is brought,
except with respect to the limits of the insurer's liability and shall provide cross-liability
coverage.
7-3.6.5 Builders Risk Endorsements.
7-3.6.5.1 Waiver of Subrogation. The policy or policies shall be endorsed to provide
that the insurer will waive all rights of subrogation against the City, and its respective
elected officials, officers, employees, agents, and representatives for losses paid under
the terms of the policy or policies and which arise from work performed by the Named
Insured for the City.
7-3.6.5.2 Builders Risk – Partial Utilization. If the City desires to occupy or use a
portion or portions of the Work prior to Final Completion in accordance with this
contract, the City shall notify the Contractor and the Contractor shall immediately notify
its Builder's Risk insurer and obtain an endorsement that the policy or policies shall not
be cancelled or lapse on account of any such partial use or occupancy. The Contractor
shall obtain the endorsement prior to the City's occupation and use.
ADD: 7-3.6 Deductibles/Self-Insured Retentions. The Contractor shall be
responsible for the payment of all deductibles and self-insured retentions. Deductibles
and self-insured retentions shall be disclosed to the City at the time the evidence of
insurance is provided.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 11
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
ADD: 7-3.7 Reservation of Rights. The City reserves the right, from time to time, to
review Contractor's insurance coverage, limits, deductibles and self-insured retentions
to determine if they are acceptable to the City. The City will reimburse Contractor,
without overhead, profit, or any other markup, for the cost of additional premium for any
coverage requested by the City but not required by this contract.
ADD: 7-3.8 Notice of Changes to Insurance. The Contractor shall notify the City 30
days prior to any material change to the policies of insurance provided under this
contract.
ADD: 7-3.9 Excess Insurance. Policies providing excess coverage shall follow the
form of the primary policy or policies e.g., all endorsements.
ADD: 7-3.10 Architects and Engineers Professional Insurance (Errors and
Omissions Insurance) – For contracts with required engineering services (e.g.,
preparation of engineered Traffic Control Plans (TCP) by the Contractor) for all of the
Contractor’s employees or Subcontractors who provide professional engineering
services under this contract, the Contractor shall keep or shall require its Subcontractor
in full force and effect, Professional Liability coverage with a limit of $1,000,000 per
claim and $2,000,000 annual aggregate.
The Contractor shall ensure both that: (a) the policy retroactive date is on or before the
date of commencement of the Project; and (b) the policy will be maintained in force for a
period of three years after completion of the Project or termination of this contract
whichever occurs last. The Contractor agrees that for the time period defined above,
there will be no changes or endorsements to the policy that affect the coverage
provided herein
If professional engineering services are to be provided solely by a subcontractor, the
Contractor shall (a) certify this to the City in writing and (b) agree in writing to require the
Subcontractor to procure Professional Liability coverage in accordance with the
requirements set forth above.
7-4 WORKERS’ COMPENSATION INSURANCE. DELETE in its entirety and
SUBSTITUTE the following:
7-4.1 Workers’ Compensation Insurance and Employers Liability Insurance. In
accordance with the provisions of §3700 of the California Labor Code, the Contractor
shall provide at its expense Workers’ Compensation Insurance and Employers Liability
Insurance to protect the Contractor against all claims under applicable state workers
compensation laws. The City, its elected officials, and employees will not be responsible
for any claims in law or equity occasioned by the failure of the Contractor to comply with
the requirements of this section. Limits for this insurance shall be not less than the
following:
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 12
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Workers’ Compensation Statutory Employers Liability
Bodily Injury by Accident $1,000,000 each accident
Bodily Injury by Disease $1,000,000 each employee
Bodily Injury by Disease $1,000,000 policy limit
By signing and returning this contract the Contractor certifies that the Contractor is
aware of the provisions of §3700 of the Labor Code which require every employer to be
insured against liability for worker’s compensation or to undertake self-insurance in
accordance with the provisions of that code and the Contractor will comply with such
provisions before commencing the performance of the work of this contract as required
by Section 1861 of the California Labor Code.
7-4.1.1 Workers’ Compensation Insurance for Work In, Over, or Alongside
Navigable Waters. In addition to the Workers’ Compensation Insurance required
under the General Conditions of this contract, the Contractor shall provide additional
insurance coverage for claims brought under the Longshore and Harbor Workers’
Compensation Act, the Jones Act, general maritime law, and any other federal or state
laws, resulting from the Contractor’s work in, over, or alongside navigable waters.
7-4.2.1 Waiver of Subrogation. The policy or policies shall be endorsed to provide that
the insurer will waive all rights of subrogation against the City, and its respective elected
officials, officers, employees, agents, and representatives for losses paid under the
terms of the policy or policies and which arise from work performed by the Named
Insured for the City.
ADD: 7-5.1 Business License. The Contractor and all of its subcontractors shall
possess a current City business license issued by the City prior to commencement of
the Work, in accordance with Title 3, Division II “Business Tax” of the City’s Municipal
Code. The Contractor shall obtain a Business License from the City of Palm Springs
prior to commencement of work. The Business License can be obtained from the City of
Palm Springs, Business License Division, (760) 323-8289.
ADD: 7-5.2 Building Permits. The Contractor shall obtain the required building permits
from the City’s Building Official (BO). Any prior approval obtained for the Plans will not
in any way waive this requirement.
The Contractor shall be required to request inspections in accordance with the building
codes in effect on the permitted plans and by the BO. These inspections will be
coordinated at all times through the Engineer. Any work performed without the benefit
of the required permit and subsequent inspection shall be removed and replaced at the
discretion of the Inspector at no additional cost to the City.
The payment for applying for and obtaining the required permits shall be included in the
various Bid items unless a Bid item has been provided.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 13
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
ADD: 7-5.3 Caltrans Permit. When applicable and available, a copy of the draft
Caltrans permit is included in the Appendix. The City has applied for the permit and the
Contractor shall be responsible for pulling the permit prior to construction and supplying
any construction method information to do so to Caltrans. The Contractor shall be
responsible for paying permit fees prior to construction, complying with all terms of the
permit, and arranging and paying for inspection as required by Caltrans.
The Allowance Bid item for Caltrans Encroachment Permit includes all Caltrans permit
fees, Caltrans hourly inspection costs, and all costs to obtain the subject permit. If Bid
Item is not provided payment shall be included in the various items of Work.
ADD: 7-5.4 Construction Activity Permit, California Division of Occupational
Safety and Health (DOSH) – For projects that require excavations greater than 5 feet in
depth, the Contractor shall be required to obtain a Construction Activity Permit from the
California Department of Industrial Relations, Division of Occupational Safety and
Health, for excavation of trenches required for the project. A copy of the Permit shall be
provided to the Engineer at the Pre-Construction Conference.
ADD: 7-5.5 Riverside County Flood Control (RCFC) Permit. When applicable and
available, a copy of the draft Caltrans permit is included in the Appendix. The City has
applied for the permit and the Contractor shall be responsible for pulling the permit prior
to construction and supplying any construction method information to do so to RCFC.
The Contractor shall be responsible for paying permit fees prior to construction,
complying with all terms of the permit, and arranging and paying for inspection as
required by RCFC.
The Allowance Bid item for RCFC Encroachment Permit includes all RCFC permit fees,
RCFC hourly inspection costs, and all costs to obtain the subject permit. If Bid Item is
not provided payment shall be included in the various items of Work.
7-6 THE CONTRACTOR'S REPRESENTATIVE. ADD the following:
The designated Contractor's representative shall not be replaced without written notice
to the City. During periods when the Work is suspended, the Contractor shall make
appropriate arrangements for any emergency work which may be required to be
performed under the supervision of the Contractor’s representative.
The Contractor shall provide the Engineer with a local phone number at which they or
their representative may be contacted 24 hours a day.
ADD: 7-6.1 Project Meetings. The Contractor’s field supervisor e.g., superintendent
and Project Manager, shall attend all scheduled construction progress meetings and
other Project meetings as required by the Engineer. The City’s design staff will attend
Project meetings on an as-needed basis to address design issues. Construction
progress meetings may be weekly, bi-weekly, or monthly as required by the Engineer.
Other Project meetings will be scheduled at the sole discretion of the Engineer.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 14
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The Engineer will determine the date(s), time(s), and location(s) for all meetings. The
Engineer will be responsible for the meeting agendas and meeting minutes. If any of the
Contractor’s staff cannot attend, the Contractor shall notify the Engineer a minimum of
24 hours in advance, prior to the start of the scheduled meeting. If the Contractor does
not provide the required notification the Contractor shall be financially responsible for
the costs of the City staff, consultants, or both that attend. The Contractor will be
charged a minimum of two hours of the Engineer’s time plus the time of other the City
employees or representatives that attend the meeting. Lack of participation from the
Contractor will be documented and reported in the Contractor’s performance evaluation.
The objective of the meetings is to discuss: (1) the status of submittals, (2) requests for
information, (3) progress of schedule, (4) disputed items, (5) non-conformance notices,
and (6) new business of importance from any member of the meeting.
7-6.1.1 Payment. The payment for the Contractor’s attendance of Project meetings
shall be included in the various Bid items. All costs assessed to the Contractor for not
attending the meetings will be deducted from the monthly invoice.
7-8.1 General. Add the following three paragraphs:
The Contractor shall provide and maintain enclosed toilets for the use of the Contractor
and City’s officers, employees or agents. The Contractor shall keep these
accommodations in a neat and sanitary condition, and shall ensure they comply with all
applicable laws, ordinances, and regulations pertaining to public health and sanitation of
dwellings and camps.
The Contractor shall, prior to on-site testing and inspection activities and prior to on-site
mobilization for demolition and construction, prepare a Mobilization Plan for the City's
review and approval based upon information provided to the Contractor by the City from
time to time concerning the anticipated availability of the Site or portions thereof for
tests and inspections to be performed in connection with the preparation of the Order of
Magnitude Documents, for remedial work relating to Hazardous Materials and Waste as
set forth in the Contract Documents, and for demolition, excavation and construction
activities.
The foregoing Mobilization Plan shall be revised from time to time as necessary to
incorporate additional information on Site availability provided by the City. The
Contractor shall confine operations at the Site to areas permitted by law, ordinances,
permits and the Contract Documents and shall not unreasonably encumber the Site
with materials or equipment. The Contractor shall at all times confine its access and use
of the Site to the areas designated by the City from time to time as being delivered and
available to the Contractor.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 15
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
7-8.2 Air Pollution Control. DELETE in its entirety and SUBSTITUTE the following:
The Contractor shall be responsible for stabilizing the disturbed soil during
construction. The method which it will use must be approved by the Engineer. If a
water meter is required by the Engineer during construction, the Contractor shall
contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of
this work shall be included in the price of various items in the Bid Schedule, and no
additional payment will be made therefore.
The Contractor shall be responsible for maintaining the project site and providing
adequate dust control 24 hours a day, everyday, through the duration of the
project, in conformance with City requirements, the Standard Specifications, and to
the satisfaction of the City Engineer. The Contractor shall complete and submit a City
of Palm Springs Fugitive Dust (PM-10) Control Plan, for review and approval by the
Engineer, at the Pre-Construction Conference.
Attention is directed to the fact that the project is in an area subject to the provisions
of South Coast Air Quality Management District (SCAQMD) Rule 403.1, Supplemental
Fugitive Dust Control Requirements for Coachella Valley Sources. Details of
SCAQMD Rule 403.1 can be found at:
http://www.aqmd.gov/docs/default-source/rule-book/rule-iv/rule-403-1.pdf?sfvrsn=4
The Contractor, and all subcontractors, shall ensure their operations comply with Rule
403.1, and the provisions of the PM-10 Dust Control Plan approved by the Engineer.
Dust Control Sign Requirements – The Contractor shall construct, erect, and maintain
a rectangular, painted sign, outside of any proposed work area. The sign shall be
installed within 5 days of the execution of the Contract, and the Contractor shall
maintain the sign in good condition until the execution of the Notice of Completion, at
which time the Contractor shall remove the sign and deliver it to the City yard. The sign
board shall be minimum 8-feet wide by 5-feet high, constructed as follows:
a. 1" High Density Overlay exterior type plywood, Grade designation APA HDO EXT.
b. Two (2) 4" x 4" post securely buried not less than 24 inches into the ground. No
concrete shall be used to secure the sign posts. The posts shall be treated with
linseed replacement oil tinted with redwood stain.
c. Posts shall be attached to the edges of the plywood with a minimum of two (2)
carriage bolts on each post.
d. The front surface of the sign should be painted in the contrasting colors of a white
background with black lettering. All paint shall be weather-proof non fading enamel.
e. Commercially prepared metal signs mounted on steel posts are also acceptable.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 16
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
No handwritten signs will be accepted. Stenciled or professionally prepared signs are
required.
Sign Installation – The sign shall be installed such that members of the public can
easily view, access, and read the sign at all times and shall be located along the street
frontage such that it will not be subject to damage from equipment or vehicles working
at the project site. Additionally:
a. The lower edge of the sign shall be mounted a minimum of 6 feet and a maximum of
7 feet above existing ground level for easy viewing.
b. On the construction site the sign should be positioned so as to be visible from all
major streets.
c. For construction projects that are developed in phases, the sign should be relocated
to the areas which are under active construction.
Sign Lettering. - The sign shall contain the following words in minimum 1.5, 2, and 3
inch high (as indicated in parentheses) bold face type letters:
PROJECT NAME (1.5”): INDIAN CANYON DRIVE TWO-WAY CONVERSION AND
PEDESTRIAN AND BICYCLE SAFETY ENHANCEMENTS (2”)
CONTRACTOR (1.5”): ____________XXXXX____________________ (2”)
CITY PROJECT NO (1.5”): _________ 17-08___________ (2”)
IF YOU SEE DUST COMING (2”)
FROM THIS PROJECT CALL (2”)
Underneath the sign shall contain the following words in the largest, minimum 3”, bold
face type letters:
(PROJECT MANAGER’S NAME) (XXX) XXX-XXXX
The Contractor shall supply its Superintendent’s or Project Manager’s name and 24
hour telephone number.
Underneath in smaller, minimum 1.5” bold face type letters shall be the following words:
IF YOU DO NOT GET A RESPONSE, PLEASE CALL:
CITY OF PALM SPRINGS: (760) 323-8253
AFTER HOURS OR WEEKENDS PLEASE CALL:
CITY OF PALM SPRINGS POLICE DEPARTMENT (760) 323-8115
OR CALL A.Q.M.D.: 1-800-288-7664
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 17
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The Contractor shall provide a sample of the sign planning, appearance, and layout for
review and approval by the Engineer, prior to installation.
Sign Maintenance – Dust Control Sign shall be maintained in good condition by the
Contractor at all times during the entire contract. In case of damage to the sign from any
cause, including graffiti, vandalism, environmental conditions and fading, the Contractor
shall repair, re-install, and/or repaint the sign, as required. All such repair or
maintenance shall be completed promptly within 2 days of any such damage to the full
satisfaction of the Engineer.
Payment – Full compensation for establishing and implementing a PM-10 Dust Control
Plan; furnishing, installing and maintaining required signs; and monitoring and
maintaining the project site for compliance throughout the duration of this project shall
be considered as included in the lump sum bid item price for “Mobilization,” which
price shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals for doing all work involved to establish, implement, monitor and maintain
dust control, and no additional compensation shall be allowed therefore.
7-8.4.1 General. Add the following three paragraphs:
If the Plans designate a staging location within the Project or in close proximity, the
Contractor shall utilize such area for their use. Otherwise, storage and staging areas
shall be the responsibility of the Contractor. The storage and staging areas shall be as
close as possible to the Site. The Contractor shall be responsible for obtaining any
permits, leases, or any other items necessary to obtain staging areas.
Trash, oil dumping, storage of hazardous wastes, or construction equipment material
and parking, fueling of equipment shall be allowed in the MHPA or other biologically
sensitive areas. The Contractor shall ensure the fueling of vehicles occurs only within
designated staging areas Using appropriate catch basins and devices.
The Contractor shall meet with the Engineer at the proposed staging area prior to any
use of the area to ascertain the existing condition. The Contractor shall be responsible
to return the storage and staging area and the adjacent area to an equal or better
condition as deemed necessary by the Engineer, at no additional cost to the City.
7-8.4.2 Storage in Public Streets. DELETE in its entirety and SUBSTITUTE the
following:
Construction materials and equipment shall not be stored in streets, roads, or highways
unless specifically authorized by the Engineer. All materials or equipment not installed
or used in construction after unloading shall be stored at a location approved by the
Engineer.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 18
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Excavated material, except that which is to be used as backfill in the adjacent trench,
shall be stored at a location approved by the Engineer. Immediately after placing
backfill, all excess excavated material shall be removed.
7-8.6.1 General. ADD the following:
This project is subject to the requirements of General Permit No. CAS000002 issued by
the State Water Resources Control Board through Order No. 2009-0009-DWQ as
further amended by Order No. 2010-0014-DWQ and Order No. 2012-0006-DWQ, or as
further amended, extended or replaced by applicable Order adopted by the State Water
Resources Control Board. This General Permit regulates discharges of pollutants in
storm water associated with construction activity (storm water discharges) to waters of
the United States from construction sites that disturb one or more acres of land surface,
or that are part of a common plan of development or sale that disturbs more than one
acre of land surface. Contractor is responsible for filing a Notice of Intent (NOI) for
Permit coverage and a Notice of Termination (NOT) at project end. The Contractor shall
refer to and comply with all of the terms of the currently adopted General Construction
Permit for Storm Water Dischargers and associated resources available for review
online at:
http://www.waterboards.ca.gov/coloradoriver/water_issues/programs/stormwater/#const
c_permit_docs
7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP). DELETE in its entirety and
SUBSTITUTE the following:
The Contractor shall be required to prepare a Storm Water Pollution Prevention Plan
(SWPPP) for this project, which shall be submitted to the Engineer for review and
approval at the Pre-Construction Conference. The Contractor’s attention is directed to
the California Department of Transportation (Caltrans) website at:
www.dot.ca.gov/hq/construc/stormwater/manuals.htm
The Caltrans website contains SWPPP templates and other important information that
may be useful in the preparation of a SWPPP for public works projects. The Contractor
shall ensure that the SWPPP prepared for this project complies with the requirements of
General Permit No. CAS000002 and Regional Board Order No. R7-2013-0011, NPDES
No. CAS 617002.
Additionally the Contractor shall guarantee that the SWPPP complies with the following
measures from the Regulatory Permits and Environmental Commitment Measures:
· Projects shall not discharge substances in concentrations toxic to human, plant,
animal, or aquatic life or that produce detrimental physiological responses.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 19
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
· Projects shall not discharge waste classified as a “hazardous substance” as defined
in Title 22 CCR section 66261.1 et seq. and the California Water Code Section
13050;
· No oil, petroleum products, or rubbish shall be allowed to enter into or be placed
where it may be washed by rainfall or runoff into waters of the United States.
· No equipment maintenance will be done within or near any stream channel where
petroleum products or other pollutants from the equipment may enter waters of the
United States.
· Equipment refueling shall not occur within waters of the United States.
· Any oil or grease leaks shall be immediately cleaned up.
Upon approval of the SWPPP by the Engineer, the Contractor shall file a Notice of
Intent for coverage under the State Water Resources Control Board's General National
Discharge Elimination System (NPDES) Permit for Discharges of Storm Water Runoff
Associated with Construction Activity (Statewide General Permit), General Permit No.
CAS000002, in accordance with the City’s NPDES Permit issued as Board Order No.
R7-2013-0011, NPDES No. CAS 617002. The Contractor shall refer to and comply with
all requirements of the NPDES Permit, available for review online at:
http://www.waterboards.ca.gov/coloradoriver/board_decisions/adopted_orders/orders/2
013/0011cv_ms4.pdf
The Contractor shall ensure that the SWPPP is developed and amended or revised by
a Qualified SWPPP Developer (QSD). The Contractor shall ensure that Best
Management Practices (BMPs) within the SWPPP are implemented by a Qualified
SWPPP Practitioner (QSP). To demonstrate compliance with requirements of this
General Permit, the QSD shall include information in the SWPPP that supports the
conclusions, selections, use, and maintenance of BMPs.
The Contractor shall designate the QSD and QSP, as the case may be, as the
individuals directly responsible for and implementing the SWPPP requirements, and
maintenance of the documentation contained therein, during the course of construction
until the project has been accepted as complete by the City. The Contractor shall keep
the SWPPP at the project site and make it available for review upon request of a
representative of the RWQCB or the Engineer.
The Construction Superintendent shall prepare a Construction Schedule and BMP
Sequencing Schedule for the project and include it into the SWPPP at the designated
location.
Special Note: The Contractor shall ensure it has prepared, in advance, the required
SWPPP for submittal at the Pre-Construction Conference. Failure to have prepared an
adequate SWPPP for submittal at the Pre-Construction Conference will delay
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 20
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Contractor’s start of work, however, the Notice to Proceed shall be issued and working
days shall commence, regardless of construction work occurring due to the Contractor’s
delay in preparing and submitting an adequate SWPPP for the Engineer’s approval.
The Construction Superintendent shall prepare a Notice of Termination (NOT), included
in the SWPPP, and submit it to the RWQCB following acceptance of the work by the
City, but prior to final payment.
Throughout the duration of the work, the Construction Superintendent shall ensure the
following construction storm water monitoring actions are performed:
· Conduct site inspections before and after storm events.
· Conduct inspections of construction sites prior to anticipated storm events and after
actual storm events to identify areas contributing to a discharge of storm water
associated with construction activity, and evaluate whether control practices to
reduce pollutant loadings identified in the SWPPP are adequate and properly
implemented or whether additional control practices are needed. A record of the
inspections must include the date of the inspection, the individual(s) who performed
the inspection, and the observations.
· Any noncompliance or anticipated noncompliance shall be reported to the Engineer
immediately, for reporting to the Regional Water Quality Control Board (RWQCB).
The notifications shall identify the type(s) of noncompliance, describe the actions
necessary to achieve compliance, and include a time schedule, subject to the
modifications by the RWQCB, indicating when compliance will be achieved.
The Contractor shall maintain a copy of the General Stormwater Permit and the
SWPPP at the construction site and shall make the General Stormwater Permit
available to operating personnel and local, State, and Federal agencies’ representatives
during construction activities. Should the Contractor elect not to have a construction
field office, the Engineer will, on request, reserve filing space within the facilities for City
Inspection Personnel to assist in complying with this requirement.
The Contractor shall allow authorized agents of the California Regional Water Quality
Control Board (Regional Board), State Water Resources Control Board, U.S.
Environmental Protection Agency, and local storm water management agencies, upon
the presentation of credentials and other documents as may be required by law, to:
1. Enter, at reasonable times, upon the construction site and the Contractor’s facilities
pertinent to the work.
2. Have access to and copy, at reasonable times, any records that must be kept as
specified in the General Stormwater Permit.
3. Inspect, at reasonable times, the construction site and related erosion and sediment
control measures.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 21
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
4. Sample or monitor, at reasonable times, for the purpose of ensuring compliance with
the General Stormwater Permit.
5. The Contractor shall grant Regional Water Board staff, or an authorized
representative, upon presentation of credentials and. other documents as may be
required by law, to enter the project site at reasonable times, to ensure compliance
with the terms and conditions of the WQC and/or to determine the impacts the
project may have on waters of the United States.
Prior to commencing work, the Contractor shall make such amendments to the SWPPP
as are required to make it coincide with the Contractor’s planned operations and submit
the amendments to the Engineer for approval and file. The amendments shall include
an Erosion Control Plan (ECP), described in Section “Construction Project Diversion
and Control of Water”, along with any plan for water pollution control measures. The
amended and approved SWPPP shall be kept at the project field office.
The Contractor is notified that the SWPPP must be amended from time to time during
construction to reflect actual construction practices and such amendments shall be
submitted to the Engineer within five (5) working days of the Engineer’s written request.
If the Contractor plans to amend the SWPPP, due to field conditions or any other
reason, he shall propose the necessary amendments to the Engineer for approval at
least five (5) working days prior to implementation.
The SWPPP and amendments shall not be construed to be a waiver of the Contractor’s
obligation to review and understand the General Stormwater Permit before submitting a
Bid. By submitting a Bid, the Contractor acknowledges satisfaction as to the
requirements of the General Stormwater Permit.
Payment – Full compensation for compliance with the provisions of Section 7-8.6
“Water Pollution Control,” of the Standard Specifications, and as amended by these
Special Provisions, will be paid for at the bid item price for “Water Pollution Control,”
which price shall include full compensation preparing a SWPPP, filing the NOI and
NOT, permit fees, and for furnishing all labor, materials, tools, equipment, and
incidentals for doing all work involved to establish, implement, monitor and maintain the
BMP’s required by the SWPPP, and no additional compensation shall be allowed
therefore. In the event there is no separate bid item for “Water Pollution Control,”
payment for compliance with the provisions of Section 7-8.6 “Water Pollution Control,”
of the Standard Specifications, and as amended by these Special Provisions, will be
considered as included in the various bid items, and no additional payment will be
allowed therefore.
SPECIAL NOTE: Prior to final payment, the Contractor shall provide a final report on
implementation of the SWPPP and compliance with the NPDES Permit for the City’s
use in its annual report to the RWQCB.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 22
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The Contractor shall be responsible for payment of any administrative fines that may be
imposed on the City due to the Contractor’s failure to comply with the terms of the
applicable permits regulating Water Pollution Control. Administrative fines, if imposed,
will be withheld from the Contractor’s payments.
ADD: 7-8.7 Graffiti Control. The Contractor shall maintain all Site improvements,
including any temporary facilities, equipment or other materials in a graffiti free condition
throughout the construction period, until acceptance of the Project by the City. Graffiti
encountered on the Site shall be removed by the Contractor within 24 hours.
The payment for graffiti removal shall be included in other items of Work.
7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. ADD the
following:
1. The City reserves the right to repair damages to the City’s facilities caused by your
operations at your expense.
2. You are responsible for coordinating with property owners for access to be provided
to work on the private property.
3. Loop detectors must be replaced within 3 Working Days of completion of work that
originally affected the original loop detectors.
4. In any emergency affecting the safety of persons or property, you must act, at your
discretion, to prevent threatened damage, injury or loss. Any change in Contract
Price or Contract Time resulting from emergency work will be determined as
provided in SECTION 3, “CHANGES IN WORK.”
ADD: 7-9.1 Video Recording Of Pre-existing Conditions. The Contractor shall make
its own arrangements for video recording all pre-existing conditions of the Site prior to
any construction.
Video recording of important aspects of a construction Site shall include, but is not
limited to the following:
a) Property lines
b) Right-of-way and easement conditions
c) Utility markings
d) Survey conditions.
e) Pavement conditions.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 23
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
f) Adjacent property conditions.
g) Sidewalk, median, curb, and gutter conditions.
h) Safety conditions.
i) Unusual conditions or equipment.
j) Existing canyon conditions (including vegetation) along the pipe corridor;
k) Striping
The Contractor shall turn over video discs to the City immediately after recording is
done in the presence of the Engineer. Disc(s) shall be submitted no later than 30 days
from NTP. The Contractor shall not be entitled to any additional Working Days due to
delay securing videotaping services.
Unless proven otherwise via the pre-existing video records, the Contractor shall be
responsible for the repair of any damage for which a Claim has been submitted.
7-9.1.1 Payment. Payment for video recording services shall be included in the various
Bid items.
ADD: 7-9.2 Placements and Removal of Markouts. Markouts shall not be placed in
the public right-of-way more than 30 days prior to the commencement of excavation
work perform in connection with an installation.
Markouts shall be removed from all surfaces in the public right-of-way, including
decorative surfaces, within 30 days of the completion of the excavation work, if the work
is completed.
ADD: 7-9.3 Existing Pavement Markers and Striping. The Contractor shall record
the location and conditions of the existing pavement markers and striping prior to
construction and submit to the Engineer in accordance with 2-5.3, “Submittals.”
Permanent pavement markers and striping removed or damaged during construction
shall be replaced in kind or as noted on the Drawings at the Contractor’s expense.
ADD: 7-10.1.1.3 Railroad Access. The Contractor’s right to enter right-of-way owned,
operated, occupied, and/or controlled by Railroad shall be subject to the absolute right
of Railroad to cause the Contractor’s work to cease if, in the opinion of Railroad,
Contractor’s activities create a hazard to Railroad’s patrons, employees, and operations.
The Contractor shall obtain a Temporary Right of Entry Agreement from Railroad prior
to entering or constructing on property owned, operated, occupied, and/or controlled by
the Railroad. The Contractor shall abide by the terms of the Temporary Right of Entry
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 24
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Agreement. The terms of the Temporary Right of Entry Agreement shall govern if there
are any conflicts with the Plans and Specifications.
For work requiring coordination with the Railroad, payment for railroad liability
insurance, permits, plan review, inspection, flagging, and fees shall be made at the
lump sum bid item price for “Railroad Coordination,” which price shall include full
compensation for furnishing all labor, materials, tools, equipment, and incidentals for
doing all work involved to establish, implement, monitor and maintain railroad insurance
and comply with the terms of a Temporary Right of Entry Agreement, and no additional
compensation shall be allowed therefore.
7-10.2 Work Area Traffic Control. DELETE in its entirety and SUBSTITUTE the
following:
7-10.2.1 Traffic Control Working Drawings. For those portions of the Work where
traffic control Plans are not provided in the Contract Documents and the Special
Provisions or the Plans do not require engineered traffic control plans (TCP), the
Contractor shall prepare traffic control Working Drawings.
The Contractor shall prepare and submit traffic control Working Drawings, in
accordance with 2-5.3, “Submittals” to the Engineer. The Contractor may use any
standard engineering CADD program e.g., MicroStation and AutoCAD to prepare TCP.
The Working Drawings shall be of a size and scale to clearly show all necessary details.
The traffic control Working Drawing shall be site-specific. Typical plans and sections will
not be accepted.
The Contractor shall allow a minimum of 20 Working Days for review of the Working
Drawings. If extensive additions or corrections are required, the Engineer will return the
marked-up print for corrections and re-submission. If no change or correction is
required, the original Working Drawings will be retained by the Engineer. One copy, with
the Traffic Control Plan (TCP) approval will be returned to the Contractor. No extension
of time will be allowed as a result of the Contractor’s failure to properly produce traffic
control Working Drawings and to schedule the Work.
7-10.2.2 Engineered Traffic Control Plans Provided by the Contractor. If the
Contract Documents require engineered TCP, the Contractor shall submit “D” sheet
TCP’s in accordance with 2-5.3, “Submittals.” The engineered TCP shall be prepared
by a Professional Engineer (i.e., Traffic or Civil) registered in the State of California.
The drawings shall be prepared with Computer Aided Design and Drafting (CADD)
standards. The Contractor may use any standard engineering CADD program e.g.,
MicroStation and AutoCAD to prepare TCP. TCP shall be site specific. Typical plans
and sections will not be accepted.
The Contractor shall coordinate with the Engineer for the development and approval of
the TCP. A Traffic Control Approach shall be approved by the City prior to the
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 25
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Contractor preparing the TCP. TCP shall be prepared in accordance with the Traffic
Control Approach. The Contractor shall allow a minimum of 20 Working Days for City’s
review of each TCP submitted in accordance with 2-5.3, “Submittals.” If extensive
additions or corrections are required, the Engineer will return the marked-up print for
corrections and re-submission. If no changes or corrections are required, the original
engineered drawings will be retained by the Engineer. One copy will be returned to the
Contractor. No extension of time will be allowed as a result of the Contractor’s failure to
properly produce TCP and to schedule the Work.
Architects and Engineers Professional Insurance in accordance with 7-3.10, “Architects
and Engineers Professional Insurance (Errors and Omissions Insurance)” shall be
required for Work including engineered “D” size TCP by the Contractor.
7-10.2.3 Traffic Control Permit. The Work shall not begin in the public roadway without
the approved traffic control encroachment permit. The traffic control plans, including
any as part of the Plans or developed by the Contractor, are not valid until Work dates
are approved and a traffic control encroachment permit is issued by the City.
The Contractor shall coordinate the traffic control permit application submittal with the
Work so that no items of Work will be delayed. To obtain a traffic control permit, the
Contractor shall call the Engineer for an appointment a minimum of 2 Working Days
prior to starting Work (5 Working Days when the Work will affect a traffic signal). The
Contractor shall provide 2 copies of the traffic control drawings as provided in the
Contract Documents or prepared by the Contractor at the time of the appointment.
Upon approval of the Contractor’s plans, the Engineer will issue the permit.
7-10.2.4 Traffic Control Devices. The Contractor shall furnish, install, and maintain
the traffic control devices as shown on the traffic control permit and approved TCP’s,
and any additional traffic control devices as may be required to ensure the safe
movement of vehicles and pedestrians, and to provide for the safety of construction
workers. The Contractor shall maintain existing traffic control signs and traffic signals in
their proper location on temporary mounting supports until permanent signs or signals
are restored. The Contractor shall use traffic control devices in accordance with the
latest California MUTCD (Manual on Uniform Traffic Control Devices). The name of the
Contractor or Supplier who owns the traffic control devices shall be clearly noted on
each device.
Barricades used at night shall be equipped with flashing lights. Signs used at night shall
be reflectorized with a material that has a smooth, sealed outer surface, or illuminated
to show approximately the same shape and color day and night. Internally or externally
illuminated signs shall be used where there is significant interference from extraneous
light sources and reflectorized signs will not be effective. External light sources shall be
properly shielded to protect drivers from glare. Street lighting is not adequate for sign
illumination.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 26
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Street closures, detours, barricades lights, other safety devices shall conform to current
requirements covering “signs” as set forth by Caltrans.
The Contractor shall maintain, whether shown on the plan or not, existing traffic control
signs or signals in their proper location on temporary mounting supports until permanent
signs or signals are restored.
Traffic control devices shall conform to the following unless otherwise shown on the
traffic control permit:
a) The working hours shall be between 7:00 A.M. and 4:00 P.M. if construction is to be
performed in phases; all work shall be completed in each phase prior to beginning
work on the next phase. Approval of traffic drawings for hours outside of these does
not constitute a guarantee that inspection will be available in accordance with 2-11,
“INSPECTION.”
b) Equipment, material, or debris shall not be stored or remain in the public right-of-way
without prior approval by the Engineer.
c) Travel lanes shall be 12’ wide, minimum. For lane closures on roadways with bike
lanes, the rightmost travel lane shall be fourteen 14’ wide, minimum.
d) Flashing arrow boards shall be used when the posted speed is 40 mph or more, or
when curvature of the roadway limits visibility.
e) The Contractor shall maintain cross traffic and turning moves at the intersections.
f) Trenches shall be backfilled or trench-plated at the end of each work day. An
asphalt ramp shall be placed around each trench plate to prevent the plate from
being dislodged. Upon completion of excavation backfill, the Contractor shall provide
a satisfactory surface for traffic. Portable concrete barrier (K-rail), additional noticing,
and other items may be required when trenching cannot be secured overnight by
backfilling or trench-plating.
g) The Contractor shall repair or replace traffic control devices, loop detectors, and
traffic signal equipment damaged or removed as a result of operations and not
designated for removal. Repairs and replacements shall be equal to existing
improvements. Loop detectors shall be replaced within 3 Working Days of work that
originally affected the original loop detectors.
h) The Contractor may use the parking lane while working next to the curb. The
Contractor shall post “TOW-AWAY/NO PARKING” signs 24 hours in advance for
temporary parking removal. Signs shall indicate specific days, dates, and times of
restrictions. If violations occur, the Contractor shall call Police Dispatch (760) 323-
8116 to enforce the Tow-Away notice.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 27
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
i) The Contractor shall provide for a safe 4-foot wide pedestrian walkway along entire
length of construction area.
j) Access to private property shall be maintained to the greatest extent practicable.
The Contractor shall minimize the time periods that driveways will be closed, and
shall minimize inconvenience to the driveway users. When a driveway or pedestrian
access is to be closed, the Contractor shall notify the property owner and tenants a
minimum of 5 Working Days prior to closure, and shall explain to the owner or
occupant when the closure is to start and how long the Work will take. The
Contractor shall obtain the Engineer’s approval of the notice format prior to notice
release.
k) The Contractor shall post signs notifying the public a minimum of 5 Working Days
prior to closure, or detour, of streets.
l) The Contractor shall maintain full width of all traffic lanes of the existing roadway
during non-working hours and on Saturday, Sunday, designated holidays, and when
construction operations are not actively in progress on Working Days. The
Contractor shall keep the streets in and adjacent to the construction area clean.
m) When constructing a new roadway, the Contractor is to install and maintain Type III
barricades with flashing yellow lights and “Road Closed” signs, chain link fences, or
both until the new or improved roadway is accepted by the Engineer.
The Contractor shall notify Sunline Transit Agency at (760) 343-3456, a minimum of 5
Working Days prior to excavation, construction, or traffic control affecting bus stops.
The Contractor shall submit proposed changes to and deviations from the traffic control
plan permit for the Engineer’s approval. Prior to implementation, the Engineer will
observe the implementation of traffic control plans and reserves the right to require the
Contractor to make changes as field conditions warrant. The Engineer may approve the
changes to the traffic control plan permit or if directed in writing by the Engineer, the
Contractor shall call the Engineer for an appointment, to request a revision to the traffic
control plan permit. Such changes shall supersede the original traffic control plan
permit.
7-10.2.5 Traffic Control for Resurfacing and Slurry Sealing. Temporary reflective
pavement markers shall be placed on all roadways with painted centerline immediately
upon completion of the resurfacing or slurry sealing and shall be removed only for new
permanent pavement striping.
7-10.2.6 Traffic Control Signs and Notices for Resurfacing and Slurry Sealing. The
Contractor shall provide the Engineer at the Pre-Construction Meeting “NO PARKING -
TOW-AWAY ZONE” signs for the resurfacing and/or slurry seal portion of the Work.
The Contractor shall furnish the “NO PARKING - TOW-AWAY ZONE” signs and
pedestals for posting on sidewalks and streets. The “NO PARKING - TOW-AWAY
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 28
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
ZONE” signs shall be mounted on suitable pedestals, such as tripods and barricades.
Signs shall be posted every 50’ on both sides of the block affected by the proposed
resurfacing, slurry sealing, or both.
The Contractor shall affix to each “NO PARKING - TOW-AWAY ZONE” sign cards with
2-inch high letters stating the day(s) of the week parking is prohibited, as well as the
Contractor’s company name and telephone number. The “NO PARKING - TOW-AWAY
ZONE” signs shall be removed immediately following the completion of the resurfacing,
slurry sealing, or both.
For each street block segment scheduled for slurry sealing or resurfacing, the posted
parking prohibition shall be for 2 consecutive Working Days. The Contractor shall
schedule the slurry sealing on the first posted Working Day, unless approved by the
Engineer. The second posted Working Day shall be reserved for emergency work, and
may be used only with the approval of the Engineer. Street block segments which are
not completed by the second posted Working Day shall be rescheduled. “NO PARKING
- TOW-AWAY ZONE” signs shall be placed no less than 48 hours in advance and no
more than 72 hours in advance of the scheduled slurry sealing. Street block segments
which are not completed by the last posted Working Day shall be rescheduled. If a
Work delay of 48 hours or more occurs from the originally scheduled Work date, the
“NO PARKING - TOW-AWAY ZONE” signs shall be removed for a minimum of 24
hours, then reset and re-posted for the appropriate Work date.
The Contractor shall furnish and distribute door hanger notices in sufficient quantities to
advise the general public of the scheduled parking prohibitions. The Contractor shall
include the company name and telephone number on each door hanger notice. The
Engineer shall approve the format of the door hanger notice prior to its distribution. The
door hanger notices shall be left on or at the front door of each dwelling and apartment
unit and at each tenant of commercial buildings abutting each of the street block
segments to be slurry sealed or resurfaced. Where the front doors of apartment units
are inaccessible, door hanger notices shall be distributed to the apartment manager or
security officer. The Contractor shall deliver copies of the door hanger notice to a
responsible party of commercial buildings, schools, hospitals, churches, and other
public buildings. Door hanger notices shall be distributed no less than 48 hours in
advance and no more than 72 hours in advance of the scheduled resurfacing.
7-10.2.7 Measurement and Payment. Payment for traffic control Working Drawings,
“D” size TCP, and permits shall be considered as included in the payment made for
“Temporary Traffic Control,” and no additional payment will be allowed therefore. In
the event there is no separate bid item for “Temporary Traffic Control,” payment for
traffic control Working Drawings, “D” size TCP, and permits shall be considered as
included in the various bid items, and no additional payment will be allowed therefore.
Payment for traffic control devices and any required signs and notices, shall be
considered as included in the payment made for “Temporary Traffic Control,” and no
additional payment will be allowed therefore. In the event there is no separate bid item
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 29
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
for “Temporary Traffic Control,” payment for any required signs and notices shall be
considered as included in the various bid items, and no additional payment will be
allowed therefore.
Traffic control devices which may be required by the City, not included as separate Bid
items, shall be included in any compensation made for “Temporary Traffic Control.” If
no Bid item is provided, payment for traffic control devices shall be included in the
various items of Work.
When included in the Bid proposal, the following traffic control devices will be measured
and paid separately:
a) K-rail will be measured and paid for per linear foot along the top of the rail per
location. Maintaining, repairing, replacing, and removing the K-rail, excavation and
backfill, drilling holes and grouting threaded rods or dowels when required, removing
threaded rods or dowels and filling drilled holes with mortar, and moving and
replacing removable panels as required, complete in place, as shown on the Plans,
and in accordance with these specifications and the Special Provisions shall be
included in the Bid item for K-rail.
b) Crash cushion modules will be measured per each individual module (barrel), on a
one-time basis, for each location shown on the plans. Maintaining, repairing,
replacing, and removing the modules, complete in place, as shown on the Plans and
in accordance with these specifications and the Special Provisions shall be included
in the Bid item for Crash Cushion Modules.
c) Maintaining, repairing, replacing, and removing the flashing arrow boards and
electronic message signs, complete in place, as shown on the plans, and in
accordance with these Specifications and the Special Provisions shall be included in
the lump sum Bid item for Flashing Arrow Boards and Electronic Message Signs.
Flashing arrow boards and electronic message signs shall be available for use 24
hours per day as required, without any additional payment for time or number of
locations unless otherwise required for changed conditions.
ADD: 7-10.4.1.3 Health and Safety Plan. The Contractor bears the ultimate
responsibility for the health and safety of its employees. These specifications shall not
be construed to limit the Contractor's liability nor to assume that the City, its employees
or designate, will assume any of the Contractor's liability associated with Site safety
considerations. The Contractor shall have a health and safety plan in effect prior to
commencement of Work. The plan shall meet all OSHA and other applicable
requirements. The plan shall specifically address procedures and protocols that will be
followed to monitor for the presence of hazardous atmosphere, possibility for
engulfment, gasses due to organic soils or proximity to landfills, exposure to hazardous
products such as may be released when grinding, cutting, or torching galvanized or
painted surfaces, contaminated soil, and groundwater, and identify response actions
that will be taken when these conditions are encountered. This plan shall be provided
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 30
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
to the Engineer at least one week before any construction activities begin. The City will
not assume any role in determining the adequacy of the plan on behalf of the
Contractor.
ADD: 7-10.4.1.4 Reasonable Precautions. The Contractor shall take reasonable
precautions for the Safety of, and shall provide reasonable protection to prevent
damage, injury, or loss to:
a) Workers and other persons who may be affected thereby;
b) The Work and materials and equipment to be incorporated therein, whether in
storage on or off the Site under care, custody or control of the Contractor; and
c) other property at the Site or adjacent thereto, e.g., trees, shrubs, lawns, walks,
pavements, roadways, structures and utilities not designated for removal, relocation
or replacement in the course of the Construction Work.
ADD: 7-10.4.1.5 Safeguards. The Contractor shall erect and maintain, as required by
existing conditions and performance of the Work, reasonable safeguards for Safety and
protection, including posting danger signs and other warnings against hazards,
promulgating Safety regulations and notifying owners and users of adjacent sites and
utilities, and shall comply fully with the requirements of State and/or Federal OSHA.
ADD: 7-10.4.1.6 Security. The Contractor shall furnish and install all necessary facilities
to provide safe means of access to all points where Work is being performed. The
Contractor shall take all precautions and measures as may be reasonably necessary to
secure the Site, the Project, and the Work at all hours, including evenings, Holidays and
non-work hours. Such precautions may include provision of security guards. The
payment for security shall be included in the various Bid items.
ADD: 7-10.4.1.7 Emergencies. If an emergency arises or appears imminent which may
affect the Safety of persons or property, the Contractor shall act immediately to prevent
and mitigate actual or threatened damage, injury or loss. Additional costs or extensions
of time claimed by the Contractor on account of an emergency not caused by the fault
or neglect of the Contractor shall be determined as Extra Work.
7-10.4.2.1 General. Add the following paragraph:
The Contractor shall comply fully with the requirements of §1717 of the Construction
Safety Orders, State Department of Industrial Relations, regarding the design of
concrete forms, falsework and shoring, and the inspection of same before the
placement of concrete. Where the said §1717 requires the services of a civil engineer
registered in the State to approve design calculations and working drawings of the
falsework or shoring system, or to inspect such system prior to placement of concrete,
the Contractor shall employ a registered civil engineer for these purposes, and all costs
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 31
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
therefore shall be included in the price named in the Contract for completion of the
Work as set forth in the Contract Documents.
ADD: 7-10.4.2.2.3 OSHA/Cal OSHA Citations. The Contractor shall indemnify the City
against fines, reasonable attorneys’ fees, and defense costs resulting from citations
issued to the City by either the federal, state, or local safety enforcement agencies due
to the Contractor’s failure to abide by applicable Safety and health standards.
ADD: 7-10.7 Temporary Project Signs.
7-10.7.1 Project Identification Sign. Work specified in this section includes providing
all materials and performing all operations to fabricate, install, modify and/or relocate
Project Information Signs, and as specified in these Special Provisions.
Submit a shop drawing for all sign panels, and the Manufacturer’s data for the Sign
Panels.
MATERIALS
A. Project Information Signs shall be constructed per Caltrans specifications for
aluminum single sheet and laminated panel signs. These specifications may be
obtained from Caltrans Office of Business Management, Material Operations
Branch, 1900 Royal Oaks Drive, Sacramento, CA 95815.
B. Color of signs, panels and lettering shall be as indicated on the drawing in Appendix
II of these specifications.
C. Sign Posts shall be constructed of wood and shall conform to the provisions of
section 56-2.02B, Caltrans.
D. Mounting Hardware shall be furnished by the Contractor and shall conform to the
provisions of section 56-2.02D, Caltrans.
E. To properly provide for changing traffic conditions, the Contractor shall be prepared
to furnish or short notice (within 48 hours) additional sign panels, posts and
mounting hardware. The Contractor shall make arrangements with a supplier who is
able, on a daily basis, to furnish such items on short notice.
INSTALLATION
A. For this contract, Two (2) Project Information Signs shall be installed, relocated
or modified as directed by the City Engineer and shall conform to the provisions of
sections 56-2.03, and 56-2.04, Caltrans.
B. All signs shall have breakaway features as detailed in Standard Plan RS2,
“Roadside Sign Details,” Caltrans.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 32
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
C. Signs to be removed and/or relocated as directed by the City Engineer shall be
installed at the new location on the same day said sign is removed from its previous
location.
D. The location of each sign shall be as directed by the City Engineer or his designee.
Project information sign should be installed in a way to have bottom of sign at least 7ft
above the ground.
The project information signs shall be erected five (5) working days prior to the start of
work.
The Contractor shall revise all misspellings and any other corrections on the sign at no
extra cost to the City.
Upon completion of the project, the Contractor shall remove and dispose of the Project
Information Signs.
7-10.7.2 Payment. Payment for Project Identification Signs shall be paid per each
“Project Funding Signs,” and shall include full compensation for furnishing all labor,
materials, tools, equipment, and incidentals for doing all work involved in construction of
this items and no additional compensation will be allowed therefore.
7-10.5.3 Steel Plate Covers. DELETE in its entirety and SUBSTITUTE the following:
The Contractor shall secure approval, in advance, from authorities concerned for the
use of any bridges proposed by it for public use.
Transverse or longitudinal cuts in the right-of-way that cannot be properly completed
within a workday shall be protected by structural steel plate bridging in such a way as to
preserve unobstructed traffic flow. Structural steel plates placed over surface voids,
such as trenches and other areas to be protected in the public right-of-way shall
conform to the following:
a. Un-restored voids, trenches, holes, excavations, etc., that are in the pedestrian or
traveled way shall be protected through the use of adequately designed barricades
and structural steel plates that will support legal vehicle loads.
b. Structural steel plate bridging shall be designed for HS 20-44 truck loading in
accordance with Caltrans Bridge Design Specifications Manual. See Table 1 -
Trench Width / Minimum Plate Thickness.
c. Steel plates used for bridging shall extend a minimum of 12” (300mm) beyond the
edges of the trench.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 33
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
d. Plates shall provide complete coverage to prevent any person, bicycle, motorcycle
or motor vehicle from being endangered due to plate movement causing separations
or gaps. Plates shall be installed with the plate laid in reasonably flat plane and all
vertical edges transitioned with asphaltic cold-mix or other acceptable ramping
device(s) acceptable to the City.
e. Fine graded asphalt concrete shall be compacted to form ramps with a maximum
slope of 8.5% and a minimum of 12” (300mm) taper to cover all edges of the steel
plates.
f. Structural steel plates shall have a skid-resistant surface.
g. When steel plates are removed, any damage to the pavement shall be repaired with
either graded fines of asphalt concrete mix, asphaltic cold mix, concrete slurry or
equivalent slurry satisfactory to the Engineer.
h. The Contractor shall be responsible for maintenance of the structural steel bridging
plates, shoring and asphalt concrete ramps.
i. The trench shall be adequately shored to support the bridging and traffic loads.
j. Steel Plate Bridging shall be secured against movement or displacement by using
adjustable cleats, shims, welding, or other devices, and shall be installed to in a
manner that will minimize noise.
When steel plates are placed within the public right of way:
a) The Contractor's name and 24-hr phone number shall be visible, legible and
permanently affixed on each plate or,
b) The Contractor shall erect sign(s) in the immediate area of the trench plate(s)
identifying the Contractors name with a 24-hr phone number. The minimum height
of letters and numbers shall be two inches.
The Contractor shall immediately mobilize necessary personnel and equipment after
being notified by the Engineer or the City's emergency service section of a repair
needed. This includes, but is not limited to, plate anchors, cold-mix, asphalt concrete to
transition/ramp from the existing roadway or sidewalk to the plate surface and back
down.
Failure to respond to the emergency request within two hours will be grounds for the
City repairs that will be invoiced at actual cost including overhead or $500 per incident,
whichever is greater. All Traffic Control Plans currently require prompt repairs of steel
plating by the Contractor. Lack of Contractor conformance may be automatic grounds
for suspension of their permit, Contract, or both.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 34
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The following table shows the required minimal thickness of steel plate bridging required
for a given trench width:
Table 1 - Trench Width / Minimum Plate Thickness
Trench Width Minimum Plate Thickness
10" (0.25 m)
1'-11" (0.58 m)
2'-7" (0.80 m)
3'-5" (1.04 m)
5'-3" (1.6 m)
1/2" (13 mm)
3/4" (19 mm)
7/8" (22 mm)
1" (25 mm)
1 1/4" (32 mm)
Note: For spans greater than 5’-3" (1.6 m), a structural design shall be prepared by a
California Registered Civil Engineer and approved by the City.
A Rough Road sign (W33) with black lettering on an orange background may be used in
advance of structural steel plate bridging.
Payment for steel plate bridging shall be included in the various Bid items unless a Bid
Item has been provided for steel plate bridging.
7-12 ADVERTISING. ADD the following:
Any advertisement referring to the City as a user of a product, material, or service by the
Contractor or any Subcontractor and Supplier is expressly prohibited without prior
written approval of the City.
Any advertisement referring to the City as a user of a product, material or service by the
Contractor or any Subcontractor and Supplier is expressly prohibited without prior
written approval of the Mayor or designee.
7-13 LAWS TO BE OBSERVED. ADD the following:
The Contractor shall give the notices required by law and comply with all laws,
ordinances, rules and regulations pertaining to the conduct of the Work. The Contractor
shall be liable for violations of the law in connection with Work provided by the
Contractor.
If the Contractor observes that the Plans, Specifications, or other portions of the
Contract Documents are at variance with any laws, ordinances, rules or regulations, he
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 35
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
shall promptly notify the Engineer in writing of such variance. The City will promptly
review the matter and, if necessary, shall issue a Change Order or take any other action
necessary to bring about compliance with the law, ordinance, rule or regulation in
questions. The Contractor agrees not to perform work known to be contrary to any laws,
ordinances, rules or regulations.
ADD: 7-13.1 Environmental & Safety Laws. Following is not an exhaustive list of the
laws to be complied with by the Contractor. It is a partial list of some specific laws that
the Contractor shall be aware of and comply with. They are added here for convenience
as follows:
a) Environmental Protection Agency regulations (40 CFR, Part 15).
b) Clean Air Act of 1970, e.g., §306 (42 U.S.C. 7606), Executive Order 11738,
prohibiting contracting with Clean Air Act violators; and §§608 and 609 (42 U.S.C.
7671g, 7671h) as amended November 15, 1990, prohibiting the intentional release
of chlorofluorocarbons into the environment when performing Work.
c) Clean Water Grant Program Bulletin 76A which augments the National Historic
Preservation Act of 1966 (16 U.S.C. 470) as specified under §[01560], "Temporary
Environmental Controls" of the General Requirements.
d) CAL OSHA 5189 “Process Safety Management,” CAL OSHA 3220 “Emergency
Action Plan,” Federal OSHA 29, CFR 1910, facilities Process Safety Management
(PSM) manual, and the City’s Risk Management Plan.
e) Flood Disaster Protection Act of 1973 (42 USC 4001 et seq, as amended).
f) Senate Bill 198 and specifically shall have a written Injury Prevention Program on file
with the City in accordance with all applicable standards, orders, or requirements of
California Labor Code, §6401.7. This Program shall be submitted to the Engineer at
the preconstruction meeting.
g) State Energy Conservation Plan issued in compliance with the Energy Policy and
Conservation Act (P.L. 94-163) as set forth in Division 15 of the Public Resources
Code of the State.
ADD: 7-13.2 Nondiscrimination. The Contractor shall comply with all applicable
federal, state and local laws; ordinances, rules, statutes, orders, regulations, or other
legal requirements of California; the California Fair Employment and Housing Act; those
Laws prohibiting discrimination, on account of race, religion, color, sex, age, marital
status, ancestry, national origin, sexual orientation, gender identity, physical or mental
disability, or medical condition, e.g.,: zoning, environmental, building, fire and safety
codes and coverage, density and density ratios and lien laws existing as of the date of
the execution of this contract.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 36
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
The Contractor shall not discriminate against any employee or applicant for
employment because of race, religion, color, sex, age, marital status, ancestry,
national origin, sexual orientation, gender identity, physical or mental disability, or
medical condition. The Contractor shall ensure that applicants are employed, and that
employees are treated during their employment, without regard to their race, religion,
color, sex, age, marital status, ancestry, sexual orientation, gender identity, gender
expression, physical or mental disability, medical condition, or national origin. Such
actions shall include, but not be limited to, the following: employment, upgrading,
demotion or transfer; recruitment or recruitment advertising; layoff or termination;
rates of pay or other forms of compensation; and selection for training, including
apprenticeship.
The Contractor shall:
1. Establish or observe employment policies, which affirmatively promote
opportunities for minority persons at all job levels.
2. Communicate this policy to all persons concerned, including all company
employees, outside recruiting services, especially those serving minority
communities, and to the minority communities at large.
3. Take affirmative steps to hire minority employees within the company.
ADD: 7-15 INDEMNIFICATION.
7-15.1 General. The Contractor shall defend, indemnify, and save harmless the City,
including its officers, employees, and agents from any and all claims, demands, causes
of action, damages, costs, expenses, actual attorneys' fees, losses or liabilities, in law or
in equity arising out of or in connection with your performance of this Contract for:
1. Bodily injury including, but not limited to, bodily injury, sickness or disease, emotional
injury or death to persons, including, but not limited to, the public, any employees or
agents of you, the City, or any other contractor; and
2. Damage to property of anyone including loss of use thereof; caused or alleged to be
caused in whole or in part by any negligent or otherwise legally actionable act or
omission of you or anyone directly or indirectly employed by you or anyone for
whose acts you may be liable.
Except as otherwise provided by law, these requirements apply regardless of the
existence or degree of fault of the City. The Contractor is not obligated to indemnify the
City for claims arising from conduct delineated in Section 2782 of the California Civil
Code. The Contractor’s defense and indemnity obligation shall extend to claims arising
after the work is completed and accepted if the claims are directly related to alleged
acts or omissions by the Contractor that occurred during the course of the Work. Any
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 37
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
inspection of the Work by the City is not a waiver of full compliance with these
requirements.
The Contractor’s obligation to defend and indemnify is not excused because of the
Contractor’s inability to evaluate liability or because the Contractor evaluates liability and
determines that the Contractor is not liable. The Contractor must respond within 30
days to the tender of any claim for defense and indemnity by the City, unless this time
has been extended in writing by the City. Failure to accept or reject a tender of defense
and indemnity within 30 days, in addition to any other remedy authorized by law, the
City may withhold such funds the City reasonably considers necessary for its defense
and indemnity until disposition has been made of the claim or until the Contractor
accepts or rejects the tender of defense, whichever occurs first.
With respect to third-party claims against the Contractor, the Contractor shall agree to
waive all rights of any type to express or implied indemnity against the City, its officers,
employees, or agents.
Nothing in the contract is intended to establish a standard of care owed to any member
of the public or to extend to the public the status of a third-party beneficiary for any of
these indemnification specifications.
7-15.2 Responsibility to Other Entities. The Contractor shall be responsible for any
liability imposed by law and for injuries to or death of any person, including workers and
the public, or damage to property. The Contractor shall indemnify and save harmless
any county, other city, governmental agency, or special district, and its officers and
employees, connected with the Work, all in the same manner and to the same extent
specified for the protection of the City.
7-15.3 Indemnification Agreement. The provisions of this Section 7-15 shall be
incorporated as part of the contract, and Contractor shall be bound as follows:
To the fullest extent permitted by law, Contractor shall defend (at Contractor’s sole cost
and expense), indemnify, protect, and hold harmless City, its elected officials, officers,
employees, agents, and volunteers (collectively the “Indemnified Parties”), from and
against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments,
arbitration awards, settlements, damages, demands, orders, penalties, and expenses
including legal costs and attorney fees (collectively “Claims”), including but not limited to
Claims arising from injuries to or death of persons (Contractor’s employees included),
for damage to property, including property owned by City, from any violation of any
federal, state, or local law or ordinance, and from errors and omissions committed by
Contractor, its officers, employees, representatives, and agents, that arise out of or
relate to Contractor’s performance under the contract. This indemnification clause
excludes Claims arising from the sole negligence or willful misconduct of the City, its
elected officials, officers, employees, agents, and volunteers. Under no circumstances
shall the insurance requirements and limits set forth in the Special Provisions be
construed to limit Contractor’s indemnification obligation or other liability under the
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 38
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
contract. Contractor’s indemnification obligation shall survive the completion of the
Work or earlier termination of the contract until all actions against the Indemnified
Parties for such matters indemnified are fully and finally barred by the applicable statute
of limitations or, if an action is timely filed, until such action is final. This provision is
intended for the benefit of third party Indemnified Parties not otherwise a party to the
contract.
ADD: 7-16 CONFLICT OF INTEREST. The Contractor shall establish and make known
to its employees appropriate safeguards to prohibit employees from using their positions
for a purpose that is, or gives the appearance of being, motivated by desire for private
gain for themselves or others, particularly those with whom they have family, business,
or other relationships. Project personnel shall not accept gratuities or any other favors
from Subcontractors or potential Subcontractors.
The Contractor shall be subject to all federal, state and local conflict of interest laws,
regulations, and policies applicable to public contracts and procurement practices, e.g.,
California Government Code §§1090, et. seq., and 81000, et. seq. If, in performing the
Services and/or Work set forth in this contract, the Contractor makes, or participates in,
a “governmental decision” in accordance with title 2, §18701(a)(2) of the California
Code of Regulations, the Contractor shall be subject to a conflict of interest code
requiring the completion of one or more statements of economic interests disclosing the
Contractor’s relevant financial interests.
Statements of economic interests shall be made on Fair Political Practices Commission
Form 700 and filed with the City Clerk. The Contractor shall file a Form 700 (Assuming
Office Statement) within 30 days of the City’s written determination that the Contractor
shall be subject to a conflict of interest code. The Contractor shall file a Form 700
(Annual Statement) on or before April 1, disclosing any financial interests held during
the previous calendar year for which the Contractor was subject to a conflict of interest
code.
The Contractor’s personnel employed on the Project shall not accept gratuities or any
other favors from any Subcontractors or potential Subcontractors. The Contractor shall
not recommend or specify any product, supplier, or contractor with whom the Contractor
has a direct or indirect financial or organizational interest or relationship that would
violate conflict of interest laws, regulations, or policies.
The Contractor acknowledges that no officer or employee of the City has or shall have
any direct or indirect financial interest in this Agreement nor shall Contractor enter into
any agreement of any kind with any such officer or employee during the term of this
Agreement and for one year thereafter. The Contractor warrants that it has not paid
or given, and will not pay or give, any third party any money or other consideration in
exchange for obtaining this Agreement.
If the Contractor violates any conflict of interest laws or any of these conflict of interest
provisions, the violation shall be grounds for immediate termination of this Contact.
RESPONSIBILITIES OF THE CONTRACTOR
SPECIAL PROVISIONS - SECTION 7 - PAGE 39
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Further, the violation subjects the Contractor to liability to the City for all damages
sustained as a result of the violation.
ADD: 7-17 COMMUNITY LIAISON. If required by the Engineer, the Contractor shall
retain a community liaison representative throughout the Contract Time. The
representative shall closely coordinate Work with the businesses, institutions and
residents impacted by the Project. Duties shall include, but not be limited to, notification
to the businesses, institutions and residents of the commencement of construction
activities not less than 5 Working Days in advance, coordination of access for vehicular
and pedestrian traffic to businesses, institutions and residences impacted by the
Project, response to community questions and complaints related to the Contractor’s
activities, reporting of liaison activities at all Project progress meetings scheduled by the
Engineer, attendance to the Project pre-construction meeting, and attendance at 2
community meetings.
The Contractor shall present their community liaison representative to the City, in
writing, within 15 days of the award of the Contract.
7-17.1 Payment. The payment for the community liaison shall be included in the various
Bid items.
ADD: 7-18 NEWSLETTER. When required in the Special Provisions one week before
the end of every month, the Contractor shall submit to the City a written update on the
progress of work, a 1 month look-ahead schedule, contact names and phone numbers,
and any other information which may be of interest to the public. The City will utilize this
information to create and distribute a newsletter the first of every month. Payment for
the Newsletter shall be included in the various Bid items.
ADD: 7-19 PATENTS, TRADEMARKS, AND COPYRIGHTS. The Contractor shall pay,
at no additional cost to the City, all applicable royalties and license fees on any and all
matters arising in connection with the Work. The Contractor shall defend all suits or
claims for infringement of patent, trademark, and copyrights against the City and any
other Indemnified Parties, and shall save the City and any other Indemnified Parties
harmless from loss on account thereof for any and all matters arising in connection with
the Work on the Project, such costs to be paid at no additional cost to the City, except
with respect to any particular design process or the product of a particular manufacturer
or manufacturers specified and required by the City, other than pursuant to the
recommendation or suggestion of the Contractor; provided however, if the Contractor
has reason to believe that the design, process or product so specified is an infringement
of a patent, the Contractor shall be responsible for any loss resulting unless the
Contractor has provided the City with prompt written notice of the Contractor's belief,
and the City has nevertheless elected to go forward with such design, process or
product so specified.
- END OF SECTION -
FACILITIES FOR AGENCY PERSONNEL
SPECIAL PROVISIONS - SECTION 8 - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
For this contract, the provision of Section 8 of the Standard Specifications shall not
apply.
- END OF SECTION -
MEASUREMENT AND PAYMENT
SPECIAL PROVISIONS - SECTION 9 - PAGE 1
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
SECTION 9 – MEASUREMENT AND PAYMENT
ADD: 9-1.4 Final Pay Items. For bid items noted as a final pay item, “(F)”, on the Bid
Schedule, the Contractor shall accept payment based on the Bid Item as a final
unadjusted quantity, regardless of the actual final quantity used or otherwise required
for that item, unless the dimensions of the work are changed by the Engineer. The
Contractor is required to confirm the measurement of any final pay item at the time of
bidding, and to incorporate in its bid item price the total cost of the work associated with
the final pay item, reflective of the Contractor’s independent measurement and the
quantity noted in the Bid Schedule. No additional payment will be allowed for final pay
items in the event the quantity identified in the Bid Schedule is less than the quantity
actually required to complete the work as identified in the project drawings.
ADD: 9-2.1 Schedule of Values (SOV). Within 10 days of execution of this contract,
the Contractor shall submit for the City’s review and approval an SOV for the lump sum
Bid items of the Work. The Schedule of Values will:
a) Subdivide the Work into its respective parts,
b) Include values for all items comprising the Work, and
c) Serve as the basis for monthly progress payments made to the Contractor
throughout the Work.
The City shall be the sole judge of acceptable numbers, details, and description of
values established. If, in the opinion of the City, a greater number of SOV items than
proposed by the Contractor are necessary, the Contractor shall add the additional items
so identified by the City. When requested by City, the Contractor shall provide
substantiating data in support of scheduled values. The Contractor shall incorporate the
SOV into the cost loading function of the Schedule in accordance with 6-1,
“CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK.” Monthly
progress payment amounts for Lump Sum items shall be determined from the monthly
updates of the Schedule activities.
The SOV shall be developed independent but simultaneous with the development of the
Schedule activities and logic. The SOV shall incorporate phase funding impacts, if
applicable. The Work not specifically included in the Bid shall be broken down as
necessary for establishment of cost and Schedule activity.
Following acceptance of the SOV, the Contractor shall incorporate the changes (if any)
into the cost loading portion of the Schedule. Where coordination of the Schedule and
the SOV requires changes made to one or both documents, the Contractor shall
propose changes to the SOV and to the Schedule activities to satisfy the Schedule cost
loading requirements.
Changes to the Schedule which add activities not included in the original Schedule but
included in the original Work (schedule omissions) shall have values assigned as
MEASUREMENT AND PAYMENT
SPECIAL PROVISIONS - SECTION 9 - PAGE 2
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
accepted by the City. Other activity values shall be reduced to provide equal value
adjustment increases for added activities as accepted by the City.
In the event that the Contractor and the City agree to make adjustments to the original
SOV because of inequities discovered in the original accepted SOV, increases and
equal decreases to values for activities may be made.
Payment for the preparation of the SOV shall be included in the various Bid items.
SPECIAL NOTE: No progress payment shall be approved for payment unless, and until
the Contractor has submitted, and the Engineer has approved an SOV for each lump
sum Bid Item of Work.
9-3.1 General. DELETE the tenth paragraph in its entirety and SUBSTITUTE the
following:
At the expiration of 30 days from the date of filing the NOC with the County Recorder
and upon receipt by the Engineer of a fully executed Release of Claims, the amount
deducted from the final estimate, and retained by the City, will be processed for
payment to the Contractor except such amounts as are required by law to be withheld
by properly executed and filed notices to stop payment, as may be authorized by the
Contract to be further retained or as otherwise required by law. Payment shall be made
in accordance with the City’s regular accounts payable cycle.
Acceptance by the Contractor of Final Payments shall be and shall operate as a release
to the City of all claims in stated amounts that may be specifically excepted by the
Contractor for things done or furnished in connection with this Work and for every act
and neglect of the City and others related to or arising out of this Work. Payment by the
City shall not release the Contractor or its Surety from any obligation under Contract or
under the performance bond and payment bonds.
9-3.2 Partial and Final Payment. DELETE the second and third paragraphs and
SUBSTITUTE with the following:
From each progress estimate, an amount (Retention) not less than 5% of the completed
Work will be deducted and retained by the City. The City will withhold not less than 5%
of the Contract Price until Final Acceptance of the Project. After 50% of the Work has
been completed and if progress on the Work is satisfactory, the total retention held may
be limited to 5% of the first half of Contract Price.
ADD the following:
Partial payments made after the Contract completion date will reflect the amount
withheld for liquidated damages as required by 6-9, “LIQUIDATED DAMAGES.” Any
such partial payments made to the Contractor, or its Sureties, will not constitute a
waiver of the City's liquidated damages.
MEASUREMENT AND PAYMENT
SPECIAL PROVISIONS - SECTION 9 - PAGE 3
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Pursuant to California Public Contract Code §22300, the Contractor has the option, at
its expense, to substitute for any money withheld by the City, securities equivalent to the
amount being withheld. Securities eligible for such substitution are bank or savings and
loans certificates of deposit or such securities which are eligible for investment pursuant
to Government Code §16430. As to any such security or securities so substituted for
monies withheld, the Contractor shall be the beneficial owner of same and shall receive
any interest thereon.
Such security shall, at the request and expense of the Contractor, be deposited with the
City or with a State or Federally Chartered bank as the escrow agent who shall pay
such monies to the Contractor upon notification by the City that payment can be made.
Such notification will be given at the expiration of 60 days from the date of acceptance
of the work, or as prescribed by law, provided however, that there will be a continued
retention of the necessary securities to cover such amounts as are required by law to be
withheld by properly executed and filed notices to stop payment, or as may be
authorized by the Contract to be further retained, or as otherwise required by law.
Neither Final Payment nor any final release of Retention shall become due until the
Contractor submits to the City:
a) an affidavit that payrolls, bills for materials and equipment, and other indebtedness
connected with the Work for which the City or the City's property might be
responsible or encumbered, less amounts withheld by the City, have been paid or
otherwise satisfied;
b) a certificate evidencing that insurance required by the Contract Documents to
remain in force after Final Payment is currently in effect and will not be canceled or
allowed to expire until at least 30-day prior written notice has been given to the City;
c) consent of Surety to Final Payment;
d) if required by the City, other data establishing payment or satisfaction of obligations,
such as receipts, releases and waivers of liens, claims, security interests or
encumbrances arising out of the Contract Documents. If a Subconsultant or
Subcontractor refuses to furnish a release or waiver required by the City, the
Contractor may furnish a bond satisfactory to the City to indemnify the City against
such lien;
e) if required in the Contract Documents, the successful completion and submittal of
the required reports such as construction demolition waste recycling and hydrostatic
discharge reports; and
f) the Contractor has completed all Work, e.g., providing required, as-built drawings,
operations manuals, test reports, UL labels, and other similar documentation as
determined by the City.
MEASUREMENT AND PAYMENT
SPECIAL PROVISIONS - SECTION 9 - PAGE 4
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
ADD: 9-3.2.1 Application for Progress Payment. By the tenth day of each month,
the Contractor shall submit to the Engineer a partial payment estimate, filled out and
signed by the Contractor, that identifies acceptable Work performed during the previous
month, or since the last partial payment estimate was submitted. If requested by the
Engineer, the Contractor shall provide such additional data as may be required to
support the payment estimate. Such data may include satisfactory evidence of
payment for equipment, materials, and labor, including payments to Subcontractors and
suppliers.
For application for progress payment, the Contractor shall use the format required by
the City. An electronic copy of the invoice form is available from the Engineer upon
request. Progress or partial payments shall not be made until the Contractor submits to
the City an updated Schedule that meets the City’s requirements. It is solely the
responsibility of the Contractor to prepare and submit the Schedule updates.
30 days after presentation of undisputed and properly submitted Application for
Payment, the amount will become due and when due will be paid by the City to the
Contractor. Any payment request that is disputed or determined to be improper will be
returned to the Contractor not later than 7 days after receipt accompanied by
documentation describing the reason(s) why the payment request is not proper.
ADD: 9-3.2.2 Amount of Progress Payments. Provided an undisputed and properly
submitted Application for Payment is received by the City, payment shall be made by
the City not later than thirtieth day after the City receives the application for Payment.
The City will pay the Contractor for Work performed through the period covered by the
application for Payment, less Retention as set forth in the Contract Documents,
provided that the payment amount before Retention will not exceed the percentage of
completion of the Work, all as set forth in the SOV.
ADD: 9-3.2.3 Waiver of Claims at Final Payment. Acceptance of Final Payment by
the Contractor shall constitute a waiver of affirmative Claims by the Contractor, except
those previously made in writing and identified as unsettled at the time of Final
Payment, which are expressly reserved by the Contractor from operation of its Release
of Claims pursuant to Public Contract Code 7100 or other Applicable Laws.
ADD: 9-3.2.4 Early Release of Subcontractor Retention. If a Subcontractor has
completed its portion of the Work, including all Punch List items, pursuant to any given
Subcontract, the Contractor may request the City to disburse the Retention allocable to
such Subcontractor, after delivering to the City acceptable releases from the
Subcontractor and consent to such disbursement from such Contractor’s Surety, in a
form reasonably satisfactory to the City. The City, at its sole discretion, may determine
that the Subcontractor's Work has been completed in accordance with the Contract
Documents, and may disburse the Subcontractor's share of Retention to the Contractor
for distribution to the Subcontractor. Regardless of whether the City has disbursed
Retention for the benefit of any Subcontractor, the 1 year warranty period with respect
to such Work shall commence at upon the filing of the NOC.
MEASUREMENT AND PAYMENT
SPECIAL PROVISIONS - SECTION 9 - PAGE 5
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
ADD: 9-3.2.5 Withholding of Payment. The City may withhold payment on account of
an Application for Payment to the extent necessary to protect the City from loss
because of:
a) Defective or incomplete Work not remedied;
b) A deductive Change Order;
c) Third Party Claims filed or reasonable evidence indicating probable filing of such
Claims;
d) Failure of the Contractor to make payments of undisputed amounts to
Subconsultants or Subcontractors for labor, materials or equipment;
e) Damage to the City or a Separate Contractor caused by the fault or neglect of the
Contractor to the extent not covered by insurance;
f) Reasonable evidence that the Work will not be completed within the Contract Time
due to Inexcusable Delay, and that the unpaid balance of the Contract Price would
not be adequate to cover Liquidated Damages for the anticipated or actual
Unexcused Delay;
g) Persistent failure of the Contractor to perform the Work in accordance with the
Contract Documents, including failure to maintain the progress of the Work in
accordance with the Construction Schedule. Persistent failure to maintain the
progress of the Work shall mean that for a period of two consecutive months
following a written notice from the Construction Manager, the Contractor fails to
correct a behind-schedule condition at a rate that would reasonably indicate that he
will finish the Project on schedule;
h) Disregard of authority of the Construction Manager of the laws of any public body
having jurisdiction; or
i) Stop payment notices, wage orders, or other withholdings required by Applicable
Law.
In addition to withholding 125% of the total of any stop payment notice received, the
City shall also apply an administrative fee of $250 for each valid stop payment notice
filed against the Contractor for failure to pay subcontractors, material suppliers or other
legally vested parties. Such administrative fee shall be applied as a credit to the City for
each and every valid stop notice filed, and shall be noted on a Change Order adjusting
the final contract payment otherwise due to the Contractor.
When all the above reasons for withholding payment are removed, payment shall be
made for amounts previously withheld. Prior to any withholding pursuant to this section,
the City will meet with the Contractor to discuss potential withholding, and attempt in
good faith to resolve such issue without the need for withholding.
MEASUREMENT AND PAYMENT
SPECIAL PROVISIONS - SECTION 9 - PAGE 6
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
9-3.3 Delivered Materials. DELETE and SUBSTITUTE with the following:
The City will not pay the Contractor for the cost of materials and equipment delivered
but not incorporated into the Work.
9-3.4 Mobilization: ADD the following:
Mobilization shall consist of labor and operations, including, but not limited to, those
necessary for the movement of personnel, equipment, supplies, and incidentals to and
from the Site; for establishment of all offices, buildings, storage yards, and other
facilities necessary for Work, and for all other work and operations which shall be
performed prior to beginning Work, and shall consist of all demobilization efforts
required after completion of Work on the various Contract items on the Site.
The Contractor shall properly design the Project parameters to incorporate construction
mobility for moving on and off the Site in a manner that limits disturbance to the
surrounding residences, businesses, and any other citizens. Specifically, this includes,
but is not limited to, the designated staging areas, loading areas, and assemblage
areas. The Contractor shall consider and address access rights of the public at all
times. The Contractor shall be required to prepare a “Mobilization Plan” that will
describe and govern the Contractor’s mobilization activities.
The complete dismantling and removal by the Contractor of all of the Contractor’s
temporary facilities, equipment, materials, construction wastes, and personnel at the
Site referred to as demobilization shall be included in mobilization.
ADD 9-3.4.2 Payment. When no such Bid item is provided, payment for Mobilization
shall be included in the various Bid items. Otherwise, payment for Mobilization will be
the lesser amount from columns B and C of Table 9-3.4.2 (A) as follows:
Table 9-3.4.2 (A)
IF A1 IS B AMOUNT IS C AMOUNT IS
05 0.2 x Mobilization Bid Item 0.02 x CONTRACT PRICE
10 0.4 x Mobilization Bid Item 0.04 x CONTRACT PRICE
20 0.5 x Mobilization Bid Item 0.05 x CONTRACT PRICE
50 0.7 x Mobilization Bid Item 0.07 x CONTRACT PRICE
70 0.8 x Mobilization Bid Item 0.08 x CONTRACT PRICE
90 0.9 x Mobilization Bid Item 0.09 x CONTRACT PRICE
1002 OR MORE 1.0 x Mobilization Bid Item 0.10 x CONTRACT PRICE
MEASUREMENT AND PAYMENT
SPECIAL PROVISIONS - SECTION 9 - PAGE 7
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Notes:
1 A is the monthly pay estimate as a % of the original Contract Price not including
amount earned for mobilization, bonds, and permits.
2 One hundred percent or more of the original Contract Price and final cleanup
operations have been satisfactorily completed.
The amount, if any, of the Bid item for mobilization in excess of 10% of the original
Contract Price may be included for payment in any partial payment estimate after filing
of the NOC in accordance with 6-8, “COMPLETION, ACCEPTANCE, AND
WARRANTY.”
The adjustment provisions of the Contract in accordance with 3-2.2, “Contract Unit
Prices” shall not apply to the lump sum Bid item for mobilization. When other Contract
items are adjusted in accordance with 3-2.2, “Contract Unit Prices” if the costs
applicable to such item of work include mobilization costs, such costs will be deemed to
have been recovered by the Contractor by payments made for mobilization, and will be
excluded for consideration in determining compensation in accordance with 3-2.2,
“Contract Unit Prices.”
ADD: 9-3.6 Field Orders. The Bid Schedule(s) may include an allowance for Field
Orders identified with a bid item described as “Field Orders.” A Field Order is a written
order by the Engineer to compensate the Contractor for items of work in accordance
with 3-3, “EXTRA WORK," or 3-4, “CHANGED CONDITIONS.” A Field Order does not
involve change in the Contract Price or Contract Time or the intent of the Contract.
Field Order items of work may be paid for in accordance with this section provided that
the cumulative total of Field Orders does not exceed the allowance identified in the
“Field Order” Bid Item.
Construction Contract Price Max. Amount for Each Field Order
Less than $100,001 $2,500
$100,001 to $250,000 $6,250
$250,001 to $500,000 $12,500
$500,001 to $750,000 $18,750
$750,001 to $1,000,000 $25,000
$1,000,001 to $1,500,000 $37,500
$1,500,001 to $2,000,000 $50,000
$2,000,001 to $2,500,000 $62,500
Greater than $2,500,000 $75,000
ADD: 9-4 WAIVER OF CLAIMS. The acceptance by the Contractor of the Final
Payment of undisputed Contract amounts shall release the City, the Engineer, and the
Design Consultant as agent of the City, from all claims and all liability to the Contractor
for all things done or furnished in connection with the Work, and every act of the City
and others relating to or arising out of the Work and related to those undisputed
amounts. No payment, however, final or otherwise, shall operate to release the
MEASUREMENT AND PAYMENT
SPECIAL PROVISIONS - SECTION 9 - PAGE 8
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
Contractor and the Surety from obligations under this contract and the Performance
Bond, Payment Bond, and other bonds and warranties as herein provided.
- END OF SECTION –
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 1
SECTION 10 -- CONSTRUCTION DETAILS
10-1 GENERAL
10-1.1 Location of the Work
The work is located on Indian Canyon Drive from Tachevah Drive to Camino Parocela;
and as further indicated on the Construction Plans. Traffic signal and street improvements
are located following intersections:
1. Indian Canyon Drive (NS) & Tachevah Drive (EW)
2. Indian Canyon Drive (NS) & Tamarisk Road (EW)
3. Indian Canyon Drive (NS) & Alejo Road (EW)
4. Indian Canyon Drive (NS) & Amado Road (EW)
5. Indian Canyon Drive (NS) & Andreas Road (EW)
6. Indian Canyon Drive (NS) & La Plaza (EW)
7. Indian Canyon Drive (NS) & Tahquitz Canyon Way (EW)
8. Indian Canyon Drive (NS) & Arenas Road (EW)
9. Indian Canyon Drive (NS) & Baristo Road (EW)
10. Indian Canyon Drive (NS) & Ramon Road (EW)
11. Indian Canon Drive (NS) & Camino Parocela (EW)
10-1.2 Order of the Work
The first order of work shall be the ordering of all materials requiring long lead-times
consistent with the requirements of Section 4-2 of these Special Provisions. The
Contractor shall order all long lead-time supplies, materials, and equipment, within 15
working days after execution of Contract.
The second order of work shall be to identify, record and sufficiently ‘tie off’ all
monuments and horizontal controls located within the limits of the work. Reference is
made to Section 2-9.1 “Permanent Survey Markers,” and Section 2-9.2 “Survey
Service,” of these Special Provisions. The Contractor is advised of the following special
requirement:
SPECIAL NOTE: This contract will require the Contractor to Establish or Re-
Establish all existing or missing record survey monuments within the area of
Work at all locations (regardless if disturbed or not by the Contractor’s work) in
accordance with City Standards 100 and 100A. Contactor is to locate, preserve,
document, record, replace, establish and/or re-establish and file corner records
for all survey monuments of record (Type A, B, and/or C) located or should be
located within the area of Work in full compliance with applicable laws. The City
has some record maps on file for public information. The City has estimated the
number of Standard Monument Type A and Standard Monument Type B based
on configuration of the street segments included in the Work, but has not
estimated the number of Standard Monument Type C. However, the estimated
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 2
number of monuments is not based on the record search. Standard Monument
Type C shall be protected in place and only re-established if destroyed by the
Work.
The second order of work will require the Contractor’s surveyor to perform
thorough record search and locate all record monuments whether existing or
missing within the area of Work and prepare a pre-construction survey of all
record monuments.
The Contractor is required to establish or re-establish all existing or mission survey
monuments of record at the completion of paving operations and protect them in
monument wells, adjusted to grade, in accordance with City Standard 100 for all record
monuments for all Standard Monuments Type A and Standard Type B. At each of the
location of Standard Monument Type A and B (existing or missing record monuments),
new Monument Hand-Hole Frame and Cover shall be replaced or installed by the
Contractor in accordance with City Standard 100.
Prior to start of any work and at the completion of the work under this Contact, Corner
Records for all record monuments (existing or missing) shall be filled with County
Surveyor in accordance with applicable laws. Pre-construction and Post-construction
records for record monument shall be provided to the City.
The Contractor is responsible for reviewing the site of Work and determining the
extent of all required Work. Reference materials that include select applicable
laws and industry association guidance as it relates to Survey Monuments are
included in the Appendix.
No final payment will be allowed until the Contractor’s Surveyor has submitted
and filed all required corner records including payment of any fees required by
Riverside County, for each survey monument of record as specified herein.
The third order of work shall be to install temporary traffic control required for the work.
The fourth order of work shall be to install initial project Storm Water Pollution
Prevention Control BMP’s.
The Contractor shall determine the sequence of work necessary to diligently pursue
completion of the work, in accordance with the Special Provisions, the approved schedule,
and all special consideration indicated in Section 10-1.3 below.
Order of work - Order of work shall conform to the Standard Specifications and these
Special Provisions.
1. Public outreach and written notification (two weeks prior to construction and
throughout construction)
2. Set up required traffic control and SWWPPCP BMPs.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 3
3. Perform potholing.
4. Set up 4’ high orange safety barrier fence and provide temporary access to
businesses. Set up custom “Business Open during Construction” (with name
of business) signs. Set up “No Parking Signs”.
5. Remove existing curb & gutter, curb ramps, sidewalk, cross gutter,
pavement, and other items listed on plans.
6. Provide temporary pedestrian access.
7. Install conduits.
8. Install curb & gutter, cross gutter, and pavement.
9. Install pull boxes and foundations.
10. Install traffic signal poles, mast arms, and traffic signal equipment.
11. Remove existing traffic signal poles, mast arms, and traffic signal equipment.
12. Install curb-o-left, curb ramps and sidewalk.
13. Remove existing signing & striping and pavement markers.
14. Apply slurry seal
15. Install signing & striping
Slurry Seal Operation shall confirm to the following order of work;
1. Set up required traffic control.
2. Grind built-up excess asphalt concrete pavement adjacent to existing concrete
surfaces where the finish surface of the asphalt concrete pavement exceeds ½” over
the adjacent concrete surface.
3. Apply weedkiller to all cracks and/or joints regardless of size (including edge of
pavement at curb) pursuant to manufacturer’s specifications.
4. Prepare, route, and clean all pavement cracks and/or joints (including edge of
pavement at curb) greater than ¼” in width.
5. Install crackfilling and joint sealant material within all pavement cracks greater than ¼”
but less than 1½” in width.
6. Install asphalt concrete within all pavement cracks greater than 1 ½” in width.
7. Remove existing traffic striping and markings as required by these specifications.
8. Perform uniform micro-milling of all existing asphalt concrete pavement.
9. Following sufficient time allowed for curing of joint sealant material in cracks (3
working days minimum), apply Rubber Polymer Modified Slurry (RPMS). Note:
the Contractor shall not schedule slurry seal operations unless and until the
Engineer has reviewed and approved all crack-filling and crack-sealing work on
the streets to be slurried. No street shall be slurried unless and until the
Engineer has reviewed and approved the surfaces for application of slurry seal.
10. Following sufficient time allowed for curing of Rubber Polymer Modified Slurry
(RPMS), install all new traffic striping, signage, and markings as required by these
specifications.
The Contractor shall determine the sequence of work necessary to diligently pursue
completion of the work, in accordance with the Special Provisions.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 4
Traffic striping and signage operations, utility adjustments, re-setting of monumentation
and all other appurtenant work that will follow paving operations are to be conducted within
two weeks following pavement placement and occur simultaneously with pavement
reconstruction and overlay operations as additional streets are paved and made available
for this work. This work shall not be consolidated as one phase of work at the completion
of all paving.
10-1.3 Special Considerations
This project requires removal and reconstruction of existing sidewalk and other
improvements located on private property. An “Agreement for Conveyance of Property”
has been executed between the City and each property owner. A copy of the agreements
is included in the Appendix; each agreement has spelled out the obligations and
conditions on construction of the project on each private property. The Contractor will be
required to closely coordinate all of its work affecting private property in accordance with
the terms of the agreement. The Contractor shall provide a community liaison in
accordance with Section 7-17 of these Special Provisions; the liaison shall be capable of
communicating in Spanish.
Property Owner Coordination – The Contractor shall inspect each property and make his
own determination as to the extent of onsite work required to remove and reconstruct
existing sidewalk. The Contractor shall prepare a photo log of all existing on-site
improvements at each property which shall be used as the basis for determining the
adequacy of the Contractor’s on-site restoration work.
Special Note: By submitting a Bid, the Contractor acknowledges that he has visited each
individual property and investigated the level of effort required to construct the required
improvements, including but not limited to removal and replacement of existing on-site
landscaping, walls or other improvements that may exist at each property.
Before any on-site work is initiated, the Contractor shall coordinate with each individual
property owner to determine access requirements, and verify the general scope of on-site
restoration work required. Forty-eight (48) hours advance notice shall be given to each
property owner prior to initiating work. Interruption of access shall be minimized to the
greatest degree possible, and shall not exceed 6 hours.
The Engineer shall review the completion of all on-site restoration work with each
property owner prior to final acceptance. Using the Contractor’s photo log of existing on-
site improvements, the Engineer shall determine if restoration meets or exceeds the
condition prior to construction. The Contractor shall be responsible to obtain the property
owner’s acceptance of all on-site restoration work.
This project requires maintaining in service the existing traffic signal and electrical system
during construction. Temporary traffic signal controls shall be installed as necessary to
maintain traffic signal operation during construction. The Contractor’s attention is directed
to Section 7-10.2.4 regarding traffic control devices.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 5
Utility Coordination – Please note it is each Contractor’s responsibility to review the
related plans, utility specifications, verify quantities and to be aware of all utility practices
and requirements. The following utility requirements are applicable to the project:
The Contractor shall notify the Engineer and the owners of all Utilities and substructures
not less than forty-eight (48) hours before starting construction. The following list of
names and telephone numbers is intended for the convenience of the Contractor and is
not guaranteed to be complete or accurate:
Agency: Southern California Edison (SCE)
Phone Number: (760) 202-4248
Contact Person: SCE Planning Supervisor
Agency: Frontier
Phone Number: (760) 778-3620
Contact Person: William Kerns
Agency: AT&T
Phone Number: (714) 666-5692
Contact Person: Yvette Martinez-Garofano
Agency: Southern CA Gas Company
Phone Number: (858) 654-8268
Contact Person: Lorena Davalos
Agency: Desert Water Agency
Phone Number: (760) 323-4971
Contact Person: Steve Johnson
Agency: Spectrum
Phone Number: (760) 674-5456
Contact Person: Anthony Lopez
10.1.4 Mobilization, Demobilization, and Final Cleanup -The lump sum bid price for
“Mobilization, Demobilization, and Final cleanup” shall include all costs associated
with any preparatory work and operations including but not limited to those necessary for
the movement of personnel, equipment, supplies and incidentals to the project site; for the
establishment of all offices, buildings and other facilities necessary for the work on this
project; insurance; bonding; required permits and fees including but not limited to the use
of construction staging area(s), coordination with utilities obtaining construction water, and
work within existing utility easements; potholing; site security; demobilization; preparation
of a project schedule; project phasing; supervision and meetings; and coordination of
concurrent work. The Contractor’s attention is directed to Section 9-3.4 regarding
Mobilization.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 6
The compensation paid for mobilization shall be included in the contract unit price bid for
mobilization and related items of work included in the Contract, and shall be full
compensation for all costs incurred by the Contractor for doing all the work involved in
mobilization as specified herein. The total lump sum cost of the mobilization line item shall
not exceed 5% of the Contractor’s bid.
10-1.5 Construction Project Identification Sign. Before any construction work is started
on this contract, the Contractor shall furnish and install Project Identification Signs at the
locations designated by the Engineer. The signs shall be in accordance with the details
contained within the Appendix of these Special Provisions. Refer to Section 7-10.7
“Temporary Project Signs” of the Special Provisions for further requirements.
The signs shall be kept clean and in good repair by the Contractor.
Upon completion of the work, the signs shall be removed and shall become the property of
the Contractor.
The furnishing and installing of Special Signing shall conform to the provisions of Section
56-2 of the State Standard Specifications and these Special Provisions.
The Contractor shall furnish and install Construction Project Identification or Funding
Awareness Signing at the locations designated by the Engineer in accordance with the
State Standard Plans and these Special Provisions. The signs shall be single-sided and
the size of the sign will be based on what is being placed on the sign, constructed out of
MDO and Vinyl, with lettering in conformance with State Standard Plans. These signs will
be in addition to any signs required for traffic control and will be specified by the Engineer
as-needed during construction. They shall assumed to be 4’ high by 8’ wide.
Special Signing shall be measured and paid for at the contract unit price per each and
shall include full compensation for all labor, materials, tools, and equipment and for doing
all work involved in furnishing and placing the signs per the Engineer and no additional
compensation will be allowed. Signs will be placed on wooden post(s).
10-2 TRAFFIC CONTROL
10-2.1 Maintaining Traffic – Attention is directed to Sections 7-10, "Public Convenience
and Safety," of the Standard Specifications, and Section 7-10.2 “Work Area Traffic
Control” of these Special Provisions.
10-2.2 Field Operations – The Engineer retains the authority to initiate field changes in
traffic control to ensure public safety and minimize traffic disruptions. The Contractor
shall maintain all traffic control devices in proper working condition 24 hours a day,
7 days a week for the duration of the Work, regardless of whether the subject traffic
control devices were originally included in the Contract or were added at the discretion of
the Engineer. All traffic control devices shall be removed from view and non-operational
when not in use.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 7
10-2.3 Construction Signing, Lighting and Barricading -- Construction signing, lighting
and barricading shall be provided on all projects as required by City Standards or as
directed by the City Engineer. As a minimum, all construction signing, lighting and
barricading shall be in accordance with Part 6 “Temporary Traffic Control” of the 2014
California Manual on Uniform Traffic Control Devices (MUTCD) for Streets and
Highways. Part 6 of the California MUTCD is available on line at:
http://www.dot.ca.gov/trafficops/camutcd/docs/2014r3/CAMUTCD2014-Part6_rev3.pdf
All signs, barricades and other temporary traffic control devices required for the work shall
be indicated on and be an integral part of the Traffic Control Plan submitted to and
approved by the Engineer.
10-2.4 Traffic Control Plans – The Contractor shall be required to submit Traffic Control
Plans, prepared by a California registered civil engineer, for review and approval by the
City Engineer. The Traffic Control Plans for the first phase of work shall be submitted to
the Engineer for review at the Pre-Construction Conference. All traffic control used for this
project shall be in accordance with the approved Traffic Control Plans.
10-2.5 Temporary No Parking Signs – Temporary No Parking signs shall be posted at
least 24 hours, but no more than 48 hours in advance of the work. The signs shall be
placed no more than 100 feet apart on each side of the street and at shorter intervals if
conditions warrant. The Contractor shall provide the signs and will be responsible for
adding the dates and hours of closure to the signs. Removal of signs and furnishing and
placing of barricades, if necessary, for posting of signs shall be provided by the Contractor.
All signs shall be removed within 24 hours after the effective date.
10-2.6 Notices to Property Owners or Businesses - The Contractor shall notify the
property owners or occupants of affected properties with a written notification a
minimum of 5 working days prior to the beginning of any construction activities. This
first notification shall provide a general description of the work, approximate timelines
for completion and the Contractor’s contact information including a project specific
phone number with voicemail capabilities. Notifications shall be written in an
informative tone that will convey to the reader an understanding of what work is to come
and what can be expected during the construction period.
Five (5) working days prior to commencing sidewalk and curb ramp removals, the
Contractor shall provide a second notification indicating the dates that sidewalk and
curb ramp removal will commence and a best estimate of when the sidewalk and curb
ramps will be re-constructed. The second notification shall make reference to any
additional work that will take place following sidewalk and curb ramp construction, such
as the reconstruction of traffic signal, placement of striping and markings and
adjustments of utilities to grade, and shall provide general timelines for the completion
for these remaining work items.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 8
Said notices shall be prepared and submitted to the Engineer for approval prior to
notifying property owners or occupants of affected properties. Notifications are to be
prepared by the Contractor in the form of a ‘card stock’ door hanger and are to be hand
delivered to affected properties.
10-2.7 Traffic Disruptions – For all road closures, road detours, lane closures, and all
night operations, the Contractor shall obtain written approval from the Engineer a minimum
of 2 working days prior to the commencement of the Work. All warning signs shall be
manufactured with high intensity faces and legends, and shall be placed at least 7
calendar days prior to the commencement of construction. All work done on major and
secondary thoroughfares shall utilize solar powered flashing arrow boards, and all signs
shall remain in place during nighttime hours. Any of the Contractor's work that may disrupt
normal traffic signal operation shall be coordinated with the Engineer a minimum of 2
working days prior to the commencement of the Work.
10-2.8 Travel Lanes – In public streets, during working hours, the Contractor shall
maintain not less than one lane of traffic open in each direction at all times. At night and
during non-working hours, the Contractor shall leave the work site in a safe condition and
allow for the full use of two lanes of traffic. No road closure will be permitted.
Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses
that may be affected. Payment for this work shall be included in the lump sum bid item
price for “Temporary Traffic Control,” or shall be considered as included in the various
bid items in the Bid Schedule, and no additional compensation will be allowed therefore.
10-2.9 Detours – The Contractor shall provide, install, and remove any detours for the
routing of vehicular and pedestrian traffic as shown on the approved Traffic Control Plans,
as specified in the Special Provisions, or as directed by the Engineer. Payment for such
work shall be included in the lump sum bid, and no additional compensation will be
allowed therefore.
10-2.10 Traffic Access and Control – The Contractor shall provide and maintain all
necessary traffic control to protect and guide traffic around all work in the construction
zone, including solar-powered arrow boards. All traffic controls shall be clearly posted with
signs prior to the commencement of the Work. All traffic restrictions listed herein shall
supplement any other traffic control requirements of the City, and are not intended to
replace any part of these requirements. Local access shall be maintained to all properties
fronting the Work at all times.
SPECIAL NOTE: The Contractor shall maintain the existing traffic signal and electrical
system in operation during modification of the traffic signal. Appropriate temporary
controls shall be installed as necessary. Refer to Section 7-10.2.4 of the Special
Provisions.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 9
10-2.11 Parking and Access – Access shall be maintained to all driveways within the
construction zone, unless other prior arrangements have been made with the Engineer
and the affected property owner.
10-2.12 Pedestrians – The Contractor shall erect signs and barricades to direct
pedestrians through or around the construction zone. The Contractor shall erect 4’ high
orange safety fence around work zone protect pedestrians. Payment for installation of
pedestrian signs, barricades, and safety fence shall be included in the lump sum bid item
price for “Temporary Traffic Control,” or shall be considered as included in the various
bid items in the Bid Schedule, and no additional compensation will be allowed therefore.
10-2.13 Public Safety During Non-Working Hours – Notwithstanding the Contractor's
primary responsibility for safety at the site of the Work when the Contractor is not present,
the Engineer, at his option, after attempting to contact the Contractor, may direct City
forces to perform any functions he may deem necessary to ensure public safety at or in
the vicinity of the site of the Work. If such procedures are implemented, the Contractor
shall be responsible for all expenses incurred by the City.
10-2. 14 Portable Changeable Message Signs - The furnishing and installing of Portable
Changeable Message Signs (PCMS) shall conform to the provisions of Section 12-3.12
Portable Changeable Message Signs of the State Standard Specifications and these
Special Provisions.
The Contractor shall provide six (6) Portable Changeable Message Signs that are capable
of providing three (3) lines of text on each frame, and capable of providing three (3) frames
per PCMS and shall have been manufactured within the past 24-months. These shall be in
use from two weeks prior to beginning of construction and to the end of construction. The
City will supply the wording of the message to be installed by the Contractor.
The signs shall be relocated with new wording as-needed for construction. For bidding
purposes, assume each sign will need to be relocated and wording changed on average
every four (4) weeks. These shall not be incorporated into the Contractor’s temporary
traffic control.
Portable Changeable Message Signs shall be measured and paid for at the contract unit
price per each and shall include full compensation for all labor, materials, tools, and
equipment and for doing all work involved in furnishing and placing the signs per the
Engineer and no additional compensation will be allowed.
10-2.14 Measurement and Payment – Measurement for payment for traffic control will be
based upon the completion of all planning, design, engineering, furnishing all materials,
and construction, and maintenance and removal, of all temporary traffic control measures
as a lump sum item, complete, as required under the provisions of any permits, and in
accordance with the Standard Specifications and these Special Provisions.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 10
Payment for all work associated with temporary traffic control measures and notices to
property owners or businesses shall be made at the lump sum bid item price for
“Temporary Traffic Control,” or shall be considered as included in the various bid items
in the Bid Schedule, and no additional compensation will be allowed therefore.
10-4 REMOVALS
10-4.1 Clearing and Grubbing – All clearing and grubbing shall conform to Sections 300-
1.1, 300-1.2, 300-1.3, and 300-1.4 of the Standard Specifications, except as otherwise
specified herein. Clearing and grubbing and miscellaneous removals shall consist of
removing all existing objectionable natural materials and existing improvements in the area
of the proposed Work (not called out on plans but required to construct proposed
improvements) to the satisfaction of the Engineer. Said objectionable materials shall be
hauled away and properly disposed of. Clearing, grubbing and miscellaneous removals
shall specifically include removal of existing PCC or AC improvements, any landscaping
(including all trees, stumps, bushes, shrubs, turf, etc.), removal and relocation of existing
irrigation systems, removal of any miscellaneous improvements within the existing right-of-
way, as well as all other miscellaneous improvements as shown and indicated on the
plans, but not separately paid for in the Bid Schedule(s) or not individually specified in
these Special Provisions.
Payment for Clearing and Grubbing shall be considered as included in the lump sum bid
item price paid for “Clearing, Grubbing, and Removals,” and no additional compensation
shall be allowed therefore. Payment shall constitute full compensation for all equipment,
materials, and labor necessary for complete clearing and grubbing of the entire work area,
removal of miscellaneous items not separately paid for, and no additional compensation
will be allowed therefore.
Payment for Clearing and Grubbing shall be considered shall be considered as included in
the various bid items, and no additional payment will be allowed therefore.
Special Note: Payment for clearing, grubbing and miscellaneous removals (including
irrigation system modifications), relocations or adjustments not specifically identified on the
Plans, not specifically designated in these Special Provisions or separately paid for in the
Bid Schedule(s), shall be considered as included in the various bid items of work, and no
additional compensation shall be allowed therefore. The Contractor shall be required to
adequately and completely remove any and all existing improvements within the limits of
the Work, as necessary to construct the required improvements. The Contractor is
advised that the Work will require removal and relocation of existing on-site private
irrigation systems; all irrigation systems shall be modified to accommodate the new
sidewalk improvements, subject to the property owner’s approval. Irrigation systems in
conflict with the proposed improvements that are removed, damaged, disturbed, or broken
shall be modified, repaired, and/or replaced to be operable and provide full irrigation
coverage to the areas requiring irrigation using new materials, equal or better than the
original materials, with 3/4 inch Schedule 40 PVC being the minimum acceptable for risers
and with the systems not being out of operation for more than two (2) days.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 11
10-3.2 Existing Facilities – It shall be the Contractor's responsibility to protect all existing
improvements not designated for removal. Should the Contractor anticipate removal of
any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, hedges,
oleanders, fences, walls, signs, water valves, irrigation system components and
associated electrical service, etc., that is not identified on the Plans for removal, repair and
replacement shall be at least equal to the existing improvements prior to such damage, all
in accordance with requirements of the Contract Documents.
The Contractor shall be responsible for any and all damage done to existing property and
adjacent properties during all construction work under this contract, and the Contractor, at
its expense, shall make any repairs that result from its operations, to the approval of the
Engineer and the subject property owner.
Damaged or removed traffic striping shall be replaced by the Contractor with permanent
striping within 24 hours of damage or removal, or replaced with temporary striping at the
discretion of the Engineer.
10-3.3 Rights of Way – The Contractor shall not do any work that would affect any oil,
gas, sewer, or water pipeline; any telephone, television, telegraph, or electric transmission
line or cable; any fence; or any other structure, nor shall the Contractor enter upon the
rights-of-way involved until notified by the Engineer that the City has secured authority
therefore from the proper party. After authority has been obtained, the Contractor shall
give said party due notice of its intention to begin work, and shall give said party
convenient access and every facility for removing, shoring, supporting, or otherwise
protecting such improvements and for replacing same.
Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or
other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm
drain lines, poles, and overhead power and communication wires and cables encountered
along the line of the Work shall remain continuously in service during all the operations
under the Contract, unless other arrangements satisfactory to the Engineer are made with
the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or
cable. The Contractor shall be responsible for and shall repair all damage due to its
operations, and the provisions of this Section shall not be abated even in the event such
damage occurs after backfilling or is not discovered until after completion of the backfilling.
10-3.4 Remove Existing Asphalt Concrete Pavement and Base Material – Asphalt
concrete pavement to be completely removed shall be removed by saw-cutting or grinding
as shown on the plans. All edges of removal areas shall be clean and unbroken, and flush
with existing surfaces. Removal limits shown on the plan are minimum removal areas to
provide minimum clearance to all future concrete improvements. All removal areas shall
be completely cleared of all objectionable materials.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 12
Asphalt concrete pavement to be ground down, or cold milled, a variable or uniform depth,
shall be performed in accordance with Section 302-1 “Cold Milling of Existing Pavement,”
of the Standard Specifications and as further specified herein:
The cold milling machine shall be specifically designed for automatically controlled
profiling. The automatic controls shall provide for accurately establishing profile grades
at each edge of the machine by referencing from the existing pavement or an
independent grade reference, where required, or be capable of automatically
maintaining a designated cross slope from a single reference.
The machine shall be self-propelled and shall have sufficient power, traction and
stability to maintain an accurate depth of cut. The machine shall also be equipped with
means to effectively control dust generated by the cutting operation.
The existing asphalt concrete pavement shall be milled as shown on the Plans.
Following planning, temporary asphalt cold patch shall be placed at edges of all cuts in
the planed area adjacent to the travelled way. The patch shall be ramped at 1:30 to
better allow vehicles to cross the transition. This shall be a temporary measure and
shall be removed immediately prior to place the asphalt concrete surface course.
Immediately following the milling process the Contractor shall have all milled material
removed from the job site and disposed of. The milled section shall be cleaned of all
loose material. Power-brooming shall be supplemented by handbrooming when
necessary, until the surface is free of deleterious material. Pavement surfaces shall be
swept immediately after the cold milling operation has been completed. Pavement
shall not be washed to the extent that debris may enter the storm drain system. All
streets, gutters and local depression areas of catch basins shall be kept free of dirt,
rocks or other debris at all times. During cold milling operations all catch basin inlets
shall be covered with a fabric which will allow the passage of water but will not allow
debris to enter storm drain.
Temporary pavement markings shall be provided on all cold milled surfaces to be
opened to traffic.
The longitudinal surface deviation of the finished cold milled surface shall not exceed
¼” inch in 10 feet.
Hand-operated cold milling equipment may be required in areas not accessible to self-
propelled machinery.
Temporary Transition Ramps. - Where cold milling is done normal to traffic, the header
cuts shall be filled with temporary asphalt concrete to form a ramp in the header cut at
least 5 feet wide, after the cold milling, before the street is opened to traffic. This
temporary ramp shall be removed prior to placement of the overlay.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 13
Some streets scheduled for grind and overlay may contain raised areas generally referred
to as a ‘quarter crown’. These raised areas are typically caused by past pavement
overlays where only edge grinding was performed. It is the intent of this contract to
eliminate or minimize to the extent possible any quarter crowns in order to provide a
constant cross fall of the street grade as referenced on the Cross Section Detail titled “2”
Cold Mill and AC Pavement Overlay” included in the Appendix of these Special Provisions.
The elimination of quarter crowns may require additional cold milling (as necessary), to
achieve a constant cross fall. The Contractor shall investigate streets scheduled for grind
and overlay and determine the extent of additional cold milling is necessary (if any), to
achieve the desired result. No additional payment will be made for the elimination of any
quarter crown. The cost for removal of quarter crowns (if present), shall be included in the
price bid per square foot for cold-milling of existing asphalt concrete pavement.
The contractor shall remove and dispose existing base material as shown on the plans to
construct proposed improvements.
Payment for asphalt concrete pavement removals shall be made at the unit price bid per
square foot for “Remove Existing Pavement and Base Material” and shall constitute full
compensation for all equipment, materials, and labor necessary for the removal and
disposal of asphalt concrete pavement surfaces and berms, and no additional
compensation will be allowed therefore.
Payment for grinding existing asphalt concrete pavement will be made at the unit price bid
per square foot for “Grinding Existing AC Pavement,” and shall constitute full
compensation for all equipment, materials, and labor necessary for the removal and
disposal of asphalt concrete pavement surfaces removed by grinding, including placement
and removal of temporary asphalt concrete ramps, temporary traffic striping, and no
additional compensation will be allowed therefore. There shall be no separate
measurement and payment made for asphalt grinding for item “Remove Existing
Pavement and Base Material” and it shall be considered included in the item.
10-3.5 Remove and Dispose Existing Concrete Curb and Gutter – All concrete curb
and gutter shall be removed such that construction joints to new concrete improvements
are clean and straight.
Payment for concrete curb and gutter removals shall be made at the unit price bid per
linear foot for “Remove and Dispose Existing Curb & Gutter,” and shall constitute full
compensation for all equipment, materials, and labor necessary for the removal and
disposal of concrete curb and gutter, and no additional compensation will be allowed
therefore.
10-3.6 Remove and Dispose Existing P.C.C. Improvements – Concrete sidewalk,
including access (handicap) ramps, concrete curb returns, spandrels and cross gutters,
driveway approaches, and other concrete surfacing shall be removed at locations as
indicated on the plans, to neatly sawed edges with saw-cuts made to a minimum depth of
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 14
one-half the thickness of the concrete. Concrete surfaces to be removed shall be neatly
sawed such that construction joints to new concrete improvements are clean and straight.
Payment for concrete pavement removals shall be made at the unit price bid per square
foot for “Remove and Dispose Existing P.C.C. Improvements,” and shall constitute full
compensation for all equipment, materials, and labor necessary for the removal and
disposal of concrete improvements and no additional compensation will be allowed
therefore.
10-3.7 Remove Existing A.C. Dike – All A.C. Dike shall be removed such that
construction joints to new improvements are clean and straight.
Payment for A.C. Dike removals shall be made at the unit price bid per linear foot for
“Remove and Dispose A.C. Dike,” and shall constitute full compensation for all
equipment, materials, and labor necessary for the removal and disposal of A.C. Dike, and
no additional compensation will be allowed therefore.
10-3.8 Remove Existing Median Curb – Remove Existing Median shall include removal
of the existing curb to a smooth line at the line and grade indicated on the approved plans
including sawcutting, jack hammering, and other means to break the curb into easily
removable sections. Contractor shall remove curb to the nearest expansion joint or to a
predetermined location approved by the Engineer. Remove Existing Median Curb also
includes haul off and disposal of the curb and gutter to an approved land fill location.
The contract price paid for “Remove Existing Median Curb” (linear feet) shall include full
compensation for furnishing all labor, materials, tools, equipment, and incidentals and for
doing all the work involved in Remove Existing Median Curb, complete in place, as shown
on the plans, as specified in the Standard Specifications for Public Works Construction
and these Special Provisions, and as directed by the Engineer for this item to be
completed-in-place with no additional compensation allowed.
10-3.9 Remove Existing Bollards – Existing Bollards where indicated on the plans shall
be completely removed and disposed to the satisfaction of the Engineer.
Payment for existing bollards removals shall be made at the unit price bid per each for
“Remove Existing Bollards,” and shall constitute full compensation for all equipment,
materials, and labor necessary for the removal and disposal of bollards and concrete
foundations, where indicated on the plans.
10-3.10 Remove Existing Nuisance Water Drain and Cap Existing 8” HDPE Storm
Drain Pipe – Existing nuisance water drain shall be completely removed and disposed to
the satisfaction of the Engineer. The Contractor shall cap existing 8” HDPE storm drain
pipe.
Payment for removal of existing nuisance water drain and cap existing 8” HDPE Storm
Drain Pipe shall be made at the unit lump sum price bid per each for “Remove Existing
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 15
Nuisance Water Drain and Cap Existing 8” HDPE Storm Drain Pipe,” and shall
constitute full compensation for all equipment, materials, and labor necessary for the
removal and disposal of drain, where indicated on the plans.
10-3.11 Remove and Re-Install Existing Concrete Trash Container – Existing
Concrete benches shall be removed and re-install after the construction as directed by the
City.
Payment for Remove of and Re-install Existing Concrete Trash Container shall be made at
the unit price bid per each for “Remove and Re-Install Existing Concrete Trash
Container,” and shall constitute full compensation for all equipment, materials, transport,
and labor necessary.
10-3.12 Remove Existing Landscaping, Hardscape, and Irrigation - The Contractor
shall remove landscape, hardscape, and irrigation as shown on plans. Removal of
landscape, hardscape, and irrigation complete in place shall be considered as included in
the square foot bid price for “Remove Existing Landscape, Hardscape, and Irrigation”
and shall include full compensation for furnishing all labor, materials, tools, equipment,
earthwork, and incidentals and for doing all the work involved and no additional
compensation will be allowed therefor. The Contractor shall remove and dispose trees,
cobbles, boulders, pavers, lighting, and other items as directed by Engineer.
10-3.13 Remove Existing Pavers – Remove existing paver shall include removal and
disposal of pavers to a joint line closest to the construction limits indicated on the approved
plans. Contractor shall remove pavers to the nearest joint or to a predetermined location
approved by the Engineer. Remove Existing Pavers also includes haul off and disposal of
the pavers to an approved land fill location.
The contract price paid for “Remove Existing Pavers” (square feet) shall include full
compensation for furnishing all labor, materials, tools, equipment, and incidentals and for
doing all the work involved in Remove Existing Pavers, complete in place, as shown on
the plans, as specified in the Standard Specifications for Public Works Construction and
these Special Provisions, and as directed by the Engineer for this item to be completed-in-
place with no additional compensation allowed.
10-3.14 Adjust Existing Water Valve to Grade – Adjust existing water valve to grade hall
include all work necessary to adjust the water valve box from its current location to the final
location and grade shown on the plans and in accordance with Desert Water Authority
(DWA) standard plans and specifications and these specifications.
Adjust Water Valve Cover to Final Grade shall include excavation and backfill, and
adjusting the water valve box to final grade elevations in accordance with DWA standards.
Work also includes coordination with DWA for the completion of the work.
The contract unit price paid for “Adjust Water Valve Cover to Final Grade Per DWA
STD. DWG W111A” shall include the per each price to include full compensation for
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 16
furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work
involved in adjusting the water valve to grade, complete in place, as shown on the plans,
as specified in the Standard Specifications and these special provisions, and as directed
by the Engineer with no additional compensation allowed.
10-3.15 Adjust Existing Water Meter to Grade – At the existing water meter assemblies
within or partially within the footprint of proposed new sidewalk, the Contractor shall
remove existing water meter box and valve box and install new water meter box with lid
and valve box, adjust to grade and install expansion joints and sealant per detail shown on
the Plans, Standard Specifications, Desert Water Agency Standards and Specifications
and these Special Provisions. Measurement and Payment for Bid Item “REMOVE
EXISTING WATER METER BOX & VALVE BOX, INSTALL NEW WATER METER BOX WITH
LID & VALVE BOX AND INSTALL EXPANSION JOINTS AND SELANT” shall be by Each
and shall include full compensation for all material, labor, plant, equipment and
coordination with and approval of DWA and no additional compensation will be allowed
therefor.
10-3.16 Adjust Existing Sewer Manhole to Grade – Adjust Sanitary Sewer Manhole to
Final Grade shall include all work necessary to adjust the sanitary sewer manhole from its
current location to the final location and grade shown per the plans and specifications,
these specifications, and City of Palm Springs Standard Drawing No. 402.
Adjust Sanitary Sewer Manhole to Final Grade shall include excavation and backfill, and
adjusting the sanitary sewer manhole to final grade elevations in accordance with City of
Palm Springs standards.
The contract unit price paid for “Adjust Sanitary Sewer Manhole to Final Grade Per
City of Palm Springs Standard Drawing No. 402” shall include the per each price to
include full compensation for furnishing all labor, materials, tools, equipment, and
incidentals, and for doing all the work involved in adjusting the manhole, complete in place,
as shown on the plans, as specified in the Standard Specifications and these special
provisions, and as directed by the Engineer with no additional compensation allowed
10-4 EARTHWORK
10-4.1 General Excavation Requirements – Pipe Excavation shall be performed in
accordance with Section 306 of the Standard Specifications except as otherwise modified
herein. All other excavation shall be performed in accordance with Section 300-2 of the
Standard Specifications. Access to trenches shall be provided in accordance with Section
306-1.1.4 and the manner of bracing excavations shall be provided in accordance with
Section 306-1.1.6 of the Standard Specifications.
Excavation shall be kept to the minimum widths required for efficient placing of the pipe or
structure and the construction of the various other concrete structures. The maximum
length of open trench shall be in conformance with Section 306-1.1.2 of the Standard
Specifications as further amended herein.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 17
In excavating for surfaces against which concrete is to be placed, care shall be exercised
in removing the final lift. Upon completion of excavation for structures and pipe, surfaces
against which concrete is to be placed shall be free of debris, mud or ponded water.
Material which will not provide a suitable foundation shall be removed and replaced with
compacted select material as directed by the Engineer.
Any over-excavation shall be filled with select material compacted to ninety (90) percent
relative compaction and meeting the material requirements for backfill.
Slides and materials eroding into the work shall be removed by the Contractor and the
slopes and grades refinished to original grades as specified.
The Contractor shall legally dispose of all surplus excavated material offsite.
10-4.2 Pipe/Conduit Excavation – Pipe or conduit excavation includes the removal of all
material including asphalt, aggregate base, and concrete from within the excavation limits
as required for the construction and installation of the pipe or conduit as shown on the
Drawings, and the disposal of all surplus material. All asphalt concrete pavement and
Portland cement concrete shall be sawcut unless otherwise specified. Conduit excavation
shall be completed in accordance with Section 306 of the Standard Specifications as
modified herein:
306-1.1.1 General. The third paragraph of Subsection 306-1.1.1 of the Standard
Specifications is hereby deleted and replaced with the following:
Excavation shall include the removal of all excess excavated materials and all
water and materials of any nature which interfere with the construction work.
All tunneling shall be backfilled with 1-1/2 sack slurry. Removal and
replacement of curb or curb and gutter shall be minimum 8 feet in length and
shall span to any existing crack or joint within 8 feet of the minimum length
span. If joins between existing and replaced spans are made with a dowel
epoxied in place or with an epoxy joint, then the existing adjacent minimum
length to crack or joint may be reduced to 3 feet.
When the actual elevation or position of any existing pipe, conduit, or other
underground appurtenances cannot be determined without excavation, the
Contractor shall excavate and expose the existing improvement at the location
shown on the Plans. Such excavation shall be considered as part of the
excavation necessary for the work.
The Engineer shall be given the opportunity to inspect the existing improvement
when it is exposed. Any adjustments in line or grade which may be necessary to
accomplish the intent of the Plans shall be made.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 18
Contractor shall excavate and expose the existing improvements (potholes) at
the locations as marked on the ground and any other locations deemed
necessary by the Engineer. Such excavation shall be performed as a separate
independent operation prior to start of any of the construction for the project.
All cost of mobilization for potholing as such a separate operation shall be
included in the prices bid for pipe construction.
Pothole for utilities indicated on the plans or in specifications or locations
selected by the agency shall be considered as part of the excavation
necessary for the work, and no additional compensation will be made therefore.
The Engineer shall be given the opportunity to inspect the existing improvement
when it is exposed. Any adjustments in line or grade, which may be necessary
to accomplish the intent of the Plans, shall be made. Mobilization for the
remainder of project construction shall be performed only after Engineer
provides necessary design adjustments.
306-1.1.2 Maximum Length of Open Trench. The first sentence of the first
paragraph of Subsection 306-1.1.2 of the Standard Specifications is hereby
deleted and replaced with the following:
Except by permission of the Engineer, the maximum length of open trench where
prefabricated pipe is used shall be the distance necessary to accommodate the
amount of pipe installed in a single day. All trenches shall be backfilled or
covered with steel traffic plates at the end of each working day. Contractor shall
remove all barricades and open all lanes to through traffic at the end of each
work day.
306-1.1.3 Maximum and Minimum Width of Trench. The last two paragraphs of
Subsection 306-1.1.3 of the Standard Specifications are hereby deleted.
306-1.1.5 Removal and Replacement of Surface Improvements. The text of
Subsection 306-1.1.5 of the Standard Specifications is hereby deleted and
replaced with the following:
Bituminous pavement removed in connection with construction shall be
removed in accordance with Subsection 300-2 of the Standard Specifications
and these Special Provisions and reconstructed in accordance with Section 302
or Subsection 303-5 of the Standard Specifications.
Excavation for pipe, fittings, and appurtenances shall be in open trench to the line and
grade as required to comply with minimum depth requirements of the respective utility
owner. The trench bottom shall be graded to provide a smooth, firm, moist and stable
foundation. All rock shall be removed to a depth of six inches (6”) below the bottom of the
pipe.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 19
Payment – No quantities for pipe excavation have been estimated for this project. It is the
Contractor’s responsibility to estimate all required earthwork, and to include the cost
associated therewith in the Bid. Measurement and payment for all pipe excavation shall
be considered as included in the various bid items of work, and no additional
compensation will be made therefore.
No quantities for conduit excavation have been estimated for this project. It is the
Contractor’s responsibility to estimate all required earthwork, and to include the cost
associated therewith in the Bid. Measurement and payment for all conduit excavation
shall be considered as included in the lump sum price for traffic signal modification for
each intersection, and no additional compensation will be made therefore.
10-4.3 General Backfill Requirements –
Backfill for pipe shall conform to Section 306-1.3 of the Standard Specifications except as
may be modified herein.
No backfill materials shall be placed against the outside walls of cast-in-place concrete
structures until the concrete has developed eighty (80) percent of its design strength. No
fill or traffic will be permitted on the top of any cast-in-place structure until the structure has
attained its design strength. Compressive strength will be determined by test cylinders
taken by the Engineer.
Regardless of the method of densification, backfill material shall not be placed against any
reinforced concrete structure until the structure has been inspected and approved for
backfilling by the Engineer.
Densification of backfill shall be accomplished by either mechanical methods or water
densification methods as described in (1) and (2) below. All relative compaction tests will
be made by the Engineer in conformance with California Test 216. Whenever relative
compaction is specified to be determined by California Test 216, the in-place density will
be determined by mechanical compaction. Backfill shall be mechanically compacted by
means of tamping rollers, or other mechanical tampers. Impact-type pavement breakers
(stompers), will not be permitted unless otherwise approved by the Engineer.
All backfill material for structures shall be placed in horizontal, uniform layers and shall be
brought up uniformly on each side of the structure. The thickness of each layer of backfill
shall not exceed 8-inches before compaction unless otherwise approved by the Engineer.
Approval to use specific methods and compaction equipment shall not be construed as
guaranteeing or implying that the use of such methods and equipment will not result in
damage to adjacent ground, existing improvements, or improvements installed under the
contract, nor shall it be construed as guaranteeing proper compaction. The Contractor
shall make his own determination in this regard.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 20
All backfill and bedding shall be compacted to not less than ninety (90) percent relative
compaction. Where such material is placed under existing paved roadways, the top 3 feet,
measured from the finished paving, shall be compacted to ninety-five (95) percent.
Trench bottoms for structures and pipe shall be graded to provide firm and uniform bearing
throughout the entire length of the structures and pipe.
Backfill material placed above the bedding shall consist of either select material from the
excavation, or imported material, as approved by the Engineer.
Payment – No quantities for pipe backfill or unclassified fill has been estimated for this
project. It is the Contractor’s responsibility to estimate all required earthwork, and to
include the cost associated therewith in the Bid. Measurement and payment for all backfill
shall be considered as included in the various bid items of work associated with the
various excavations, and no additional compensation will be made therefore.
No quantities for conduit backfill have been estimated for this project. It is the Contractor’s
responsibility to estimate all required backfill, and to include the cost associated therewith
in the Bid. Measurement and payment for all conduit backfill shall be considered as
included in the lump sum price for traffic signal modification for each intersection, and no
additional compensation will be made therefore.
10-4.4 Unclassified Excavation – Unclassified excavation shall consist of all excavation
unless separately designated.
The text of Subsection 300-2.7 of the Standard Specifications is hereby deleted and
replaced with the following:
Selected materials encountered in the excavations within the limits of the Work that
conform to the Standard Specifications for base material, trench bedding, backfill,
topsoil, or other specified materials shall be used as shown on the Plans, in the
Special Provisions, or as directed by the Engineer. Topsoil excavated may be
considered only for the purpose of backfilling areas to be planted.
There shall be no measurement for unclassified fill; the Contractor is responsible for
determining the required volume of earthwork necessary to complete the Work. Payment
for unclassified fill shall be considered as included in the various bid items of work, and no
additional compensation will be allowed therefore.
10-5 SUBGRADE PREPARATION
10-5.1 Subgrade Preparation – Preparation of subgrade shall conform to Section 301-1.2
of the Standard Specifications. The top 12 inches of subgrade material shall be
compacted to a relative compaction of 95 percent.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 21
10-5.2 Grade Tolerance – Immediately prior to placing subsequent layers of material
thereon, the grading plane, at any point, shall not vary more than 0.05 feet above or below
the grade established on the Plans.
10-5.3 Watering – Water for use in subgrade preparation shall be potable. Water shall be
applied to compact soil, subgrade, base, and surfacing material through the use of a
watering truck which shall spray water uniformly. No chemical additives shall be used
during the water application process.
10-5.4 Payment – Payment for preparation of subgrade shall be considered as included in
the lump sum bid, and no additional compensation will be made therefore.
10-6 AGGREGATE BASE
10-6.1 Material – All base material shall be crushed aggregate base that has been
imported to the site. Base material shall conform to the aggregate grading requirements in
accordance with Section 200-2.2.2 of the Standard Specifications. Preparation of all base
material shall conform to Section 301-2 “Untreated Base,” of the Standard Specifications.
10-6.3 Payment – Payment for aggregate base material shall be made at the unit price bid
per ton for “Aggregate Base,” and shall include full compensation for construction of
aggregate base including all material, labor, plant, equipment, furnishing all transportation,
hauling, spreading, compacting, and protecting, complete in place, and preparation of
subgrade, in accordance with the Standard Specifications and these Special Provisions.
Deducted water weight shall not be paid.
10-7 ASPHALT CONCRETE GRINDING
10-7.1 Grind Existing Asphalt Concrete Pavement (Min 1.5”) – The Contactor shall
grind (cold plane) existing pavement minimum 1.5” as shown on plans.
Prior to pavement resurfacing, the Contractor shall grind the existing asphalt concrete
pavement as shown on plans. Such work shall include, but not be limited to, edges of
gutters, cross-gutters, spandrels, edges of concrete paving or edges of decorative
concrete pavers. The Contractor shall grind to a depth such that the elevation of the
finished surface is equal to the elevation of the adjacent concrete surface. The Contractor
shall not allow the elevation of the asphalt concrete pavement surface to be higher or
lower than the adjacent concrete surface at the completion of the work.
10-7.2 Payment. – Payment for “Grind Existing Asphalt Concrete Pavement (1.5”),
shall be made at the unit price per square feet and shall include all compensation for
furnishing all labor, materials, tools, equipment, cleaning and sweeping, and incidentals,
and for doing all work involved in grinding of the asphalt concrete pavement and disposal
of resulting materials, as specified in these Special Provisions and as directed by the
Engineer.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 22
10-8 CRACK SEALING
10-81 Description - The work shall consist of the preparation of cracks and placement of
hot asphalt-rubber sealant material in all transverse, longitudinal, block and/or reflective
pavement cracks, and pavement joints (including edge of pavement at curb face or edge
of gutter) greater than ¼” in width but less than 1½” in width prior to routing. Cracks 1½”
and wider shall be cleaned and filled with asphalt concrete material in accordance with
Section 10-8 “Crack Filling” of these special provisions. The Contractor will be required
to thoroughly complete preparation of all cracks at least ¼” in width no matter the number
of or how widespread the existing cracks extend across the asphalt pavement, to the
satisfaction of the Engineer, prior to scheduling subsequent pavement resurfacing.
Special Note: Prior to crack sealing, weed killer shall be applied to all cracks and joints,
regardless of size. Traffic control must be set up and parked vehicles removed from all
streets as preparation of streets for pavement resurfacing is scheduled.
10-8.2 Delivery and Storage - All materials shall be delivered to the site in an undamaged
condition. The materials shall be protected against damage and stored in a location
approved by the Engineer. Defective or damaged materials shall be replaced by the
Contractor at no expense to the City.
10-8.3 Materials - Asphalt-vulcanized rubber crack sealant material for pavement cracks
greater than ¼”, but less than 1½” in width, shall be Crafco™ PolyFlex Type 3 sealant or
approved equal and shall conform to the following requirements:
1. Asphalt shall be PG 70-10 grade conforming to the provisions of Section 203 of the
Standard Specifications.
2. Sealant material when heated in accordance with ASTM D5078 shall have the
following characteristics:
Test Limits
Cone Penetration (ASTM D5329) 20 – 40
Resilience (ASTM D5329) 30% Min.
Softening Point (ASTM D36) 210° F Min.
Ductility, 77° F (ASTM D113) 30 cm Min.
Flexibility (ASTM D3111 Modified) Pass at 30° F
Flow 140° F (ASTM D5329) 3 mm Max
Asphalt Compatibility (ASTM D5329) Pass
Bitumen Content (ASTM D4) 60% Min.
Tensile Adhesion (ASTM D5329) 400% Min.
Safe Heating Temperature 400° F
Recommended Pour Temperatures 380° F
Unit Weight at 60° F 10.0 lbs./gal.
3. The sealant material shall have no water or volatile solvents and shall cure immediately
upon cooling to a sufficient viscosity to prevent tracking by traffic.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 23
4. The material will be packaged in approximately 60 lb. boxes with a polyethylene liner.
The boxes shall be placed on pallets weighing approximately 2200 lbs. and shall be
covered with a weather resistant covering.
5. The asphalt-rubber crack sealant material shall be accompanied by a certificate of
compliance with these specifications from the manufacturer.
The Contractor shall submit the manufacturer’s material certification for the asphalt sealant
to the Engineer for review and approval at least fourteen (14) days prior to commencing
any work.
Cracks 1½” and wider shall be cleaned and filled with asphalt concrete material in
accordance with Section 10-8 “Crack Filling” of these special provisions.
10-8.4 Equipment - The equipment to mix and apply rubberized asphalt crack sealer
shall be Crafco™ Model BC-220 or approved equal of current manufacturer.
The joint and crack routing and cleaning machine shall be Crafco™ Model 200 or
approved equal of current manufacturer.
The joint cleaner attachment shall be Crafco™ Model 110 or approved equal of current
manufacturer.
10-8.5 Preparation of Cracks - All cracks to be sealed (¼” or greater in width) shall be
routed, swept, and cleaned with two passes of hot compressed air to remove dust,
moisture and foreign material for a minimum of 6 inches on each side of the crack.
10-8.5.1 Weed Killer - All cracks and joints shall be treated with an approved weed killer
at least two (2) days before sealant application if weeds or other plant material are present
in the pavement cracks or joints. The Contractor shall apply week killer to all plant material
prior to their removal, according to the manufacturer’s specifications.
10-8.5.2 Routing – All cracks between ¼” and 1¼” in width prior to routing shall have a
routed reservoir created with a rotary impact router. The completed reservoir shall comply
with the following dimensions:
1. The router shall remove at least 1/8” from each side of the crack and cut back to
sound pavement.
2. The minimum reservoir width is ½”, and the maximum width is 1½”.
3. The reservoir depth shall be ¾”.
10-3.8.3 Crack Cleaning and Drying – The crack and routed reservoir shall be cleaned
and dried by making two (2) passes along the crack with a flame-free hot compressed air
lance capable of delivering hot air at 3000ºF and 3,000f/s. Care shall be taken to avoid
overheating the pavement. The first pass, should be made along the crack in a steady
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 24
fashion, and should clean and heat, but not burn, the crack sidewalls. The heat lance
should be held approximately 2 inches above the crack channel. Proper heating is
manifested by a slightly darkened color; burning is apparent by a black color and a very
gritty texture.
The second pass should completely remove all the dislodged crack particles from the
roadway and shoulder.
The hot air-blasting operation shall be conducted immediately prior to the sealing
operation to limit the amount of dust and debris blown into the cleaned crack channel,
maximize crack warmth, and minimize the potential for formulation of moisture
condensation in the crack channel.
10-8.6 Construction - The asphalt rubber sealant material shall be applied immediately
following the heat lance operation that cleans and dries the crack and routed reservoir.
The sealant applicator should stay within 50 yards of the heat lance during its second
pass, and in no event shall the sealant be placed more than five (5) minutes after the crack
has been heated by the heat lance.
The sealant material shall be melted in a jacketed double boiler type melting unit, which is
equipped with both agitation and re-circulation systems, and applied at temperature of
380° F, using a pressure feed wand application system.
Joints and cracks shall be sealed from the bottom up and sealant material shall be applied
so it is flush with the existing pavement surface. Care shall be taken to avoid spillage and
runover onto the surface of the pavement. The surface of pavement shall be immediately
squeegeed smooth after the cracks have been filled. Traffic shall not be allowed on the
material until it has been sanded to prevent tracking.
In addition to these specifications, the crack preparation and application of crack sealant
material shall be in accordance with the manufacturer's recommendations or as outlined in
the various material data sheets published by Crafco Inc., 420 N. Roosevelt Ave.,
Chandler, Arizona 85226; 800-528-8242.
10-8.7 Measurement and Payment - Payment for preparation of cracks and application
of weed killer and asphalt-rubber sealant shall be considered as included in the unit bid
item price per square foot for the application of slurry seal, and shall represent full
compensation for furnishing all labor, materials, tools, equipment and incidentals to
accomplish the work as specified herein, and no additional compensation will be allowed
therefor.
10-9 CRACK FILLING
10-9.1 Description - The work shall consist of the preparation of cracks and placing of
asphalt concrete material in all transverse, longitudinal, block and/or reflective pavement
cracks, and pavement joints (including edge of pavement at curb face or edge of gutter)
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 25
greater than 1½” in width. The Contractor will be required to thoroughly complete
preparation of all cracks at least ¼” in width no matter the number of or how widespread
the existing cracks extend across the asphalt pavement, to the satisfaction of the
Engineer, prior to scheduling slurry seal.
Special Note: Prior to crack filling, weed killer shall be applied to all cracks and joints,
regardless of size. Traffic control must be set up and parked vehicles removed from all
streets as preparation of streets for slurry seal is scheduled.
10-9.2 Material – The performance grade of the paving asphalt shall be PG 70-10, in
accordance with Section 203-1 of the Standard Specifications. The grading of the asphalt
concrete used for filling cracks greater than 1½” in width shall conform to Type E (Extra
Fine) in accordance with Section 203-6.4 of the Standard Specifications.
Special Note: Slurry seal material shall not be substituted for or used in place of Type E
asphalt for crack filling material for cracks greater than 1½” in width. Only Type E asphalt
shall be allowed for crack filling material. All cracks must be filled with asphalt prior to
scheduling slurry seal application.
10-9.3 Preparation of Cracks - All cracks to be crack-filled shall be swept and cleaned
with two passes of hot compressed air to remove dust, moisture and foreign material for a
minimum of 6 inches on each side of the crack.
10-9.3.1 Weed Killer - All cracks and joints shall be treated with an approved weed killer
at least two (2) days before sealant application if weeds or other plant material are present
in the pavement cracks or joints. The Contractor shall apply weed killer to all plant
material prior to their removal, according to the manufacturer’s specifications.
10-9.3.2 Crack Cleaning and Drying – The crack shall be cleaned and dried by making
two (2) passes along the crack with a flame-free hot compressed air lance capable of
delivering hot air at 3000ºF and 3,000f/s. Care shall be taken to avoid overheating the
pavement. The first pass, should be made along the crack in a steady fashion, and
should clean and heat, but not burn, the crack sidewalls. The heat lance should be held
approximately 2 inches above the crack channel. Proper heating is manifested by a
slightly darkened color; burning is apparent by a black color and a very gritty texture.
The second pass should completely remove all the dislodged crack particles from the
roadway and shoulder.
The hot air-blasting operation shall be conducted immediately prior to the sealing
operation to limit the amount of dust and debris blown into the cleaned crack channel,
maximize crack warmth, and minimize the potential for formulation of moisture
condensation in the crack channel.
10-9.4 Asphalt Concrete Placement - Installation of asphalt concrete as crack filling
material shall be made by a method that achieves a complete and thorough placement of
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 26
asphalt concrete without segregation and voids, and achieves required density and
compaction.
10-9.5 Payment - Payment for preparation of cracks and installation of Type E asphalt
concrete shall be considered as included in the unit bid item price per square foot for the
application of slurry seal, and shall represent full compensation for furnishing all labor,
materials, tools, equipment and incidentals to accomplish the work as specified herein,
and no additional compensation will be allowed therefor.
10-10 UNIFORM MICRO-MILLING
10-10.1 General. Micro-milling shall consist of the uniform cold milling of existing asphalt
concrete pavement to a depth of 0.25 inches below the existing asphalt concrete
pavement, and flush at the adjacent concrete surface (lip of gutters, cross-gutters,
spandrels) elevations. Micro-milling is to be performed with a milling machine equipped
with a cutting drum specifically designed and constructed for micro-milling. The resulting
pavement surface shall be suitable for use as a temporary pavement driving surface in
advance of RPMS Slurry Seal application.
10-10.2 Milling Machines. Milling machines shall conform to Section 302-1.2 of the
Standard Specifications, amended with the following sub-sections h, I, and j hereby added
as follows:
h) Be equipped with a micro-milling drum with tungsten-carbide-tipped cutting teeth
spaced no greater than ¼ inch (0.25 in.) apart on center. The configuration of the
teeth shall be such that the deviation in elevation between any 2 teeth does not
exceed 1/16 inch (.0625 inch).
i) Be capable of removing asphalt concrete pavement to a tolerance of ± 1/8 inch
(0.125 inch).
j) Be equipped with an automatic grade control system operating in “profile” mode.
The system shall be either:
i) A 30-foot-long paving machine ski with spring-loaded feet attached to the
bottom on not more than 1.5 foot increments, such that the feet rise and fall
over small irregularities on the pavement surface. The upper part of the ski
shall be one piece and of such construction that it will not flex or bend by
more than 1/8 inch (0.125 inch) at either end when supported off the grade
by a fixture located at the center of gravity. The grade control system shall
be referenced off the center of the ski, with skis mounted on each side of the
milling machine such that the ski’s longitudinal center is even with the center
of the milling machine’s cutting drum. Or,
ii) A sonic averaging system with automated controls. Each corner of the
milling machine shall be equipped with sonic grad averaging and slope
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 27
sensors. The system shall feature plug-in connections, internal cable routing,
2 dual control boxes for ground personnel each capable of controlling each
side of the milling machine, and a separate control box for the operator.
Whichever system is used the milling will conform to the line and grade
tolerance of this specification.
iii) The milling machine shall be equipped with a tier III (minimum) and must be
compliant with all California Air Resource Board regulatory requirements.
iv) The milling equipment shall have a minimum size cutter head of 72” such as
Wirtgen W200 or equivalent.
10-10.3 Milling Operations. Each successive pass of the milling machine shall
meet the line and grade of the previous pass. The speed of the milling machine shall be
maintained at a rate which results in a uniform pavement texture. Selective multiple
passes of milling machine may be necessary to remove undulations in existing asphalt
surfaces due to shoving, corrugations, rutting, lifting of materials at cracks etc.
Micro-milling shall result in a grid-patterned textured pavement surface with longitudinal
ridges approximately the same distance and apart as the cutting teeth. The ridges shall be
consistent in depth, width, and profile. The distance between the top of each ridge and
adjacent valleys shall not exceed 1/8 inch (0.125 inch). The resulting profile and cross
slope of the milled pavement surface shall be such that a 12-foot long straightedge laid
perpendicular or parallel to the centerline will not allow a shim with a width of 1-inch (1.0
inch) and a thickness of 3/16 inch (0.1875 inch) to pass under the straightedge at any
point except planned grade breaks. However, many streets may have crowns or parabolic
curves. The intent of the micro milling is to smooth the road and establish a straight grade
profile.
Milled pavement surfaces which do not conform to the requirements above shall be
corrected by the Contractor.
During milling operations, the cutter teeth shall be regularly checked and replaced as
necessary to maintain specific tolerances.
Should any portion of the existing roadway experience raveling due to Micro-Milling
operations, the Contractor is to notify the Engineer immediately and place temporary
asphalt concrete as necessary to allow for the opening of the roadway to regular use. Any
raveled sections of the pavement will be repaired by the placement of Hot Mix AC
pavement as directed by the Engineer prior to RPMS Slurry application. Any pavement
repairs that become necessary due to raveling caused by Micro-Milling will be performed
and paid for on a force account basis.
10-10.4 Work Site Maintenance. A self-loading motorized street sweeper equipped with
both brooms and a vacuum system, and a functional water spray system shall immediately
follow the milling machine. Sweeping shall continue until loose millings have been
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 28
completely removed and as requested by Engineer. Water shall be applied to the milled
surface prior to sweeping as necessary to control dust at all times. The contractor will
continue to maintain the milled surface until a surfacing treatment is applied or until
accepted by the engineer.
10-10.5 Disposal of Millings. Millings shall be considered the property of the Contractor
and shall be disposed of by the Contractor at a bona fide recycling center or facility. The
Contractor shall notify the Engineer a minimum of 2 working days prior to the start of the
milling operations of the recycle disposal location.
10-10.6 Measurement and Payment.
Micro-milling will be measured by the square foot. Payment for micro-milling, including
selective multiple passes will be made at the Contract Unit Price per square foot for micro-
milling of existing asphalt concrete pavement, and no additional payment will be allowed
therefor.
10-11 RUBBER POLYMER MODIFIED SLURRY (RPMS)
10-11.1 Description. This work shall consist of mixing asphaltic emulsions, aggregate,
set-control additives, specially produced and graded crumb rubber, and water and
spreading the mixture on a surfacing of pavement, as specified in these special
provisions, and as directed by the Engineer.
10-11.2 Materials. The materials for Rubber Polymer Modified Slurry (RPMS)
immediately prior to mixing shall conform to the following requirements:
10-11.2.1 Asphaltic Emulsion. Asphaltic Emulsion shall be quick-setting Type CQS-1H
grade conforming to the requirements of these special provisions. Quick Setting CQS-1H
Asphaltic Emulsions shall conform to the following requirements when tested in
accordance with the specified test method:
Emulsion
Quality Tests
AASHTO T58
ASTM D244
Test
Residue after Distillation
Requirements
60% min.
AASHTO T49
ASTM 2397
Residue
Penetration at 77F (25C)
40-90
In addition, quick setting Type CQS-1h Asphaltic Emulsion shall test Positive for Particle
Charge when tested in accordance with ASTM Designation: E70. If the Particle Charge
Test result is inconclusive the Asphaltic Emulsion shall meet a pH requirement of 6.7
maximum.
10-11.2.2 Aggregate. The mineral aggregate used shall be Type II gradation as shown
below. The aggregate shall be manufactured crushed stone such as granite, slag,
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 29
limestone, chat, or other high quality aggregate, or combination thereof. Aggregate shall
consist of rock dust except that 100 percent of any aggregate or combination of
aggregates, larger than the No. 50 sieve size, used in the mix shall be obtained by
crushing rock. The material shall be free from vegetable matter and other deleterious
substances. All aggregate shall be free of caked lumps and oversized particles.
The percentage composition by weight of the aggregate shall conform to the following
gradations when determined by California Test 202, modified by California Test 105 when
there is a difference in specific gravity of 0.2 or more between blends of different
aggregates.
Sieve Size Percentage Passing Stockpile Tolerance
No. 3/8 100 5%
No. 4 90-100 5%
No. 8 65-90 5%
No. 16 45-70 5%
No. 30 30-50 5%
No. 50 18-30 4%
No. 100 10-21 3%
No. 200 5-15 2%
The job mix (target) gradation shall be within the gradation band for the desired type.
After the target gradation has been submitted, then the percent passing each sieve shall
not vary be more than the stockpile tolerance.
The aggregate shall also conform to the following requirements:
Test California Test Requirements
Sand Equivalent 217 45 min.
Durability Index 229 55 min.
The aggregate will be accepted at the job location or stockpile. The stockpile shall be
accepted based on five gradation tests according to California Test 202, modified by
California Test 105 when there is a difference in specific gravity of 0.2 or more between
blends of different aggregates. If the average of the five tests is within the gradation
tolerances, then the material will be accepted. If the tests show the material to be out, the
contractor will be given the choice to either remove the material or blend other aggregates
with the stockpile material to bring it into specifications. Materials used in blending must
meet the quality test before blending and must be blended in a manner to produce a
consistent gradation.
10-11.2.3 Water. Water shall be of such quality that the asphalt will not separate from the
emulsion before the slurry seal is in place in the work. If necessary for workability, a set-
control agent that will not adversely affect the Rubber Polymer Modified Slurry (RPMS)
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 30
material may be used. Pre-wetting of streets will not be required unless streets are
subject to high temperatures and/or dust.
10-11.2.4 Crumb Rubber. The crumb rubber shall be ambient granulated or ground
from whole passenger and/or truck tires only. Uncured or de-vulcanized rubber is not
acceptable and may not be used. Rubber tire buffings from either recapping or
manufacturing processes may not be used as a supplement to the crumb rubber mixture.
In order to remove steel and fabric, an initial separation stage which subjects the rubber
to freezing temperatures may be used. The crumb rubber shall not be elongated or hair-
like in shape and individual particles shall not be greater than 1/20 of an inch in length.
The crumb rubber shall be free of contaminants including: fiber, metal and mineral
matter, to the following tolerances:
A. The fiber content shall be less than 0.30% by weight
B. The crumb rubber shall be free of metal particles. Metal imbedded in rubber
particles will not be allowed. The amount of mineral contaminant allowed shall not
exceed 0.10% by weight.
C. The crumb rubber shall be dry with a moisture content of less than 0.75%.
Crumb rubber shall meet the following specifications:
Property Specification Limits
Specific Gravity 1.15 +/- .05
Percent of Carbon Black 35.0 Maximum
Percent of Rubber Hydrocarbon 55.0 Maximum
Percent Ash 6.0 Maximum
Percent of Acetone Extract 10.0 Maximum
Percent of Chloroform Extract 3.0 Maximum
Percent Natural Rubber 40 Minimum
The crumb rubber shall conform to the following gradation and chemical properties:
Sieve Size Percent Passing
No. 30 100
No. 40 90-100
No. 50 75-85
No. 100 25-35
No. 200 0-10
The crumb rubber shall conform to the following test methods:
Property Test Method
Specific Gravity ASTM D-1817
Carbon Black ASTM D-297
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 31
Ash ASTM D-297
Chloroform Extract ASTM D-297
Natural/Synthetic Rubber ASTM D-297
Sieve Analysis ASTM D-1511 or ASTM DC-136
10-11.2.5 Polymer. The Polymer additive shall be SBR Latex or approved equal, which
is added at a minimum of 4.5 percent by weight of the asphaltic emulsion.
10-11.2.6 Carbon Black. The carbon black solution shall be non-ionic in charge and
liquid in form. The carbon black must be compatible with the emulsion system, polymers
and additives being used.
Specification Tolerances
Total Solids 40- 44
% Black by Weight 35-37
Type Black Medium Furnace Color
Type Dispersing Agent Non-ionic
pH 0.5- 4.5
10-11.2.7 Mineral Filler. Portland cement, hydrated lime, limestone dust, fly ash or
other approved filler meeting the requirements of ASTM D242 shall be used if required by
the mix design and may be used to facilitate set times as needed. Any cement used shall
be considered as part of the dry aggregate weight for mix design purposes.
10-11.2.8 Additive. Additives may be used to accelerate or retard the break-set of the
Rubber Polymer Modified Slurry (RPMS). The use of additives shall be in quantities
specified in the mix design.
10-11.3 Laboratory Evaluation. Before work begins, the contractor shall submit a mix
design covering the specific materials to be used on the project. The design will be
performed by a laboratory who has experience in designing Rubber Polymer Modified
Slurry (RPMS). After the mix design has been approved, no substitution will be permitted
unless approved by the Engineer.
10-11.3.1 Mix Design. The proposed Rubber Polymer Modified Slurry (RPMS) mix
design shall verify compatibility of the aggregate, emulsion, mineral filler, set-control
additive and rubber blend. Recommended tests and values are as follows:
Test Description Specification
ISSA T-106 Slurry Seal Consistency Pass
ISSA TB-109 Excess Asphalt 50 g/sf max.
ISSA TB-100 (Type II) Wet Track Abrasion 100 g/sf max.
ISSA TB-113 Mixing Time Controllable to 150
seconds min.
ISSA TB-114 Wet Stripping Pass
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 32
The Mixing Time test should be done at the highest temperatures expected during
construction. The original lab report shall be signed by the laboratory that performed the
mix design and shall show the results of tests on individual materials. The report shall
clearly show the proportions of aggregate, mineral filler (min. and max.), water (min. and
max.), additive (s) (usage), asphalt emulsion and asphalt rubber blend based on the dry
weight of the aggregate.
All of the component materials used in the mix design shall be representative of the
materials proposed by the contractor to be used on the project. The percentage of each
individual material required shall be shown in the laboratory report. Adjustments may be
required during the construction, based on field conditions.
The component materials shall be within the following limits:
Residual Asphalt Type I 10%-16% Based on dry weight of aggregate
Residual Asphalt Type II 7.5%-13.5% Based on dry weight of aggregate
Crumb Rubber The crumb rubber will be added to the slurry mix at a rate of
5% by volume to the asphalt cement
Polymer Polymer Additive shall be added at 4.5% of finished emulsion
Carbon Black Carbon Black shall be added at 1.3%-2% of finished emulsion
Mineral Filler 0.5%- 2.0% (if required) based on dry weight of aggregate
Additives As needed
Water As needed to achieve proper mix consistency.
(Total mix liquids, should not exceed the loose aggregate voids)
10-11.3.2 Proportioning. Note: Proportioning equipment of equal capacity to that
described herein will be considered by the City prior to time of award.
Aggregate, asphaltic emulsion, water, polymers, additives, including set-control agent, if
used, and crumb rubber shall be proportioned by volume utilizing the mix design
approved by the Engineer. If more than one kind of aggregate is used, the correct
amount of each kind of aggregate to produce the required grading shall be proportioned
separately, prior to the other materials of the mixture, in a manner that will result in a
uniform and homogenous blend.
The completed mixture, after addition of water and any set-control agent used, shall be
such that the mixture has proper workability and (a) will permit a traffic flow, without pilot-
car-assisted traffic on the slurry seal within one hour after placement (at 78 degrees F.)
without the occurrence of bleeding, separation or other distress, and (b) will prevent
development of bleeding, excessive raveling, separation or other distress within 7 days
after placing the Rubber Polymer Modified Slurry (RPMS).
Asphaltic emulsion shall be added at a rate within the following ranges of percent by
weight of the dry aggregate. The exact weight will be determined by the mix design and
the asphalt solids content of the asphaltic emulsion furnished.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 33
Type II 12-20 %
The aggregate shall be proportioned by a belt feeder operated with an adjustable cutoff
gate. The height of the gate opening shall be readily determinable. The emulsion shall
be introduced into the mixer by a positive displacement pump. Water shall be introduced
into the mixer through an adjustable multi-spray pugmill bar, water volume shall be
displayed by an electronic digital meter registering in gallons delivered.
The bitumen ratio (pounds of asphalt per 100 pounds of dry aggregates) shall not vary
more than 1.5-pound of asphalt above or 0.6-pound asphalt below the amount designated
by the mix design and approved by the Engineer.
The aggregate belt feeder shall deliver aggregate to the pugmill mixed with such
volumetric consistency that the deviation for any individual aggregate delivery rate check-
run shall be within 2.0 percent of the mathematical average of 3 runs of at least 300
gallons each in duration.
Each Rubber Polymer Modified Slurry (RPMS) unit shall be equipped with a unit designed
to store and deliver the various required materials to a twin-shafted, multi-paddle pugmill
in the following manner:
Each Rubber Polymer Modified Slurry (RPMS) unit shall be equipped with a computer
controlled automatic sequencing system that initiates each material delivery at the precise
moment necessary to insure proper proportioning.
Each Rubber Polymer Modified Slurry (RPMS) unit shall be equipped with independent
storage capabilities for the aggregate, emulsion, crumb rubber, polymer, set-control
additives and the carbon black.
The polymer additive and the carbon black shall be delivered to the mixer in the relative
proportions required by means of a common shaft, dual pump system. The polymer
additive and the carbon black flow rates shall be independently adjustable by means of
diaphragm valves and shall be sequenced through the computer controlled auto-
sequencing system. The polymer additive and the carbon black shall be blended and
mixed prior to their introduction into the pugmill. Introduction into the twin-shafted pugmill
shall be done through an injection system, which delivers the blended material to the
apex of each mixing shaft immediately prior to the introduction of the asphalt emulsion.
The polymer additive and the carbon black delivery systems shall each be equipped with
digital electronic flow metering devices that read in gallons per minute.
The crumb rubber delivery system shall be equipped with an air suspension unit designed
to prevent clumping or bridging of the rubber material. The air discharges shall be
sequenced to avoid over-suspension of the rubber. The rubber shall be delivered to the
pugmill by a hydraulically driven auger and shall be initiated through the computer
controlled auto-sequencing system.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 34
The Rubber Polymer Modified Slurry (RPMS) shall be mixed in a continuous, twin shaft,
multi-paddle pugmill mixer. The pugmill shall be equipped with a hydraulically controlled
steel pugmill gate for positive discharge operations. No dripping slurry will be allowed.
The emulsion shall be introduced into the mixer by a positive displacement pump. The
emulsion storage shall be equipped with a device which will automatically shut down the
power to the emulsion pump and aggregate belt feeder when the level of stored emulsion
is lowered to within two inches of the suction line.
A temperature-indicating device shall be installed in the emulsion storage tank at the
pump suction level.
The aggregate shall be proportioned using a belt feeder operated with an adjustable
cutoff gate. The height of the gate opening shall be readily determinable.
The aggregate feeder shall be directly connected to the drive on the emulsion pump. The
drive shaft of the aggregate feeder shall be equipped with an electronic digital belt. The
belt delivering the aggregate to the pugmill shall be equipped with a device to monitor the
depth of the aggregate being delivered to the pugmill. The device for monitoring depth of
aggregate shall automatically shut down the power to the aggregate belt feeder whenever
the depth of aggregate is less than 70 percent of the target dept of flow. An additional
device shall monitor movement of the aggregate belt by detecting revolutions of the belt
feeder. The devices for monitoring no flow or belt movement, as the case may be, shall
automatically shut down the power to the aggregate belt when the aggregate belt
movement is interrupted. To avoid shutdown caused by normal fluctuations in delivery
rates, a delay of three seconds between sensing less than desirable storage levels of
aggregate or emulsion shall be permitted.
Water delivery shall be adjusted through a diaphragm valve. Water flow rate shall be
electronically displayed through a digital meter.
Set control additive flow rate shall be electronically displayed through a digital meter.
The mixer unit shall not be operated unless all electronic display and revolution counters
are in good working condition and functioning and all metal guards are in place. All
indicators required by these specifications shall be operational at all times.
The Rubber Polymer Modified Slurry (RPMS) mixture shall be spread by means of a
controlled spreader box. The spreader box shall be capable of spreading traffic lane width
and shall have strips of flexible rubber belting or similar material on each side of the
spreader box and in contact with the pavement to positively prevent loss of slurry from the
ends of the box. All spreader boxes shall be equipped with reversible motor-driven augers
when placing Rubber Polymer Modified Slurry (RPMS). Rear flexible strike-off blades
shall make close contact with the pavement, and shall be capable of being adjusted to the
various crown shapes so as to apply a uniform surfacing coat. Flexible drags, to be
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 35
attached to the rear of the spreader box, shall be provided as directed by the Engineer.
All drags and strike-off blades (rubbers) shall be cleaned daily if problems with
cleanliness and longitudinal scouring occur. The spreader box shall be clean, free of all
slurry and emulsion, at the start of each work shift.
10-11.4 Placing - Rubber Polymer Modified Slurry (RPMS) shall be placed on the public
streets listed in the Appendix, and as directed by the Engineer. The cured Rubber Polymer
Modified Slurry (RPMS) shall have a uniform appearance, fill all cracks, adhere firmly to
the surface and have a skid-resistant surface. The Engineer reserves the right, in his
sole discretion, to require the Contractor to apply additional applications of RPMS if
the prior applications are not uniform in appearance.
No application of Rubber Polymer Modified Slurry (RPMS) shall occur until all deep
patching, skin patching, crack sealing, or other preliminary pavement repairs have been
completed by the Contractor. The surface shall be thoroughly cleaned and swept prior to
the application of Rubber Polymer Modified Slurry (RPMS). The application of Rubber
Polymer Modified Slurry (RPMS) shall be scheduled to commence after 7:00 A.M.
and shall be completed by 2:00 P.M. No Rubber Polymer Modified Slurry (RPMS) shall
be applied when the weather forecast indicates a probability of rainfall or when the air or
pavement temperature is lower than 60 degrees Fahrenheit.
The Rubber Polymer Modified Slurry (RPMS) shall be applied only when the existing
surface is clean and free of visible moisture. The surface to be sealed shall be cleaned by
the Contractor by washing, heating, scraping, sweeping, blowing, vacuuming, or other
means as necessary to remove moisture, dirt, grease, or other foreign matter which
would reduce the bond between the slurry and the pavement.
The Rubber Polymer Modified Slurry (RPMS) shall be properly proportioned, mixed, and
spread evenly on the surface as specified in the Standard Specifications and these
Special Provisions, and as directed. The cured Rubber Polymer Modified Slurry (RPMS)
shall have a homogeneous appearance; it shall fill all surface voids and penetrate cracks,
shall adhere firmly to the surface and shall have a skid-resistant texture.
Each slurry crew shall be composed of a coordinator at the project site at all times, a
competent quick-set mixing man, a competent driver and sufficient laborers for any
handwork and clean up.
Metal lutes will not be permitted for spreading slurry by hand methods.
If required by local temperature or dust conditions, the surface shall be pre-wetted by
fogging ahead of the spreader box. The rate of application of the fog spray shall be
adjusted during the day to suit temperatures, surface texture, humidity, and dryness of the
pavement but shall be kept to a minimum under all conditions.
The Rubber Polymer Modified Slurry (RPMS) shall be spread at 12 to 15 pounds per
square yard of dry aggregate. The spread rate will be sufficient to fill all voids in the
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 36
existing pavement and to place sufficient material to embed the largest size aggregate
particles. The maximum speed of the slurry machine shall not exceed 270 feet per
minute. The completed spread rate shall be within 10% of the rate determined by the
Engineer after consideration of the surface texture of the existing pavement and the
physical size of the aggregate in the mix. The mixture shall be uniform and homogeneous
after spreading on the surface and shall not show separation of the emulsion and
aggregate after setting. Rubber Polymer Modified Slurry (RPMS) material, to be spread
in areas inaccessible to the controlled spreader box, may be spread by hand squeegees
or other approved methods.
Following application of Rubber Polymer Modified Slurry (RPMS), loose aggregate shall
be removed for full street width to the satisfaction of the Engineer by means of vacuum
sweeping. As a minimum, streets shall be swept three days after the application, and
again two weeks later.
Pneumatic rolling is required on all streets. Rolling shall commence as soon as the
Rubber Polymer Modified Slurry (RPMS) has set sufficiently to prevent any material from
adhering to the tires. The slurry surface shall be rolled by two to five complete coverages,
as directed by the Engineer. Rolling shall continue until all ridges have been ironed out
and a uniform smooth surface is obtained. Pneumatic rollers shall be operated at a
minimum tire pressure of 60 psi. Payment for providing pneumatic rolling of streets shall
be considered as included in the unit price per square foot paid for Rubber Polymer
Modified Slurry (RPMS), and no additional compensation shall be allowed.
10-11.5 Cleaning Equipment - Power brooms, power blowers, air compressors, water
flushing equipment (prior to slurry only), and hand brooms shall be suitable for cleaning
the surface and cracks of the old surface.
10-11.6 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment
shall be provided as necessary to perform the work.
10-11.7 Joints - No excessive build-up causing unsightly appearance shall be permitted
on longitudinal or transverse joints. Unless otherwise approved, the overlap at the joints
shall not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not
be paid for. Joints between asphalt pavement and Portland concrete pavement and/or
concrete gutters shall be completely and neatly sealed without excessive slop-over onto
the concrete; any unsightly and objectionable excess shall be immediately removed. At
street intersections and at the beginning and end of work segments, the Rubber Polymer
Modified Slurry (RPMS) shall be neatly spread or trimmed to a straight line defined by the
near curb lines of the street adjacent to the work. Approved squeegees or lutes shall be
used to spread Rubber Polymer Modified Slurry (RPMS) in areas inaccessible to the
machine. Care shall be exercised to insure the maximum rate of application with no
excess and leaving no unsightly appearance. Texture of Rubber Polymer Modified Slurry
(RPMS) spread by hand shall match that which was applied by machine. Contractor shall
be responsible for the removal of all excess emulsion spread beyond slurry limits, on
driveways, sidewalks, etc.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 37
10-11.8 Smoothness - The finished surface of the Rubber Polymer Modified Slurry
(RPMS) shall be at least as smooth as the original pavement surface. Any corrugations on
the surface creating vibrations noticeable by passengers in an automobile driving over the
Rubber Polymer Modified Slurry (RPMS) at legal speeds will result in rejection of the
material.
10-11.9 Cleanup - During performance and upon completion of work on this project, the
Contractor shall remove all unused equipment and instruments of service, all excess or
unsuitable material, and all trash, rubbish, and debris and shall legally dispose of all such
items. The Contractor shall leave entire area in a neat, clean and acceptable condition as
approved by Engineer. The cost for this work shall be included in the prices for all bid
items in the Bid Schedule and no additional payment will be made therefore.
10-11.10 Removal and Resealing - Any Rubber Polymer Modified Slurry (RPMS)
application that has been rejected shall be removed by cold planing to the original
pavement. A new Rubber Polymer Modified Slurry (RPMS) application shall then be
placed on the pavement. Any placement of Rubber Polymer Modified Slurry (RPMS) that
has been rejected shall be removed and replaced at the Contractor's expense.
10-11.11 Protection of Uncured Slurry - The Contractor shall provide such flaggers and
barricades as may be required to protect the uncured Rubber Polymer Modified Slurry
(RPMS) from vehicular traffic. All damages to the uncured Rubber Polymer Modified
Slurry (RPMS) shall be the responsibility of the Contractor.
10-11.12 Utility Covers - Immediately prior to installation of Rubber Polymer Modified
Slurry (RPMS), all utility covers shall be protected with butcher paper and a thin layer 30-
mesh sand or by alternative means approved by Engineer.
10-11.13 Removal of Raised Pavement Markers - All existing raised pavement markers
(reflective or non-reflective) shall be removed prior to installation of Rubber Polymer
Modified Slurry (RPMS).
10-11.14 Measurement and Payment - Payment for Rubber Polymer Modified Slurry
(RPMS) shall be made at the contract unit price per square foot in the Bid Schedule, and
shall be based on in-place field measurements.
Special Note: The Contractor shall be required to coordinate field measurement of each
street segment with the Engineer’s representative to confirm the length, width, and area of
street surfacing to be slurry sealed. The agreed measurements will serve as the basis for
payment of the work.
The contract unit price includes full compensation for all Rubber Polymer Modified Slurry
(RPMS) and appurtenant work, including all labor, equipment, and materials, pavement
cleaning, crack-sealing and crackfilling, rolling, posting of notices, masking and cleaning
utility covers, and all other incidental work.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 38
10-12 ASPHALT CONCRETE
10-12.1 Material – Asphalt concrete material shall conform to Section 203-6 “Asphalt
Concrete,” of the Standard Specifications. The amount of asphalt binder to be mixed with
the aggregate shall be proposed by the Contractor for approval by the Engineer. The
Contractor shall submit its mix designs for the asphalt concrete pavement specified herein,
for review and approval by the Engineer, at the Pre-Construction Conference. The
Contractor shall be responsible for providing the Engineer with all required technical and
material specifications necessary to review the Contractor’s proposed mix designs.
Modification of the amount of asphalt binder shall be made to the Contractor’s mix designs
as may be required by the Engineer. Commencement of construction of asphalt concrete
pavement shall not occur until the Contractor has received the Engineer’s approval of
proposed mix designs.
All asphalt concrete pavement used on this project shall consist of Type B gradation.
Asphalt binder used in the asphalt concrete pavement shall comply with specifications for
Performance Graded (PG) 70-10 asphalt binder, in accordance with Section 203-1
“Paving Asphalt,” of the Standard Specifications.
10-12.2 Material Sampling and Mix Design – Laboratory tests may be performed at the
expense of the City, when required by the Engineer, to determine if aggregates at the plant
fall within specifications. Sampling of asphalt concrete pavement delivered to the site and
placed on a prepared base course shall be performed by the Engineer to ensure the type
of asphalt concrete pavement laid conforms to these Special Provisions, and to the
proposed mix designs approved by the Engineer.
10-12.3 Construction – Construction of hot mix asphalt concrete shall conform to Section
302-5 “Asphalt Concrete Pavement” of the Standard Specifications, except as modified
herein.
Should the methods and equipment furnished by the Contractor fail to produce a layer of
asphalt concrete conforming to the requirements, including straightedge tolerance, of
Subsection 302-5.6.2, “Density and Smoothness,” of the Standard Specifications, the
paving operation shall be discontinued and the Contractor shall modify his equipment or
furnish substitute equipment.
A drop-off of more than 0.15 ft will not be allowed at anytime between adjacent lanes open
to public traffic.
During asphalt concrete paving operations, it shall be the Contractor’s responsibility to
place protective covering over, or to otherwise avoid paving over survey markers,
monuments, and benchmarks, and to remove said covering and/or asphalt concrete after
paving operations have been completed.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 39
Add to Subsection 302-5.6.1, “General (Rolling),” of the Standard Specifications, the
following:
The Contractor shall furnish a sufficient number of rollers to obtain the specified
compaction and surface finish required by the Standard Specifications and these
Special Provisions.
Pneumatic rollers shall be required on lower layer only.
Initial breakdown compaction shall consist of a minimum of three (3) coverages of a
layer of asphalt mixture. A pass shall be a movement of rolling in both directions
over the same path. Coverage shall consist of as many passes as are necessary
to cover the entire width being paved. Overlap between passes during coverage,
made to ensure compaction without displacement of material in accordance with
good rolling practice, shall be considered to be part of the coverage being made
and not part of a subsequent coverage.
Each coverage shall be completed before subsequent coverages are started.
Add to the first paragraph of Subsection 302-5.6.2, “Density and Smoothness,” of the
Standard Specifications, the following:
The completed surfacing shall be thoroughly compacted, smooth and free from
ruts, humps, depressions or irregularities. Any ridges, indentations or other
objectionable marks left in the surface of the asphalt concrete shall be eliminated
by rolling or other means. The use of any equipment that leaves humps, ridges,
irregularities, indentations or other objectionable marks in the asphalt concrete shall
be discontinued, and acceptable equipment shall be furnished by the Contractor.
The transverse slope of the finished surface shall be uniform to a degree such that
no depressions greater than 0.01 ft. are present when tested with a straightedge 10
feet long, laid in a direction transverse to the center line.
If the test results for any lot of asphalt concrete indicate that the relative compaction
is below 95.0 percent (95%), the Contractor will be advised that he is not attaining
the required relative compaction and that his materials, procedures, or both, need
adjustment. Asphalt concrete spreading operations shall not continue until the
Contractor has notified the Engineer of the adjustment that will be made in order to
meet the required compaction.
Add to Subsection 302-5.7, “Joints,” of the Standard Specifications, the following:
Before placing the top layer adjacent to cold transverse construction joints, the
joints shall be trimmed to a vertical face and to a neat line. Longitudinal joints shall
be trimmed to a vertical face and to a neat line if the edges of the previously laid
surfacing are, in the opinion of the Engineer, in such condition that the quality of the
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 40
completed joint will be affected. Longitudinal and transverse joints shall be tested
with a 10 foot straightedge and shall be cut back as required to conform to the
provisions in Subsection 302-5.6.2, “Density and Smoothness,” for surface
smoothness. Connections to existing surfacing shall be feathered to conform to the
provisions for smoothness.
Longitudinal joints in the top layer shall correspond with the edges of proposed
traffic lanes (striping). Longitudinal joints in all other layers shall be offset not less
than 0.5 foot alternately each side of the edges of traffic lanes.
All feathered joints shall be sealed after rolling.
The first paragraph of Subsection 302-5.8, “Manholes (and Other Structures),” of the
Standard Specifications, is hereby replaced with the following:
Sewer and storm drain structures conflicting with the new finish surface, as
determined by the Engineer, shall be adjusted by the Contractor to the new
subgrade before paving. Unless otherwise specified, existing water valves
conflicting with the new finish surface shall be adjusted to the new subgrade before
paving. All debris and foreign material shall be removed in accordance with
Section 301-1.6 of the Standard Specifications. The top of all sewer, storm drain
structures, water valve covers, and other utilities located within the surface of
asphalt concrete pavement shall meet the smoothness requirement as specified in
Section 302-5.6.2 of the Standard Specifications. Existing sewer, storm drain, or
water valve concrete collars shall be removed and reconstructed at the direction of
the City Engineer.
The last sentence of the first paragraph of Subsection 302-5.9, “Measurement and
Payment,” of the Standard Specifications, is hereby replaced with the following:
The last three paragraphs of Subsection 301-1.7, “Payment,” of the Standard
Specifications shall not apply. Resetting, reconstructing, or adjusting to finish grade
existing sewer manholes, storm drain structures, storm drain manholes, water
valves (and covers), including concrete collars, located within asphalt concrete
pavement shall be considered as included in the payment made for asphalt
concrete pavement, and no additional or separate payment will be allowed
therefore.
10-12.4 Tack Coat – Tack coat shall be a SS-1h emulsified asphalt and shall be applied to
all clean, existing asphalt concrete pavement, and to all Portland cement concrete
surfaces adjacent to new asphalt concrete paving prior to installation of asphalt concrete
pavement. The cost of tack coat shall be included in the price for asphalt concrete
pavement, and no additional payment will be made therefore.
10-12.5 Measurement – Asphalt concrete shall be measured by the ton weight of the
combined mixture. The weight shall be determined as provided in Section 302-5.9 of
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 41
the Standard Specifications. Material which is delivered to the project site and not used
or is rejected and specifically, material which is delivered to the site in excess of that
actually needed, will be excluded from the measurements made for payment.
Special Note: There will be no measurement for asphalt concrete that may be required in
utility trench repairs or other excavations within the area of work; the cost of asphalt
concrete required in utility trench repairs or other excavations will be included in the
various related bid items, and no additional compensation will be allowed therefore.
10-12.6 Payment – Payment for asphalt concrete pavement shall be shall be made at the
contract unit price bid per ton for “Asphalt Concrete,” and shall constitute full
compensation for construction of asphalt concrete including all material, labor, plant,
equipment, furnishing all transportation, hauling, spreading, compacting, and protecting,
complete in place, and preparation of subgrade, tack coat and grading for miscellaneous
asphalt concrete, adjustment to finish grade of all sewer manholes, water valves and other
utilities, including removal and replacement of concrete collars, in accordance with the
standard specifications and these special provisions. No separate payment will be made
for asphalt or aggregate used in the asphalt concrete, and all costs therefore shall be
included in the unit price bid for asphalt concrete.
10-13 PORTLAND CEMENT CONCRETE
10-13.1 Material – Portland cement concrete of the class and type shown on Standard
Drawings shall be used to construct new curb, gutter, driveways and other concrete
improvements. Where class and type are not specified in the standard drawings or plans,
Portland cement concrete of type 560-C-3250 shall be used for construction, in
accordance with Section 201 of the Standard Specifications.
Portland Cement Concrete (PCC) shall meet the requirements of Subsection 201-1 and
Section 303 of the Standard Specifications, and these Special Provisions:
Add to Subsection 201-1.1.1, “General,” of the Standard Specifications, the following:
The Contractor shall furnish the Engineer in the field with a copy of the mix design
to be used, and with a legible certified weighmasters certificate for each load of
PCC delivered to the project. PCC delivered to the project site having a water
content and/or slump greater than that specified in the mix design shall be rejected
and removed from the project site.
10-13.2 Construction Methods – Construction of Portland cement concrete
improvements shall comply with Section 303-5 of the Standard Specifications, except as
amended herein.
Replace the last paragraph, Subsection 303-5.1.1, “General,” of the Standard
Specifications, with the following:
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 42
When removals of curb and/or sidewalk are located at curb return, the Contractor
shall install access ramps. The Contractor is to construct all access ramps in
accordance with American Disability Act (ADA) Standards/California Code of
Regulations Title 24 – Accessibility Regulations. If the ramps constructed by the
Contractor are found to be in non-compliance with ADA Standards, the Contractor
will be required to remove and replace the ramps to ADA Standards at the
Contractor's expense.
All removed curb and gutter, cross gutters, spandrels, driveway approaches, and
sidewalks shall be replaced within three (3) calendar days, unless the Contractor
provides reasonable documentation to exceed the three (3) day limit five (5)
working days before removal and approved in writing by the Engineer. The Asphalt
Concrete patch shall be placed within five (5) working days after the curb and
gutters are replaced, and seven (7) days after the cross gutter and spandrels are
replaced.
No PCC shall be ordered and/or placed until the forms and subgrade have been
inspected and approved by the Engineer in the field.
All pull boxes, water meter boxes, and water valve covers shall be adjusted to
proposed finish grade and approved by the Engineer in the field prior to placement
of the PCC.
Add to the first paragraph of Subsection 303-5.1.2, “Drainage Outlets through Curb,” of the
Standard Specifications, the following:
Coring shall be required for all drains through existing curbs.
Replace the last paragraph of Subsection 303-5.1.3, “Driveway Entrances,” of the
Standard Specifications, with the following:
Driveway approaches including walk shall be 6 inches thick for single family
residential areas and 8 inches thick for all other areas.
Add to Subsection 303-5.4.3, “Weakened Plane Joints, (a) General,” of the Standard
Specifications, the following:
All weakened plane joints shall be spaced at a maximum of 10 feet for curbs,
gutters, and sidewalks. Scoring lines shall conform to those prevailing in the area
and be uniform in spacing.
Revise Subsection 303-5.5.2, “Curb,” of the Standard Specifications, as follows:
Delete the first sentence in Paragraph 1 and add the following:
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 43
The curb and gutter surface shall not vary more than 0.01 ft. from 10 ft.
straightedge except at the grade changes. Prior to the removal of the forms, the
surface shall be finished true to grade by means of a straightedge float of not less
than 10 ft. in length, and operated longitudinally over the surface of the concrete.
Form clamps shall be so constructed as not to interfere with the operation of the
float. The form on the front of the curbs shall not be removed less than one (1)
hour, or more than six (6) hours after the concrete has been placed. In no event
shall forms be removed while the concrete is sufficiently plastic to slump. The top
and face of the finished curb shall be true and straight and top surface of curbs
shall be of uniform width, free from humps, sags, blemishes or other irregularities.
Add to Subsection 303-5.5.3, “Walk,” of the Standard Specifications, the following:
The sidewalk surface shall not vary more than 0.02’ from the 10’ straightedge
except at grade changes, and the finished surface shall be free from humps, sags,
blemishes or other irregularities. All sidewalks shall be a minimum of 4” thick,
except at driveways where the sidewalks shall be a minimum of 6” thick for single
family residential areas and 8" thick for all other areas.
Add to Subsection 303-5.5.5, “All Intersections, Access Ramps, and Driveways,” of the
Standard Specifications, the following:
Where excavation for installation of new conduits extends through existing
access ramps, the existing access ramp shall be entirely removed and
reconstructed in accordance with the Standard Specifications.
The Contractor shall be responsible to layout proposed access ramp to comply
with the maximum grades indicated on the Plans, Caltrans Standard Plans, or
City Standard Drawings as specified. Typical construction tolerances to
construct new access ramps shall not apply and maximum grades indicated on
the Plans shall not be exceeded. The Contractor shall be responsible to remove
and reconstruct access ramps at his own cost if access ramps are deemed non-
compliant with the Plans and these Special Provisions.
Where the type of access ramp includes retaining curbs to make up for a difference
in elevation between existing finish grade adjacent to the access ramp and the
access ramp itself, construction of retaining curbs shall be considered as part of
construction of the access ramp.
Where access ramps or driveways are to be constructed within existing sidewalks
constructed with interlocking decorative pavers, construction of the access ramps
or driveways shall include removal and salvaging existing pavers, subgrade
compaction, placement of aggregate base and leveling sand and replacement of
salvaged pavers, in accordance with the following specifications:
Preparation:
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 44
1. Verify compacted subgrade is dry and ready to support paving and imposed
loads.
2. Verify that the upper six (6) inches of soil subgrade is compacted to
minimum 95% relative compaction.
3. Verify gradients and elevations of subgrade are correct.
4. Do not begin installation until conditions relative to subgrade are satisfactory.
Placing Aggregate Base (when required by the Engineer)
1. Do not deposit aggregate base upon any portion of the subgrade until the
subgrade has been approved by the Engineer.
2. Place aggregate base in thin lifts to avoid segregation.
3. Spread aggregate base on the prepared subgrade to such a depth that
when thoroughly compacted it will conform to the grades called for in the
project's plans.
4. Uniform moisture condition and compact aggregate base to 95% relative
compaction. The finished subgrade will be smooth, hard, consistent, and
true to line and grade.
Sand for Interlocking/Level Bed Course
1. Do not deposit sand bed course upon any portion of the aggregate base
course until the base course has been approved by the Engineer.
2. Spread the sand evenly over the area to be paved.
3. Screed the sand to a level that will produce a 1-inch thickness when the
paving stones have been placed and vibrated.
Paver Re-Installation
1. Paver will be clean and free from foreign materials before installation.
2. Paving work will be plumb, level, and true to line grade, and will coincide and
align with adjacent work and elevations.
3. Paving stones should be installed hand tight on the undisturbed sand laying
course. String line should be used to hold pattern lines true.
4. Pavers are set into the sand-laying course by roller or plate vibrator capable
of 3,000 to 5,000 psi compaction force. Vibration will be conducted in
crossing paths until the pavement surface is smooth and required elevation
is achieved. Gaps between pavers shall be filled to 2/3 of the paver’s full
height. Gaps between edges shall be no more 3/16-inch wide after vibration.
Gaps greater than 3/16-inch suggest that less than satisfactory interlock will
be achieved. Pavers within three feet of unrestrained edges must not be
compacted.
5. Once pavers are vibrated into place, clean, dry sand shall be broomed over
the pavement surface and vibrated once more into the remaining unfilled
gaps between pavers to the height of the joint level. Surplus sand shall be
swept from the finish surface and disposed of.
6. The completed paving stone installation shall be washed down and cleaned
to provide a clean finished installation.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 45
The Contractor shall verify, with a “smart level”, that maximum grades do not
exceed maximum grades indicated on the Plans, when marking the required saw
cut removal limits and when setting the concrete forms, prior to pouring concrete for
any access ramps or driveways. The Contractor shall be responsible to supervise
and utilize the proper experienced personnel to ensure that the proper saw cut
limits are established for all access ramp and driveay locations and the Engineer
shall not be responsible to direct the Contractor’s crews or otherwise serve in this
management capacity. The Engineer shall be present to verify the concrete forms,
prior to the Contractor pouring any concrete improvements for access ramps or
driveways.
Construction of access ramps or driveways shall include all related adjustments of
pull boxes, pull box covers, and protection of traffic signal poles and signs that fall
within the proposed access ramp construction limits.
Construction of access ramps or driveways shall include removal and replacement,
or construction of adjacent sidewalk, extending a minimum of 5 feet from the top of
all access ramps or driveways (or further as necessary to conform to existing
improvements).
Construction of access ramps or driveways shall include removal and replacement
of existing asphalt concrete pavement and aggregate base within existing asphalt
concrete pavement adjacent to the access ramp or driveway. Construction of
access ramps or driveways where adjacent to existing asphalt concrete pavement
shall require sawcut and removal of the existing asphalt concrete pavement a
minimum of 12-inches from the edge of the access ramp or driveway, or wider as
necessary, (the “asphalt slot”), to facilitate installation of required forms for
construction of the access ramp or driveway. Use of the existing edge of pavement
as a concrete form is not allowed. Construction of access ramps or driveways
includes preparation of subgrade, installation and compaction of aggregate base,
and construction of asphalt concrete pavement within the asphalt slot adjacent to
the access ramp or driveway. Unless otherwise specified or allowed by the
Engineer, asphalt concrete constructed in the asphalt slot shall be Type D2 in
accordance with Section 203-6 of the Standard Specifications. The Contactor shall
employ means and methods suitable to achieve minimum 95% relative compaction
of the asphalt concrete pavement.
Detectable warning surface for access ramps shall conform to Caltrans Revised
Standard Plan A88A and shall be cast-in-place tactile tiles by Armor-Tile or
approved equal. Color shall be selected by the Engineer from the range of colors
traditionally available from the manufacturer. Detectable warning surface shall be
installed in conformance with the Plans, these Special Provisions and the
manufacturer’s recommendations. The finished surface shall be free from
blemishes. For detectable warning surfaces, the Contractor shall submit to the
Engineer for review the following items:
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 46
A. Product Data: Submit manufacturer’s literature describing products, installation
procedures and routine maintenance.
B. Samples: Submit two tile samples of the kind proposed for use (minimum size
6” by 8”).
C. Materials Test Reports: Submit test reports from qualified independent testing
laboratory indicating that materials proposed for use are in compliance with
requirements and meet the properties indicated. All test reports shall be
conducted on a cast-in-place tactile tile system as certified by a qualified
independent testing laboratory.
D. Maintenance Instructions: Submit copies of manufacturer’s specified
maintenance practices for each type of tactile tile and accessory as required.
The manufacturer shall provide a written five year warranty for prefabricated
detectable warning surfaces, guaranteeing replacement when there is defect in the
dome shape, color fastness, sound-on-cane acoustic quality, resilience, or
attachment. The warranty period shall begin upon acceptance of the project.
Add to Subsection 303-5.5.7, “Repairs and Replacements,” of the Standard Specifications,
the following:
The Contractor is responsible for protecting all new Portland cement concrete
construction from vandalism. All construction of Portland cement concrete shall be
conducted under direct supervision of the Contractor’s staff, and shall be monitored
until the work has adequately cured and is not susceptible to damage from
vandalism. Any vandalism identified on new concrete construction shall be
removed and replaced by the Contractor, as required and directed by the Engineer,
at no additional cost to the City.
Add to Subsection 303-5.9, “Measurement and Payment,” of the Standard Specifications,
the following:
Unless otherwise specified, payment for access ramps required to be replaced due
to excavation for installation of new conduits (traffic signals, electrical, water, gas, or
other utilities) through existing access ramps shall be considered as included in the
various bid items of work, or as part of the work associated with installation of new
conduits, and no separate payment for removal and reconstruction of access ramps
will be allowed therefore.
Unless otherwise specified, payment for access ramps or driveways shall include
removal of existing concrete improvements within the area of the access ramp
(including existing access ramps) or driveway, removal and replacement of existing
asphalt concrete pavement and aggregate base within the “asphalt slot” adjacent to
the access ramp or driveay, construction of retaining curbs required for access
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 47
ramps, all adjustments to grade within the limits of the access ramp or driveway,
and removal and replacement of existing sidewalk, or construction of new sidewalk,
extending a minimum of 5 feet from the top of all access ramps or driveways (or
such further distance as necessary to conform to existing improvements).
Unless otherwise specified, payment for adjustment to grade of various utilities, pull
boxes, pull box covers, water meters, water meter covers, and other items located
within the surface of the sidewalk shall be considered as included in the payment
made for construction of the sidewalk, and no additional payment will be allowed
therefore. Payment for the work required to complete adjustments to finish grade of
any items located within the surface of the sidewalk shall be included in the
payment for construction of the sidewalk, and no separate payment will be allowed
therefore.
Unless otherwise specified, payment for relocation of existing mailboxes located
within the sidewalk shall be considered as included in the payment made for
construction of the sidewalk, and no additional payment will be allowed therefore.
Payment for the work required to remove and reinstall existing mailboxes, or
relocate existing mailboxes, located within the sidewalk shall be included in the
payment for construction of the sidewalk, and no separate payment will be allowed
therefore. The Contractor is advised to inspect the condition of existing mailboxes
and determine if the condition of the existing mailboxes will not be suitable for its
removal and reinstallation, or relocation, and to include replacement of the mailbox
in the cost of construction of the sidewalk, if necessary. Replacement of existing
mailboxes will be required as directed by the Engineer, if the mailbox condition
does not warrant its removal and reinstallation, or its relocation, or if the mailbox is
otherwise damaged in the process. Mailboxes shall be installed in accordance with
City of Palm Springs Standard Drawing No. 903, unless otherwise specified or
shown on the Plans.
10-13.3 Sidewalk – Construction of concrete sidewalk shall conform to City of Palm
Springs Standard Drawing No. 210. Sidewalk shall be constructed to the dimensions as
specified in the City’s Standard Drawing and as shown on the Plans, but application details
and other specifications not explicitly stated or shown in the City’s Standard Drawing shall
conform to Section 303-5 of the Standard Specifications. Portland cement concrete
material shall be Portland Cement Concrete of type 560-C-3250.
Measurement and Payment – Measurement for payment of sidewalks shall be by the
square foot. Payment for sidewalks shall be made at the unit price bid per square foot
for “Construct 4” Thick Sidewalk Per City of Palm Springs Standard Drawing No.
201,” and shall include full compensation for construction of sidewalks, preparation of
subgrade, all material, labor, plant, equipment, furnishing all transportation, and
protection from vandalism, complete in place, in accordance with the Standard
Specifications and these Special Provisions.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 48
10-13.3 Color Concrete Sidewalk – Construction of color concrete sidewalk shall
conform to City of Palm Springs Standard Drawing No. 210. The project includes sidewalk
with many color variations. The City’s intent is to remove existing sidewalk and construct
sidewalk to match existing color tone as much as possible. The contractor shall match
color of proposed sidewalk with the existing surrounding sidewalk. The contactor shall
obtain approval of proposed colored concrete for each location prior to removal of existing
sidewalk. Sidewalk shall be constructed to the dimensions as specified in the City’s
Standard Drawing and as shown on the Plans, but application details and other
specifications not explicitly stated or shown in the City’s Standard Drawing shall conform to
Section 303-5 of the Standard Specifications. Portland cement concrete material shall be
Portland Cement Concrete of type 560-C-3250.
Measurement and Payment – Measurement for payment of sidewalks shall be by the
square foot. Payment for sidewalks shall be made at the unit price bid per square foot
for “Construct Concrete Sidewalk (Color to Match Existing),” and shall include full
compensation for construction of sidewalks, preparation of subgrade, all material, labor,
plant, equipment, furnishing all transportation, and protection from vandalism, complete
in place, in accordance with the Standard Specifications and these Special Provisions.
10-13.4 Concrete Paver Sidewalk – Concrete pavers shall meet requirements of ASTM
C936. Pavers shall be a minimum thickness of 2-3/8 inch. The contractor shall provide
clean, non-plastic bedding and joint sand free from deleterious or foreign matter, natural or
manufacture from crush rock. The bedding shall be 6” thick. A suitable grout, in thickness
specified by the manufacturer and approved by the Engineer.
The City’s intent is to remove existing sidewalk and construct sidewalk to match existing
color tone and pattern as much as possible. The contractor shall match color and pattern
of proposed sidewalk with the existing surrounding sidewalk. The contactor shall obtain
approval of proposed colored concrete pavers for each location prior to removal of existing
sidewalk. Sidewalk shall be constructed to the dimensions as specified in the City’s
Standard Drawing and as shown on the Plans, but application details and other
specifications not explicitly stated or shown in the City’s Standard Drawing shall conform to
Section 303-5 of the Standard Specifications.
Measurement and Payment – Measurement for payment of sidewalks shall be by the
square foot. Payment for sidewalks shall be made at the unit price bid per square foot
for “Construct Sidewalk (Pavers to Match Existing Color, Size, and Pattern),” and
shall include full compensation for construction of sidewalks, pavers, filter fabric,
bedding material, preparation of subgrade, all material, labor, plant, equipment,
furnishing all transportation, and protection from vandalism, complete in place, in
accordance with the Standard Specifications and these Special Provisions.
10-13.5 Curbs and Gutters – Construction of curbs and gutters shall conform to City of
Palm Springs Standard Drawing No. 200. Curb or curb and gutter shall be constructed to
the dimensions as specified in the City’s Standard Drawing and as shown on the Plans,
but application details and other specifications not explicitly stated or shown in the City’s
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 49
Standard Drawing shall conform to Section 303-5 of the Standard Specifications. Portland
cement concrete material shall be Portland Cement Concrete of type 560-C-3250.
The contractor shall install colored curb and gutter where existing sidewalk and/or curb
ramps are colored.
Measurement and Payment – Measurement for payment of curbs and gutters shall be
by the linear foot. Measurement for payment of Type B1 gutters shall be by the linear
foot. Measurement for payment of Type D1 or D2 gutters shall be by the square foot.
There shall be no additional measurement and payment will be made for color
admixture.
Payment for Type [A3 or A4 or Modified or Variable Height] curb shall be made at the
unit price bid per linear foot for “Construct Type [A3 or A4 or Modified or Variable
Height] Curb and Gutter” and shall include full compensation for construction of [curb
AND/OR gutter], including preparation of subgrade, all material, labor, plant, equipment,
furnishing all transportation, and protection from vandalism, complete in place, in
accordance with the Standard Specifications and these Special Provisions.
10-13.6 Retaining Curb – Construction of retaining curb shall conform detail shown on
page 2 of construction plans and as shown on other sheets of construction plans.
Portland cement concrete material shall be Portland Cement Concrete of type 560-C-
3250.
The contractor shall install color retaining curb where existing sidewalk and/or curb ramps
are colored.
Measurement and Payment – Measurement for payment of retaining curbs shall be by
the linear foot.
Payment for retaining curb shall be made at the unit price bid per linear foot for
“Construct Retaining Curb per Detail on Sheet 2” and shall include full compensation
for construction of curb, including preparation of subgrade, all material including rebar,
labor, plant, equipment, furnishing all transportation, and protection from vandalism,
complete in place, in accordance with the Standard Specifications and these Special
Provisions.
10-13.7 Access Ramps – Construction of access ramps, also known as “curb ramps,”
shall conform to the Type and Case appropriate for the condition, in accordance with the
City of Palm Springs Standard Drawing No 212, 212-A, 213 or 214. If required, application
details identified on the Standard Drawings shall incorporate revisions as necessary to
conform to the most recently adopted ADA standards. Details specified in the Standard
Drawings shall govern, but the Plans shall be referred to for other specifications not
explicitly stated or shown on the Standard Drawings. Construction materials and
application details shall conform to Section 303-5 of the Standard Specifications. New
access ramps shall cleanly match existing improvements where required. Concrete
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 50
material shall be Portland cement concrete of type 560-C-3250; if existing concrete
includes a colored-admixture, new access ramps shall be constructed with colored
concrete to match existing colored concrete.
All existing access ramps along and adjacent to the streets that are included in the
Work are to be reviewed in the field by the Contractor’s Representative and the
Engineer on a case by case basis in order to determine compliance with applicable
standards and when necessary limits of removal and reconstruction. In some cases
existing improvements outside of the limits of the ramps may need to be removed and
replaced in order to join existing improvements with new or to correct areas that are
outside of compliance with current ADA standards.
The Contractor is required to furnish and install detectable warning surfaces for all
access ramps in accordance with Standard Drawing 212-A. Detectable warning
surfaces are to be Wausau Tile Detectable Warning Pavers, type ADA-2, 12” x 12”,
Color A100 or approved equal.
Measurement and Payment – Measurement for payment of access ramps shall be
made as bid item per square foot and item associated with the specific type of access
ramp and include all associated work.
Payment for Type [A or B or C] access ramps shall be made at the unit price bid per
square foot for “Construct Type [A or B or C] Access Ramp,” shall include full
compensation for all required removals, removal and replacement of the “asphalt slot,”
construction of access ramps, including preparation of subgrade, adjustment of pull
boxes and other utilities, installation of cast-in-place detectable warning surfaces,
construction and joining into adjacent curb and gutter, construction of any required curb
and gutter for the curb return, and all material, labor, plant, equipment, furnishing all
transportation, and protection from vandalism, complete in place, in accordance with the
Standard Specifications and these Special Provisions.
10-13.8 Driveways – Construction of driveways, also known as “driveway approaches,”
shall conform to City of Palm Springs Standard Drawing No 201 and County of Riverside
Standard Drawing No. 207). Details specified in the Standard Drawing shall govern, but
the Plans shall be referred to for other specifications not explicitly stated or shown on the
Standard Drawing. Construction materials and application details shall conform to Section
303-5 of the Standard Specifications. New driveways shall cleanly match existing
improvements where required. Concrete material shall be Portland cement concrete of
type 560-C-3250.
Measurement and Payment – Measurement for payment of driveway approaches shall
be by the square foot.
Payment for driveways shall be made at the unit price bid per square feet “Construct
Modified Driveway Approach, shall include full compensation for all required
removals, removal and replacement of the “asphalt slot,” construction of driveways,
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 51
including preparation of subgrade, adjustment of pull boxes and other utilities,
construction and joining into adjacent curb and sidewalk, and all material, labor, plant,
equipment, furnishing all transportation, and protection from vandalism, complete in
place, in accordance with the Standard Specifications and these Special Provisions.
10-13.9 Cross Gutters and Spandrel – Construction of cross gutters shall and Spandrel
conform to City of Palm Springs Standard Drawing No. 206. Cross gutter and Spandrel
shall be constructed to the dimensions as specified in the City’s Standard Drawing and as
shown on the Plans, but application details and other specifications not explicitly stated or
shown in the City’s Standard Drawing shall conform to Section 303-5 of the Standard
Specifications. Portland cement concrete material shall be Portland Cement Concrete of
type 560-C-3250.
Measurement and Payment – Measurement for payment of cross gutters and
Spandrel shall be by the square foot.
Payment for cross gutter shall be made at the unit price bid per square foot for
“Construct Cross Gutter and/or Spandrel Per City of Palm Springs Standard
Drawing No. 206” and shall include full compensation for construction of [curb AND/OR
gutter], including preparation of subgrade, all material, labor, plant, equipment,
furnishing all transportation, and protection from vandalism, complete in place, in
accordance with the Standard Specifications and these Special Provisions.
10-13.10 Color Portland Cement Concrete Pavement - The Contractor shall
construction Concrete Pavement according to the City of Palm Springs Standard Drawing
No. 206 (Curb Return, Spandler, and Cross-Gutter). The concrete pavement shall be 8”
thick with 12” Class II Aggregate Base.
Payment for Color Portland Cement Concrete Pavement (PCC) will be at the unit price per
square foot and shall include full compensation for furnishing concrete, steel, joints, all
labor, materials, equipment and no additional compensation will be allowed therefor.
10-13.11 Brick Street Paver – Brick pavers shall meet requirements of ASTM C1272.
Pavers shall be a minimum thickness of 3-1/8 inch. The contractor shall provide clean,
non-plastic bedding and joint sand free from deleterious or foreign matter, natural or
manufacture from crush rock. The bedding shall be 6” thick.
The City’s intent is to remove existing street/driveway and construct to match existing color
tone and pattern as much as possible. The contractor shall match color and pattern of
proposed street/driveway with the existing surrounding street/driveway. The contactor shall
obtain approval of proposed colored concrete pavers for each location prior to removal of
existing pavers.
Measurement and Payment – Measurement for payment of sidewalks shall be by the
square foot. Payment for brick street shall be made at the unit price bid per square foot
for “Construct Street Pavers (Pavers to Match Existing Color, Size, and Pattern),”
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 52
and shall include full compensation for construction of street/driveway pavers, filter
fabric, bedding material, preparation of subgrade, all material, labor, plant, equipment,
furnishing all transportation, and protection from vandalism, complete in place, in
accordance with the Standard Specifications and these Special Provisions.
10-13.12 Curb Drain (Curb-O-Let) – The contractor shall install curb drain in accordance
with manufacturer’s specs provided in the Appendix.
Measurement and Payment – Measurement for payment of curb drain shall be by the
linear foot. Payment for curb drain hall be made at the unit price bid per linear foot for
“Install HUB Pipe Per Curb-O-Let,” and shall include full compensation for
construction, all material including face plates and fittings, labor, plant, equipment,
furnishing all transportation, and protection from vandalism, complete in place, in
accordance with the Standard Specifications and these Special Provisions.
10-14 METAL HAND RAIL
10-14.1 Metal Hand Rail – The contractor shall install hand rail per Standard Plans for
Public Construction, Standard Plan No. 606-4 and Detail B.
Measurement and Payment – Measurement for payment of metal hand rail shall be by
the linear foot. Payment for metal hand rail shall be made at the unit price bid per linear
foot for “Install Metal Hand Rail,” and shall include full compensation for construction,
all material including concrete foundation, labor, equipment, furnishing all transportation,
and complete in place, in accordance with the Standard Specifications and these
Special Provisions.
10-15 SECURITY BOLLARD
10-15.1 Security Bollard – The contractor shall install security bollard WAUSAU model
#TF6020B1 (12” DIA., L-36”, H-=36”) or equivalent as shown on plans.
Measurement and Payment – Measurement for payment of security bollard shall be by
each. Payment for security bollard shall be made at the unit price bid per each for
“Install Security Bollard 4’ on Center,” and shall include full compensation for
construction, all material including concrete foundation, labor, equipment, furnishing all
transportation, and complete in place, in accordance with the Standard Specifications
and these Special Provisions.
10-16 Nuisance Water Drain
10-16.1 Nuisance Water Drain – The contractor shall install nuisance water drain per City
of Palm Spring Standard Drawing No. 710
Measurement and Payment – Measurement for payment of Nuisance Water Drain
shall be by each. Payment for security bollard shall be made at the unit price bid per
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 53
each for “Install Nuisance Water Drain Per City of Palm Springs Standard Drawing
No. 710” and shall include full compensation for construction, all material including
labor, equipment, furnishing all transportation, and complete in place, in accordance
with the Standard Specifications and these Special Provisions.
Measurement for payment of 8” H.D.P. ADS N12 Pipe shall be by linear feet and ADS
Coupler for 8” Pipe shall be by each.
10-17 ELECTRICAL SYSTEMS
Add new Section 209-6 ELECTRICAL SYSTEMS
209-6 ELECTRICAL SYSTEMS.
209-6.1 General. All materials and equipment shall be new and bear the label
of or be listed by the Underwriter's Laboratories or the National Fire Protection
Association, where applicable. All material shall be the standard products of
manufacturer, regularly engaged in the production of such material, and shall be
the latest improved design. All material of the same type or of one system shall
be supplied by the same manufacturer.
In no case shall conduits, wires, etc., be smaller in size or less in number than
that shown on Plans or called for in these Specifications, even though codes may
accept otherwise.
209-6.2 Proposed Substitutions and "Or Equal." Refer to the STANDARD
SPECIFICATIONS, Section 4-1.6 (as amended by these Special Provisions).
Equipment and wiring shown on the plans is for materials as specified. Should
equipment of other manufacturers be approved for use, the Contractor shall
make all changes in other equipment, conduit, wiring, or location of equipment
that may be required due to design or space allotment, as approved by the
Engineer, without charge to the Agency.
It is the Contractor's responsibility to show that all products proposed for
substitution are equal to the specified item by submitting sufficient information to
permit a comparative check. The term "equal" shall mean that the product or
materials offered shall have equivalent or more value to the Agency based on the
value of the item set forth in the specifications or on the Plans, and then only
after the Contractor's written submittal has been approved in writing. If, after
installation, substituted equipment is found to be not equal to that specified, that
equipment shall be replaced with approved item(s) at no cost to the Agency.
209-6.3 Inspection. At the time of electrical inspections, the Contractor shall
make available a complete set of working drawings showing progress to date and
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 54
detail variations from the plans. All variations must have prior approval of the
Engineer.
209-6.3.1 Materials and Workmanship. Materials and workmanship,
unless indicated or specified otherwise, shall be in strict conformity with
the standards of the latest editions including revisions of the Electrical
Code of the County, National Electric Code (current edition) of the
National Board of Fire Underwriters, CAL/OSHA, Electrical Safety Orders,
and the Standards of the National Electrical Manufacturers Association.
Nothing in these Plans or Specifications shall be construed to permit work
below the standards of these ordinances and those of OSHA. After
acceptance of the contract, all work found which does not conform or
comply with the applicable code shall be brought into conformance at no
cost to the Agency.
209-6.4 Referenced Specification. Reference in this Specification to the
STANDARD SPECIFICATIONS (STD. SPECS) shall mean the appropriate
section of the STANDARD SPECIFICATIONS FOR PUBLIC W ORKS
CONSTRUCTION, APWA/ AGC, LATEST EDITION and all supplements thereto,
as published by Building News, Inc., Los Angeles, California.
209-6.5 Materials.
(a) Meter Pedestal. New.
(b) Conductors. All conductors shall be copper, type "THWN" below grade
and type "THHN/THWN" for exposed conditions and above grade.
(c) Conduit. Exposed conduit shall be hot dipped galvanized rigid steel
conduit. All ells shall be factory made rigid galvanized steel conduit. No
PVC ells shall be used unless noted on drawings. All ells 45 degrees and
larger shall be sweep bends. All rigid steel conduit exposed to earth 12-
inches above finished grade shall be wrapped with 20 mil PVC tape,
Scotch tape No. 40 green or equal. PVC conduit shall be U.L. listed
"Schedule 40" with properly cemented fittings. All underground shall be
PVC Schedule 40. PVC conduit shall contain a green grounding
conductor. All stub ups into switchboards shall be green grounding
conductor. All stub ups into switchboards shall be rigid galvanized steel
conduit with ground bushings properly grounded. All PVC stub outs shall
be equipped with non-cemented approved PVC pipe caps.
(d) Bushings, Locknuts, and Conduit Fittings. Boxes, bushings, locknuts, and
similar devices shall be galvanized cast steel or cast iron, malleable iron,
or galvanized steel. Aluminum die cast or pot metal fittings or boxes are
not approved. Conduit fiber-lined bushings are required to be used with
locknuts at cabinets, switchboards, housing, and pull boxes, etc. All
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 55
conduit with cable shall be sealed at each end. Grounding bushings shall
be provided on underground rigid conduits.
(e) Pull Boxes. Precast pull boxes by Brooks Concrete Products or Quickset
are approved. Covers shall be cast iron and bolted down with
tamperproof screws. Size by code.
(f) Wire and Cable. Branch circuit wire shall be copper type THW-75
degrees or THHN/THWN in conduit and poles, as manufactured by
General Electric, Paranite, General Circle, Cirro, or Anaconda, 600v.
Ground wire shall be green TW or THW. Wires shall be color coded for
each leg. Neutral shall be white THW or THWN. Identify cable by circuit
number in each pull box by W.P. Tag. No. 6 and larger cable shall be type
THW-75 degrees stranded copper. Approved manufacturers: General
Electric, Paranite, Okonite, Anaconda, General. Cable underground shall
be color-coded by phase. Stranded wire shall be used in poles from pull
boxes to fixtures. Provide manufactured cable grips in poles to support
cables.
(g) Switches and Receptacles - Leviton Specification Grade or equal.
(h) Circuit Breakers. All circuit breakers shall conform to Federal
Specifications W-C-375, Class 2b or 2c for 120/240 volt and shall be
provided with a device for locking circuit breakers in "OFF" position.
(i) Contactors and Relays. Contactor shall be designed for 600 volts AC
mechanically held and be rated for tungsten, mercury arc, or other
reactive lighting loads and shall be equal to Square D - Type M, Class
8903 in NEMA 1 housing. Relays. Shall be 120V AC coil, 10 amp
contacts housed in NEMA 1 housing. Relays shall be equal to Square D -
Type M, Class 8903.
209-6.6 Submittals, Shop Drawings, and Record Drawings
209-6.6.1 Material List. Three copies of a complete materials list with
brochures showing all equipment indexed with job title, date, etc., shall be
submitted to the Engineer within 10 days after award of Contract.
Submitting a catalog number and manufacturer's name, and stating that
the material or item to be furnished will meet the specifications will not be
acceptable.
List the following items by make and number in the submittal:
Underground conduit, rigid galvanized steel conduit, cable, wire, pull
boxes, main switchboard, poles, fixtures, lamps, control equipment,
panels, outlets, boxes, etc.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 56
209-6.6.3 Distribution and Control Section. Submit 3 sets of shop
drawings for approval.
209-6.6.4 Record Drawings. Record drawings shall be prepared by the
Contractor and maintained in the field. All changes in the work shall be
recorded daily, accurately, on a set of blue line prints.
The location of all underground conduits and stub-outs shall also be
shown, fully dimensioned to two points of architectural reference such as
buildings, walks, walls, curbs, paving, monuments, etc., record junction
and pull boxes not shown on the drawings.
Upon completion of each portion of the work, immediately transfer all such
record information to the prints. All changes and dimensions shall be
recorded legibly with a red-point pen to the satisfaction of the Engineer.
Data shall be recorded daily and shall be subject to inspection at all times.
Failure to provide record drawings shall be cause to reschedule
inspections and withhold approval of progress payment requests.
Upon completion of the work and final inspection, the record information
shall be delivered to the Engineer. The Engineer's approval of record
drawings is a condition of approval of final payment.
Add new Section 307-21 ELECTRICAL SYSTEMS
307-21 ELECTRICAL SYSTEMS
307-21.1 General. The intent of the drawings is to describe complete systems,
and the Contractor shall furnish and install all components required to provide
complete operating electrical systems.
The following is a brief list of the electrical work to this Contract for the installation
of equipment as listed below. The work shall be complete as described in the
Specifications and shown on the drawings, and shall result in complete operating
electrical systems for the purpose intended.
Furnish and install all material, labor, and equipment necessary for complete,
operating electrical systems, except as noted otherwise. The following list shall
not be considered as a complete and detailed list of work and materials to be
supplied, but shall be used as a guide:
· Meter pedestal and switchboard.
· Distribution and control equipment.
· Underground distribution conduit, cable, and pull boxes.
· Pole foundations.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 57
· Light poles.
· Branch circuit wiring and miscellaneous work.
· Pole light fixtures, lamps, and landscape uplight fixtures.
· Outlets.
· Spare parts.
· Shop drawings, material submittals, and work schedule.
· Connections to all work of other trades.
· Record drawings and guarantees.
· Excavation for pole foundations.
· Excavation, backfill, and compaction for trenches, pull boxes, and
removed foundation.
· Disposal of excess earth.
· Approved shoring, lights, and barricades.
· Repair all damage to existing facilities caused by this work.
· Apply for and obtain all necessary permits and building department
inspections.
· Pull boxes.
· Grounding rods.
All materials and equipment shall be installed in a secure, neat and workmanlike
manner by competent workmen, and any item not so installed shall be corrected
to meet the complete approval of the Agency. If, at any time, the Contractor
believes that he cannot secure proper results through the use of the materials
and procedures specified, he shall immediately notify the Engineer and the
Agency setting forth his reasons.
The Contractor assumes all responsibility for materials, storage, damage to
equipment, and safety for all personnel and the public, until final acceptance by
the Agency. Sensitive electrical equipment should not be installed until major
construction work is completed. During and after installation, equipment shall be
protected from damage by water, dust, paint, wet concrete, plaster, etc.
Adequate barricades and lighting shall be provided for allowing trenches and
excavations.
Drawings – Performance. All scale dimensions are approximate. Before
proceeding with any work, the Contractor shall check and verify all locations and
dimensions of equipment at the site of work.
All work specified, but not clearly defined by the drawings, must be installed as
directed by the Engineer in a manner satisfactory to him. Work covered by notes
on drawings must be furnished and installed, whether or not it is specifically
mentioned in the Specifications.
The Contract Drawings indicate the extent and general arrangement of the new
and existing equipment, conduit, and wiring systems, and are essentially
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 58
diagrammatic. The drawings indicate the required sizes and points of termination
of conduits and wires and routes to avoid obstructions and provide clearance;
however, it is not the intention of these drawings to show all necessary offsets,
etc., and it shall be the responsibility of the Contractor to install all of his work to
specific conditions found on the site.
All changes from the drawings necessary to make the work conform to existing
structures or substructures, or to fit the work of other trades, or to conform to
laws and ordinances; and all other reasonable changes and adjustments in
locations of equipment, etc., prior to the installation, shall be made at no
additional expense to the Agency.
Schedule of Work. The Contractor shall schedule his work and shall coordinate
with the Agency and all other contracts in progress on the site at all times.
Necessary coordination will be specified during the preconstruction conference.
Contractor shall submit a complete work schedule at the preconstruction
conference.
Trenching shall avoid, to the extent possible, damage to existing tree roots.
Routing of trenching shall be approved by the Engineer 24 hours prior to
trenching.
307-21.2 Trenching and Conduit Work. Trenching shall be coordinated with
the irrigation system.
All irrigation lines damaged during prosecution of the work shall be repaired in
compliance with the standards in Sections 212 and 308 of the STANDARD
SPECIFICATIONS.
PVC conduit shall be laid properly and secured.
Provide warning tape as required by the Plans.
PVC conduit shall be installed below grade in a non-reinforced underground duct
bank as required by the Plans. Backfill above the duct bank shall be placed in 6-
inch layers, hand or mechanically tamped to 95 percent compaction. Flooding
will not be permitted without the specific approval of the Engineer, and then only
for the area approved. Backfill shall contain no rocks, broken concrete or trash.
Trenches shall be backfilled level with surrounding grades when fully compacted.
Trenches in lawn areas shall be sodded in accordance with Section 308-4.8(c) of
the STANDARD SPECIFICATIONS; sod type shall be approved by the Agency.
307-21.3 Pull Boxes. Install pull boxes at 125 to 150 feet maximum spacing, or
as shown on the Plans. No pull boxes shall be located where it will pose a
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 59
hazard to the using public. Pull boxes shall comply with Caltrans Revised
Standard Plan ES-8A (except as modified herein), and shall include a vandal
resistant insert (McCain or approved equal).
Special Note: For security purposes, all pull boxes shall be set four (4)
inches below grade. Conduit into the pull box shall be sealed with an approved
conduit sealer. Pull box covers shall be sealed with an approved sealer.
Concrete boxes shall be made in sections, and grouted or cemented together to
form a watertight seal. Boxes shall have an open bottom and shall be set on 24-
inch deep crushed clean ¾ inch rock. Top shall be sealed after inspection, and
the entire box made watertight. Precast pull boxes by Brooks or Christy may be
submitted for approval.
307-21.4 Splicing and Cable Identification. No splices are permitted except in
pull boxes or in pole base at hand hole. All cable splices shall be made with H1
Press compression type connectors (not bolted mechanical compression type).
All joints shall be made waterproof by several layers of rubber tape followed by
two layers of 2 lap friction tape, covered by three layers of 2 lap layers of 2 lap
plastic No. 88 Scotch tape. Splices in underground boxes shall be made with
splice kits as manufactured by General Electric or 3M Company.
Branch circuit splices in fixture shall be soldered and taped as noted above.
Compression fittings (uninsulated "Scotchlok") may be substituted for solder, but
must be taped, dipped in waterproof compound and made waterproof. Insulating
"Scotchlok" may be used, but only with waterproof Unipack Scotchcast resin.
All cables shall be identified with a punched plastic tag, such as color coded
Dymo tags, in each pull box by circuit number, voltage, and phase.
307-21.5 Connections to Equipment or System. The Contractor shall connect
to equipment furnished under other sections of the Specifications where noted on
drawings.
307-21.6 Grounding. Do not use water supply pipe as a ground. All fixtures
shall be connected to system ground. Neutral to ground shall not exceed five
ohms. Connect fixture to ground with No.10 TW wire. All rigid galvanized steel
conduit shall be properly grounded. Use proper ground clamps and conduit
fittings to ground cable and conduit to ground rods. Size, as required by Code.
307-21.7 Foundations. Contractor shall excavate and install foundations for
each pole fixture, as noted on drawings. All concrete shall be poured against
undisturbed soil. Backfilling and compacting will not be approved. From the top
8-inches of each foundation, finish the top with an outward taper of 1-inch in one
foot. A slip form may be used as the slip form is placed. Concrete for all
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 60
foundations and fixtures that is exposed shall be colored concrete and shall
follow the same provisions for colored concrete. Color shall be City select.
Foundation dimensions are based on the poles and fixtures specified. Place
foundation reinforcing steel as noted on drawings. Reinforcing steel shall be
ASTM A605, Grade 60 for No. 4 bars and larger, Grade 40 for No. 3 bars. Call
for steel placement inspection when ready.
Foundation holes shall be inspected by the Engineer prior to pouring concrete.
Structural notes on drawings govern over these Specifications.
Concrete: All concrete shall be 3000 psi and shall be ready mixed concrete,
conforming to UBC Standard 26-13. Alternate 2 of Standard 26-13 shall be the
basis of quality, and Items 1 through 4 are specified elsewhere in this section. All
exposed concrete shall be colored as stated above.
Packing: Cement shall be packed in strong paper or jute sacks with the brand
and name of the manufacturer plainly marked thereon.
Aggregates: The grading of coarse aggregates for slabs shall be the 1-inch to
No. 4 range as set forth in Table 26-2-A of UBC Standard 26-2. Grading of
coarse aggregates for all other concrete shall be the 12 inch to No. 4 range of the
same Table 26-2-A.
Storage: Aggregate shall be stored on the site separately and measured in a
manner to avoid the inclusion of foreign materials as approved by the Inspector.
Water: Water required for all purposes shall be clean, free from strong acids,
alkalis, oil, or organic materials.
Mixing: Concrete shall be a mixture in the unit proportion of portland cement. All
concrete shall be mixed in an approved power batch mixer. Materials for each
batch of concrete shall be accurately and separately measured and placed in the
mixer.
Consistency: The quantity of water used shall not exceed the maximum quantity
specified and shall be minimum necessary to produce concrete of the workability
required by the Inspector. Supplementing the predetermined amount of water by
additional water because of the slowness of discharge or for any other reason
will not be permitted.
Transit-Mixed Concrete: The Contractor may use transit-mixed concrete in lieu
of concrete manufactured on the site, provided the materials used in its
manufacture comply with the requirements of these Specifications.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 61
The manufacturer of the transit-mixed concrete shall deliver to the Inspector on
the work, a certificate with each mixer truck, stating the quantity of cement,
water, fine, aggregate, and coarse aggregate. Certificate shall be certified at
batch plant that it meets these requirements.
Transit-mixed concrete shall not be delivered to the work with the total specified
amount of water incorporated; two and one-half gallons of water per cubic yard
shall be withheld, and may be incorporated before the concrete is discharged
under the supervision of the Engineer.
The Contractor shall not re-temper any concrete or use any concrete that has
stood more than 15 minutes after leaving the mixer.
Grout: Use non-shrink structural grout under pole bases and to form pole cap.
Grout color shall match exposed concrete foundation color.
307-21.8 Cleaning Equipment and Materials. The Contractor shall thoroughly
clean all fixtures, exposed piping, apparatus, and equipment installed under its
Contract. Parts which are to be painted shall be thoroughly cleaned of cement,
plaster, etc., brushed with steel brush to remove rust, etc., clean and painted.
All dirt, rubbish, paint spots, or grease on walls, walks, poles, equipment, or
fixtures, for which the Contractor is responsible, shall be removed by the
Contractor and the premises left in first-class condition in every aspect.
All rubbish resulting from the work shall be cleaned up and removed from the site
by the Contractor; also from time to time during construction, and when so
directed by the Engineer.
307-21.9 Tests. The Contractor shall make all tests required by the Engineer,
or other authorities having jurisdiction.
The costs of all tests, repairing of all damage resulting from these tests,
replacement of equipment and materials including labor and other necessary
work, due to conformance with the Electrical Ordinances, Safety Orders, these
specifications and accompanying drawings, shall be borne by the Contractor.
Should the Contractor refuse or neglect to make any tests necessary to satisfy
the Engineer that the work has been performed in accordance with the true intent
and meaning of the contract documents, the Agency may make such tests and
charge the expense to the Contractor and retain the cost of testing from the final
payment to the Contractor.
All wiring and connections shall be tested for continuity grounds and short circuits
before the devices and equipment are connected. Upon completion of the work,
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 62
the contractor shall demonstrate to the Engineer the satisfactory operation of the
entire electrical system(s).
At the time of the final inspection, the Contractor shall have a qualified electrician
at the job site to make all required tests or demonstrate operation of electrical
equipment and lighting system(s).
307-21.10 Protection of Existing Site Improvements. Restore disturbed turf
areas, irrigation systems, etc. Repair damaged park equipment and turf caused
by the Contractor to new condition, including backfill and sodding of trench
surface to the Engineer's satisfaction.
307-21.11 Guarantee. The Contractor shall guarantee all work of this Contract
to be free from defects in material and workmanship for a period of one (1) year
from the date of acceptance of the work.
The Contractor shall repair or otherwise make good at its own expense all
defects developed during the guarantee period. The Agency may notify the
Contractor by the telephone or in writing, and all guarantee work shall be
performed within 48 hours after receiving notice from the Agency.
The Contractor's general guarantee shall be on their letterhead, and shall include
the foregoing provisions and emergency telephone numbers. Together with the
required manufacturer's guarantees, the Contractor's guarantee shall be bound
and furnished to the Engineer in at least three copies.
307-21.12 Turn-Over Items. Panel keys, spare parts, record drawings,
maintenance manuals, guarantees; all items shall be delivered to the Engineer
prior to authorization of final payment.
307-21.13 Payment. Measurement of the lighting and electrical system shall be
as a lump sum item, complete and operational, in place. Measurement of the
lighting and electrical system items shall be made at the units noted in the Bid
Schedule, as confirmed and measured in the field and verified by the Engineer.
Payment for the various lighting and electrical system items shall be made at the
lump sum price listed in the Bid Schedule, and shall constitute full compensation
for completion of the lighting and electrical system components complete and
fully installed, as specified and as indicated on the Plans, and shall include full
compensation for providing, furnishing, installing, connecting, and testing the
lighting and electrical system, and all other appurtenant work.
Payment for the various lighting and electrical system items shall be made at the
Contract unit prices listed in the Bid Schedule, and shall constitute full
compensation for completion of the lighting and electrical system components
complete and fully installed, as specified and as indicated on the lighting and
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 63
electrical plans, and shall include full compensation for providing, excavating,
installing, connecting, and testing the lighting and electrical system, and all other
appurtenant work.
Special Note: The City’s identification of separate bid items segregates the major
elements of the lighting and electrical system work identified on the plans. The
Contractor shall include in its bid item prices all appurtenant and miscellaneous
items and work necessary to fully and completely implement the required lighting
and electrical system work as shown on the plans, and no additional compensation
will be allowed therefore.
10-18 TRAFFIC STRIPING, SIGNAGE, AND MARKINGS
10-18.1 Pavement Markings - Pavement markings shall conform to the provisions in
Section 214, “Traffic Striping, Curb and Pavement Markings and Pavement Markers” of
the Standard Specifications and these Special Provisions.
Whenever the Contractor's operations obliterate pavement delineation (lane lines, either
pavement markers or painted lines or both), such pavement delineation shall be replaced
by Contractor before completion of project. Either permanent or temporary delineation
shall be installed by Contractor before opening the traveled way to public traffic.
Temporary delineation shall consist of reflective raised pavement markers (Type "T")
which shall be applied in accordance with the manufacturer's printed instructions.
Temporary delineation shall be the same color as the permanent delineation. Full
compensation for temporary delineation shall be included in the prices paid for the contract
items of work that obliterated the existing delineation and no separate payment will be
made therefore.
Traffic striping and pavement markings may be installed at night after 8:00 p.m. or in the
early morning before 6:00 a.m. with the prior approval of the Engineer. Payment for
installing pavement markings and markers at night shall be considered as included in the
lump sum bid item price for removal and replacement of all existing traffic striping, and no
additional compensation will be made therefore.
The Contractor shall use Caltrans standard stencils for all legends and markings on this
project, conforming to the latest standards.
The Contractor shall contact the Engineer, 72 hours before any legends are painted on
city streets to ensure that the patterns the Contractor is using match the patterns used by
the City of Palm Springs. No other pattern will be allowed except patterns that match
patterns used by the City of Palm Springs.
10-18.2 Removal of Traffic Striping and Pavement Markings - All existing paint,
thermoplastic traffic striping, pavement markers, and pavement markings shall be
removed as indicated herein.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 64
Where paint, thermoplastic striping or markings exist, they shall be removed by grinding or
sandblasting. Where such removal operation is being performed within 10 feet of a lane
occupied by public traffic, the residue including dust shall be removed immediately after
contact between the erasing machine and the surface being treated. Such removal shall
be by sweeping concurrently with the erasing operation. Traffic shall be adequately
protected from dust and debris during removal operations.
Nothing in these Special Provisions shall relieve the Contractor from its responsibilities as
provided in Section 7-10, “Public Convenience and Safety,” of the Standard Specifications.
10-18.3 Pavement Markers - Pavement markers shall conform to the provisions in
Section 214, “Traffic Striping, Curb and Pavement Markings and Pavement Markers” and
shall be removed and placed in accordance with Section 314 of the Standard
Specifications and these Special Provisions.
All new non-reflective raised pavement markers shall be ceramic; no plastic pavement
markers shall be used. Ceramic markers shall be manufactured by Apex Universal,
Glowlite, Novabrite, or approved equal.
All new reflective raised pavement markers shall include an Abrasion Resistant Surface
(ARS), and shall be manufactured by Apex (Model 921AR), Ennis-Flint (Stimsonite Model
C80), Rayolite (Model AA Arc II FH), or approved equal.
Hot Melt Bituminous Adhesive, as specified by Section 214-7.3 of the Standard
Specifications, or an alternative equal approved by the City Engineer, shall be used for
installation of all raised pavement markers.
An approved “or equal” flexible bituminous adhesive shall be a hot-applied thermoplastic
bituminous adhesive, product “HE184 – Flexible Dotstick”, manufactured by Henry
Company, 999 N. Sepulveda Blvd., Suite 800, El Segundo, CA 90245; (800) 486-1278;
us.henry.com; or “Hot-Applied Flexible Pavement Marker Adhesive”, Part No. 34270,
manufactured by Crafco, Inc., 420 N. Roosevelt Ave., Chandler, AZ 85226; (800) 528-
8242; www.crafco.com, or approved equal.
All existing raised pavement markers shall be replaced, and new markers of either
reflective or non-reflective type installed in accordance with the raised pavement marker
traffic striping details from the State of California “Caltrans” Standard Plans. All lane lines
and centerlines delineated within the project, including those streets currently delineated
with paint or thermoplastic, will be delineated with pavement markers and not with paint or
thermoplastic. All channelizers removed by the Contractor’s operations shall be replaced
in like kind, at its expense.
The Contractor shall install all raised pavement markers and reflectors, not less than 14
days after completion of pavement surfacing as the job proceeds along, and shall rabbit
track the proposed project as the job proceeds before completion of work each day, and
not at total completion of the Work.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 65
The Contractor shall establish all traffic striping by string line and rabbit tracking to provide
markings that will vary less than ½-inch in 50 feet from the specified alignment.
All additional work necessary to establish satisfactory lines for markers shall be performed
by the Contractor.
10-18.4 Blue Hydrant Markers - Blue hydrant markers shall be reflective raised
pavement markers and shall include an Abrasion Resistant Surface (ARS), and shall be
manufactured by Apex (Model 921AR), Ennis-Flint (Stimsonite Model C80), Rayolite
(Model AA Arc II FH), or approved equal.
Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a
line perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue
markers shall be installed. Each shall be placed 6 inches from the centerline of the half-
street closest to the fire hydrant and on a line perpendicular to the fire hydrant. Blue
hydrant markers shall be installed whether or not existing prior to construction of the
asphalt concrete overlay or slurry seal.
10-18.5 Traffic Signs – This work shall include the furnishing and installation of new signs
and posts, relocating existing signs as indicated on the Plans with new post(s), and
salvaging signs to the City Yard.
All work and materials shall conform to the provisions set forth in Section 56 of the latest
issue as currently available of the State of California, Department of Transportation
Standard Specifications entitled “Signs,” except as noted otherwise in the following Special
Provisions.
All sign panels shall be 0.080 in gauge 6061-T76 or 5052-H38 aluminum alloy certified as
meeting all California Specifications and treated with an alodine 1200 conversion coating.
All signs shall have reflective 3M or Avery Dennison sheeting meeting current MUTCD
standards (a minimum of Type IV High Intensity Prismatic Sheeting). Any chipping or
bending of sign panels shall be considered as sufficient cause to require replacement of
panels at the Contractor’s expense.
The sign post assembly shall consist of a 2 in. square perforated steel tube. The anchor
assembly will consist of a 2¼ in. square perforated steel tube which measures 2’-6” or 3 ft.
long. The steel tubes shall be 12 gage and fully galvanized inside and outside.
All sign installations shall have a minimum vertical clearance of (7 ft. from the bottom of the
sign to grade and a minimum horizontal clearance of 2 ft. from face of curb to edge of
signpost. There must be a minimum 4 ft. clearance from sign post to the back edge of the
sidewalk for wheelchair access or as specified by resident engineer. When there is no
sidewalk, curb and gutter, the horizontal clearance shall be 6’ to 8’ from edge of pavement.
The Contractor shall replace existing sign post if the minimum vertical clearance of the
signs cannot be achieved.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 66
All signs not mounted on streetlights or traffic signal standards shall be attached to a 2 in.
square perforated fully galvanized (inside and outside) 12-gauge steel tube post. The post
shall be anchored in the ground by a two piece, perforated, fully galvanized anchor and
sleeve assembly in all cases. The anchor shall be 36” in length if being installed in soil
and may be 30” in length if being installed through asphalt concrete or through Portland
cement concrete.
The anchor and sleeve assembly shall be power driven into the ground simultaneously
until 4” of the anchor and sleeve assembly is above the grade. The square sign post shall
then be installed into the anchor and sleeve assembly to a minimum of 6” and secured in
place with a minimum of two 3/8 inches drive rivets installed in the on-coming traffic side
and curb side to pull the post into one corner of the anchor.
All signs shall be installed with washers larger than the head of the drive rivet or bolt
(Fender washers preferred).
Installation according to these requirements is essential to maintain the break-away
characteristics of the post system. Under no circumstances shall the anchor assembly be
secured in concrete footings.
Any sign measuring 36” or larger, except stop signs and street name signs must have
approved strapping or back braces installed. Any deviation shall be approved by the
Engineer.
All signs shall be installed before the roadway is open to traffic. However, those signs that
are not applicable at the time of opening shall be covered until such time when they
become valid.
Existing traffic signs and posts that do not conform to the approved Plans shall be
removed by the Contractor. All signs and posts removed shall be delivered to the City
Yard. Any holes left in the existing sidewalk as a result of post removal shall be filled by
the Contractor with a Por-Rock concrete mix or equal to a point flush with the existing
sidewalk.
All signs and posts shall be new unless specified to be reused. Any damaged existing
signs or signposts that are denoted as being relocated on the Plans shall be replaced with
new materials, as directed by the Engineer.
10-18.6 Measurement and Payment – Measurement for traffic striping, signage and
markings shall be individually per linear foot, square foot, and each, complete, in place. .
Payment for Traffic Striping, Signage, Markings, and Markers, shall be made at individually
per linear foot, square foot, each and shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the work involved in
traffic striping including establishing alignment for traffic striping and pavement markings,
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 67
layout work, removing markers, and sandblasting, as shown on the Plans, as required by
the Standard Specifications and these Special Provisions, and as required by the
Engineer.
10-19 TRAFFIC SIGNAL, LIGHTING & ELECTRICAL SYSTEM
All equipment, materials, and components for traffic signal modifications shall conform
to the provisions in Section 86, “General” and Section 87, "Electrical Systems", of the
2015 edition Standard Specifications, amendments to the 2015 Standard Specifications,
and these Special Provisions and on the Plans.
These Plans and Specifications are hereinafter referred to as State Standard Plans and
State Standard Specifications. Copies of these documents are available from the
Caltrans, District 7 office at 100 South Main Street, Los Angeles, California 90012 or
from Caltrans, 6002 Folsom Boulevard, Sacramento, California 95819, (916) 445-3520.
10-19.1 General - first order of work shall be to place the order for all long-lead time traffic
signal equipment within 15 days of execution of the contract. It shall be the
responsibility of the Contractor to place the order for all traffic signal poles and
equipment. Within 15 days of award, the Contractor shall furnish the City Engineer with a
statement from the vendors that the orders for all required traffic signal equipment has
been received and accepted by said vendor.
Prior to commencement of the traffic signal function test, all items of work related to signal
control shall be completed.
The Contractor shall have first delivery of the following materials made to the City of Palm
Springs Storage Yard to avoid additional environmental testing costs. The list identified
below may not identify all Contractor furnished required materials. All equipment shall be
furnished and supplied by the Contractor as identified on the traffic signal plans (the
following may not be a complete list):
· Model 2070 ATC Controller Unit
· Type 332L Cabinet
· Type III-CF Service Enclosure;
· 12” Traffic Signal Heads;
· LED Signal Indications per ITE specifications;
· LED Street Name Signs;
· Traffic signal poles and standards
· ADA Polara Navigator Pedestrian Push Buttons
· Tomar Emergency Vehicle Pre-Emption System
· Clary Battery Backup System
· Iteris Vantage Vector Hybrid Video/Radar Detection System
· Caltrans approved Light Emitting Diode (LED) safety lights
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 68
· Pedestrian Motion Sensor for Crosswalk Occupancy Detection System
(Smartwalk® XM or equal0
Contractor shall strictly follow plans for relocation of any existing equipment.
Contractor to provide all poles, mast arms, luminaire arms, pedestrian heads, pedestrian
push buttons, luminaires, foundation bolts and any other hardware necessary for the
installation of traffic signal equipment as shown per plans.
10-19.2 Schedule of Values. The schedule of values (cost breakdown) shall be
submitted to the Engineer in conjunction with equipment list and drawings.
10-19.3 Equipment List and Drawings. The controller cabinet schematic wiring
diagram and intersection sketch on ISO A1 Sheets 24 by 36 inches shall be combined into
2 drawings, so that, when the cabinet is fully open, the drawing is oriented with the
intersection. These sheets shall include serial and model numbers of all equipment
contained in the cabinet.
The Contractor shall furnish a maintenance manual for all controller units, auxiliary
equipment, and vehicle detector sensor units, control units and amplifiers. The
maintenance manual and operation manual may be combined into one manual. The
maintenance manual or combined maintenance and operation manual shall be submitted
at the time the controllers are delivered for testing or, if ordered by the City Engineer,
previous to purchase. The maintenance manual shall include, but need not be limited to,
the following items:
A. Specifications
B. Design Characteristics
C. General operation theory
D. Function of all controls
E. Trouble shooting procedure (diagnostic routine)
F. Block circuit diagram
G. Geographical layout of components
H. Schematic diagrams
I. List of replaceable component parts with stock numbers
The Contractor is required to submit to the Engineer Record Drawing prints, prior to the
City's accepting the installations. The prints shall indicate in red all deviations from the
contract plans such as location of poles, pull boxes and runs, depths of conduit, number of
conductors and other appurtenant work for future references. Failure to comply with this
requirement may result with the City NOT accepting the Project as complete. The
contractor can expect the City to conduct a pre-acceptance maintenance inspection of all
constructed components, including wiring, prior to accepting the project as complete and
recommending release of the retention funds.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 69
The equipment list shall be submitted to the Engineer within ten (10) working days after
the date of the Notice of Contract Approval.
Materials lists, manufacturer's data, brochures, technical data, etc., shall be labeled and
identified, and shall be submitted in bound booklet form.
The Contractor shall retain one copy of all approved material lists and samples at the
job site, readily accessible for inspection by the Engineer. Said materials lists and
samples shall be the basis for approval or rejection of work.
The Contractor shall guarantee the entire work constructed under this contract and will
fully meet all requirements as to quality of workmanship and materials furnished by him.
The Contractor shall make, at the Contractor’s expense, any repairs or replacements
made necessary by defects in workmanship or materials that becomes evident within 1
year after acceptance of work by the Agency and to restore to full compliance with the
requirements of these Specifications, any part of the work which during the 1-year
period is found to be deficient with respect to any provision of the Plans and
Specifications. The Contractor shall make all repairs and replacements promptly upon
receipt of written orders from the Engineer. If the Contractor fails to make the repairs
and replacements promptly, the City may do the work and the Contractor and his surety
shall be liable to the City for the cost.
Whenever any work or equipment is to be guaranteed or maintained by a manufacturer,
supplier, or subcontractor, said obligation shall be that of the Contractor.
All guarantees shall be in writing and delivered to the Engineer by the Contractor prior
to final acceptance of the work.
10-19.4 Maintaining Existing and Temporary Electrical Systems. If the traffic signal
work includes modification of an existing traffic signal, the Contractor shall include and
be responsible for all work and materials required to keep the existing traffic signal and
street lighting systems operational, including temporary traffic signal poles and electrical
system wiring necessary to maintain the traffic signal in operation. The Contractor shall
NOT assume that the existing traffic signal operation will be converted to an all-way
stop control for the Contractor’s convenience. In the event the Contractor requests, for
his convenience, the Engineer’s approval to allow an all-way stop control in lieu of
maintaining the existing traffic signal operation during construction, the Contractor shall
submit a Change Order Request identifying the amount of the credit eligible to the City
for eliminating the requirements to maintain the existing traffic signal operation pursuant
to this section. All work associated with maintaining the existing traffic signal operation,
including furnishing temporary traffic signal poles and completing electrical system
wiring, shall be considered as included in the lump-sum price bid for the traffic signal
work, and no additional compensation will be allowed therefor.
New traffic signal system shall be in operation before the removal of existing traffic
signal.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 70
Traffic signal shutdowns shall be limited to the hours between 9 a.m. and 3 p.m. and
shall not be permitted on Friday, Saturday, or Sundays.
If existing overhead utility lines are affected by the work, the Contractor shall coordinate
with an Edison certified contractor to comply with minimum overhead clearances for the
removal and/or installation of existing traffic signal poles. The cost to hire an Edison
certified contractor to perform work shall be included in the lump sum price bid for traffic
signal work, and no additional compensation will be allowed therefore.
Where the Contractor-installed facilities are damaged prior to final acceptance by the
Engineer, the Contractor shall repair or replace such facilities at his own expense. This
provision shall also apply in cases where a third party has caused the damage prior to
the City’s acceptance of the traffic signal work.
The Contractor shall arrange to have a signal technician, qualified to work on the controller
and employed by the controller/equipment manufacturer or its representative, present at
the time the controller/equipment is turned on. This includes when an existing traffic signal
system is modified.
Special Note: Standards (poles) shall not be placed on foundations until five (5) working
days before scheduled turn on. The Contractor shall confirm with the Engineer, in writing,
the date of installation of all new traffic signal poles, which date shall not exceed 5 working
days prior to scheduled traffic signal turn on.
10-19.5 Scheduling of Work. No work shall commence and no material or equipment
shall be stored at the jobsite until such time that the Contractor notifies the Engineer in
writing of the date that all electrical materials and equipment are to be received. Upon
receipt of said notification by the Engineer, the Contractor may commence work within
5-working days prior to said delivery date. The traffic signal must be operational within
5 days after erection of standards.
The job site shall be maintained in a neat and orderly condition at all times and areas of
sidewalk removal to be left open for less than 5 days shall be covered with plywood
sheeting and barricades, upon approval by the Engineer. Areas to be left open more
than 5 days, or when required by the Engineer, shall be patched with temporary AC
pavement, smoothed to provide a level finished walking surface.
All striping, pavement markings, and signing shall be in place prior to signal turn on.
Turn on of the traffic signal system shall not be made on a Friday or the day preceding a
legal holiday, and will be permitted between the hours of 9 a.m. and 2 p.m. only. The
City shall be notified at least 48 hours prior to the intended turn on and the City’s signal
maintenance company must be present.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 71
10-19.6 Warranties, Guaranties, Instruction Sheets, and Manuals - Warranties and
guaranties shall conform to these Special Provisions.
1. LED modules shall have five (5) years of manufacturer warranty.
2. Battery Backup System (BBS) shall have five (5) years of manufacturer warranty.
The first three (3) years shall be termed the “Advanced Replacement Program”.
Under this program, the manufacturer will send out a replacement within two
business days of the call notifying them of an issue. The replacement unit may
be either a new unit or a re-manufactured unit that is up to the latest revision.
The last two years of the warranty will be factory-repair warranty for parts and
labor on the BBS.
3. Video Detection System shall have three (3) years of manufacturer warranty.
During the warranty period, technical support from factory-certified personnel or
factory-certified installers shall be available via telephone within four (4) hours of
the time when a service call is made.
4. Edge Lit LED internally illuminated street name sign shall have two (2) year of
manufacturer warranty.
5. Pedestrian Motion Sensors for Crosswalk Occupancy Detection shall have three
(3) years of manufacture warranty.
6. All other equipment and systems shall have at least one (1) year of manufacturer
warranty.
The Contractor shall furnish the manufacturer’s standard written warranty pertaining to
defects in materials and workmanship for all equipment, and two (2) sets of user,
operation, and maintenance manuals, written in English, on all equipment and
components for the traffic signal and highway lighting system to the Engineer.
10-19.7 Excavation and Backfilling. Excavation for foundation shall be hand dug until
clear of obstructions.
Existing footings for street lights and traffic signals shall be removed six (6) inches
below grade unless noted otherwise on the plans. If the existing footing is noted on the
plan to be removed, the remaining hole shall be backfilled and compacted.
10-19.8 Foundations. Foundations shall conform to the provisions in Section 51,
"Concrete Structures”, Section 56-3, “Standards, Poles, Pedestals, and Posts”, and
Section 87-1.03E(3), "Concrete Pads, Foundations, and Pedestals", of the Standard
Specifications and these Special Provisions.
Portland cement concrete shall conform to Section 90-2, "Minor Concrete", of the
Standard Specifications and shall be Class 3 except pole foundations shall be Class 2.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 72
Use Type V Portland cement with a maximum W/C ratio of 0.4 when the soil type is
determined by the City Engineer to have high alkalinity content and place an
impermeable membrane (6-mil visqueen) under and around the concrete foundation for
signal pole.
Vibrate all foundation concrete to eliminate air pockets.
The exact location of all foundations for signal equipment and the service and controller
cabinets shall subject to approval by the City Engineer prior to the start of any excavation
work. Foundations shall be formed with the use of Sonotube fibre forms (by Sonoco
Corporation, (888) 766-8823), or approved alternative one-piece, spirally wound and
laminated fibre forms. Foundations shall not be formed against excavated earth.
10-19.9 Standards, Steel Pedestals, and Posts. 87-1.03J, "Standards, Poles, Steel
Pedestals and Posts", of the Standard Specifications and these Special Provisions.
In addition to identifying each pole shaft as detailed on ES-7M of the CALTRANS
Standard Plans, the Contractor shall also identify each mast arm for all signals and
luminaires. The stamped metal identification tag shall be located on the mast arm near the
butt end and shall contain the same information required by ES-7M.
In addition, Contractor shall, at the expense of the Contractor, arrange for the
transportation of any equipment to be salvaged to the City of Palm Springs storage yard.
The traffic signal must be operational within 5 days after erection of standards.
10-19.10 Conduits - Conduit shall conform to the provisions in Section 86-1.02B,
"Conduit and Accessories", and 87-1.03B, “Conduit Installation”, of the Standard
Specifications and these Special Provisions.
Conduits shall be Type 3, Type A, extruded, rigid Polyvinyl Chloride (PVC) conforming
to UL Publication 651 requirements for underground installation only. Non-metallic type
conduit used for electrical service shall be 3” PVC (Schedule 80) per Southern California
Edison requirements. Bell bushings are required for all conduit ends.
After conductors have been installed, the ends of conduits terminating in pull boxes and
controller cabinet shall be sealed with an approved type of sealing compound.
Conduit runs are shown schematically in the desired locations. Field conditions at the time
of construction may dictate minor changes to facilitate the contractors work. Such minor
changes will not constitute extra work. Actual installation shall be done in the most direct
manner or as directed by the Engineer. There shall be no angle points within a conduit run
between pull boxes; conduit runs shall extend true and straight between pull boxes, as
required by the Engineer.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 73
At locations where conduit is to be installed under Portland cement concrete or asphalt
concrete pavement, and existing underground facilities require special precautions,
conduit shall be installed by open trenching as provided herein. The provisions of Section
87-1.03B “Conduit Installation by the Trenching-In-Pavement Method” of the Caltrans
Standard Specifications relating to “Conduit Installation by the Trenching-In-Pavement
Method,” are hereby revised to read as follows:
Open Trenching, Installation of Conduit - Conduit shall be placed under existing
pavement in a trench approximately 12 inches wide. Conduit depth shall not
exceed 24 inches or as may be required to clear underground utilities. The top of
the installed conduit shall be a minimum of 18 inches below finish grade. If a trench
detail is provided on the plan, installation of conduit shall comply with the detail
shown on the Plans.
In areas where additional pavement is to be placed, trenching installation shall be
completed prior to placing the final pavement layer.
The outline of areas of pavement to be removed shall be cut to a minimum depth
of 3 inches with appropriate saw cutting equipment. Cuts shall be neat and true
with no shatter outside the removal area. Pavement shall be sawcut and
removed a minimum of 12 inches beyond the edges of the trench, to create a “T-
Section” extending a minimum of 4 feet wide centered over the conduit, or as
shown on the trench detail provided on the plan.
Unless otherwise shown in a trench detail on the plan, the conduit shall be
placed in the bottom of the trench, and the trench may be backfilled with native
soil up to a depth of 11 inches below the top of pavement. At the Contractor’s
option, the trench may be backfilled with slurry cement backfill in accordance with
Section 19-3.02E of the Caltrans Standard Specifications. A layer of 6 inches of
Class 2 Aggregate Base shall be spread and compacted in accordance with
Section 26 “Aggregate Bases” of the Caltrans Standard Specifications.
No open trench will be allowed in the travel lane overnight.
Unless otherwise shown in a trench detail on the plan, a layer of 5 inches of Type
B ½” Maximum, Medium asphalt concrete pavement in accordance with Section
39 of the Caltrans Standard Specifications shall be spread and compacted within
the “T-Section” extending over the excavated trench in conformance with City of
Palm Springs Standard Drawing No. 115, or as otherwise approved by the
Engineer. Prior to spreading asphalt concrete, paint binder (tack coat) shall be
applied in conformance with the provisions in Section 39-2.01C "Tack Coat".
Spreading and compacting of asphalt concrete shall be performed by any
method which will produce an asphalt concrete surfacing of uniform smoothness,
texture and density.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 74
All excavated areas in the pavement shall be backfilled with temporary asphalt
concrete pavement by the end of the work day in which the trenching occurred.
Unless otherwise allowed by the Engineer, permanent asphalt pavement shall be
placed within 3 calendar days after trenching occurred.
Replacement of Portland cement concrete shall comply with Section 73 of the
Caltrans Standard Specifications such that new Portland cement concrete curbs
and sidewalks or other facilities that are required to be removed are joined to
existing improvements to the satisfaction of the Engineer.
Costs for trenching (and all necessary backfill and repairs), including all materials,
equipment, and labor shall be included in the contract lump sum price bid for traffic
signal work, and no additional compensation will be allowed.
10-19.11 Pull Boxes – Pull boxes shall conform to the provisions in Section 86-1.02C,
"Pull Boxes", 87-1.03C, “Installation of Pull Boxes”, of the Standard Specifications and
these Special Provisions.
Pull Boxes. Pull boxes shall be No. 6 unless noted otherwise on plans. Pull boxes
adjacent to controller shall include an extension. The Contractor shall furnish and install
new pull boxes, whether or not indicated on the plans, in the event existing pull boxes are
damaged or unusable for installation of new conductors or signal cable, or for rewiring the
traffic signal with existing conductors. The Engineer, in his sole discretion, shall determine
whether an existing pull box shall be removed and replaced with a new pull box. Grout
shall not be placed in bottom of pull boxes. Pull boxes, pull box covers, and pull box
extensions shall be concrete unless specified otherwise for various other electrical work
elsewhere in these special provisions.
No.6 pull box covers shall be reinforced fiberglass material.
Recesses for suspension of ballasts will not be required.
Plastic pull boxes are not acceptable.
Pull boxes installed in unimproved areas, which may be subjected to vehicular traffic,
grading and/or disking operations, shall be installed similar to the traffic installations shown
on State Standard Plan ES-8B, except that cover shall be set 2" above existing grade and
the concrete surround shall be 12" thick and sloped from existing grade to the top of the
pull box.
Pull box cover marking shall be per State Standard Plan note 4. CALTRANS cover
marking shall not be allowed. Covers shall be marked “Traffic Signal,” or as required by
the Engineer.
Pull boxes shall not be located in or within one foot (1') of a pedestrian ramp.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 75
10-19.12 Conductors and Cables - Conductors and Cables shall conform to the
provisions in Section 86-1.02F, "Conductors and Cables", 87-1.03B, “Conduit
Installation” of the Standard Specifications and these Special Provisions.
A separate neutral wire shall be run from the controller cabinet to each intersection corner
to the 1-A pole terminal block. Where there is no 1-A pole, the neutral runs to the main
pole.
Conductors No. 8 AWG and larger shall be stranded.
Splicing and Terminals. Conductors No. 10 AWG or larger shall be spliced by the use
of "C" shaped compression connectors.
Splices shall be Type C insulated by Method B, as shown on State Standard Plan ES-13A,
except detector conductor (video, loop, etc.) splices shall be Type S or T insulated by
Method B, as shown on Standard Plan ES-13A, and shall also be soldered.
10-19.13 Signal Interconnect Cable - Signal Interconnect Cable shall conform to the
provisions in Section 86-1.02F(3)(d)(v), “Signal Interconnect Cable”, 87-1.03F(2)(c)(iv)
Signal Interconnect Cable of the Standard Specifications and these special provisions.
Signal Interconnect Cable (SIC) shall be 6-pair, No. 20 AWG cable unless specified
otherwise.
Submit a sample of the proposed SIC to the Engineer for approval prior to installation.
SIC shall be pulled without splices in between traffic signal controller cabinets. Provide
6 feet of slack in each pull box, 20 feet of slack inside the pull box adjacent to the
controller cabinet, and 3 feet of slack inside the controller cabinet.
Solder each end of SIC conductor to a terminal lug using the hot iron method and
connect them to the terminal block inside the controller cabinet in the following order:
Terminal
Block
Number
SIC Conductor Color Coding
(County)
SIC Conductor Color Coding
(Caltrans)
1 White (White / Blue pair) White (Black / White pair)
2 Blue (White / Blue pair) Black (Black / White pair)
3 White (White / Orange pair) Red (Black / Red pair)
4 Orange (White / Orange pair) Black (Black / Red pair)
5 White (White / Green pair) Brown (Black / Brown pair)
6 Green (White / Green pair) Black (Black / Brown pair)
7 White (White / Brown pair) Blue (Black / Blue pair)
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 76
8 Brown (White / Brown pair) Black (Black / Blue pair)
9 White (White / Slate pair) Green (Black / Green pair)
10 Slate (White / Slate pair) Black (Black / Green pair)
11 Red (Red / Blue pair) Yellow (Black / Yellow pair)
12 Blue (Red / Blue pair) Black (Black / Yellow pair)
10-19.14 Bonding and Grounding - Bonding and grounding shall conform to the
provisions in Section 86-1.02F(2)(c)(iii), "Bonding Jumpers and Equipment Grounding
Conductors", of the Standard Specifications and these Special Provisions.
Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal
standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire
in adjacent pull box. Grounding jumper shall be visible after cap has been poured on
foundation. Grounding rod in controller pedestal shall be copper rod minimum 5/8" x 8'
penetration into the earth (approx. 9' total length). Rod shall extend 1" above finished
pedestal surface which is 6 inches above grade.
10-19.15 Service – Service shall conform to the provisions in Section 86-1.02P(2),
“Service Equipment Enclosures”, Section 87-1.03L, “Utility Service”, Section 87-1.03P,
“Service Equipment Enclosures”, of the Standard Specifications and these Special
Provisions.
Service equipment enclosure for traffic signal and safety lighting system shall be Type
III-CF, as shown on the Standard Plans, ES-2F, and shall conform to the following:
1. 120 / 240 volt, 2 meter services unless otherwise shown on the plans.
2. Circuit breakers required:
· 2 - 100 Amp 2 pole (signal main and lighting main)
· 1 - 30 Amp 1 pole (signals)
· 1 - 20 Amp 1 pole (internally illuminated street name signs)
· 1 - 15 Amp 1 pole (luminaire photoelectric control)
· 1 - 15 Amp 1 pole (street name sign photoelectric control)
· 1 - 15 Amp 1 pole (video detection cameras)
· 1 - 20 Amp 1 pole (for each beacon, if applicable)
3. Cabinet shall be fabricated from aluminum sheeting and finish shall be
anodic coating in accordance with Section 86-1.02P(2), “Service
Equipment Enclosures”.
4. Circuit breakers shall be marked with identifying labels for each circuit
breaker.
Type V photoelectric control contactor and test switch assembly shall be installed in the
service cabinet. Photoelectric control contactors shall be as follows:
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 77
1. Luminaires - 60 Amp electrically held contact
2. Street name signs - 30 Amp electrically held contact
A GFCI outlet shall be installed on the interior side of service cabinet door.
Photo Electric Control assembly shall be installed within the circuit breaker
compartment of the service equipment enclosure, and accessible to the Engineer after
installation of electrical meters.
Type III-CF electrical service pedestal shall be furnished and installed by the contractor.
The Contractor shall arrange for the transportation of the service enclosure to the site. The
Contractor shall keep the existing traffic signal operational for the duration of removing
the existing service pedestal foundation and installing the new Type III-CF service
pedestal foundation. The Contractor shall contact the serving electric company to
coordinate the need to shut off and return power to the existing and new service
pedestals as needed.
The Contractor shall be responsible for contacting the utility company, arranging and
providing for the electrical service connection, and ensuring that adequate notice is
provided to the serving electric company in advance of need per Section 87-1.03L,
“Utility Service”. The City of Palm Springs will pay all electric company fees required.
Electrical service equipment installation and conduit run details shall be as specified by
the serving utility company, and written proof of their approval by the utility shall be
submitted to the Engineer prior to installation. The Contractor shall be responsible for
all service details, expenses, and scheduling far in advance of need.
10-19.16 Testing - Testing of traffic signal equipment, including controller units, fully wired
cabinets and auxiliary equipment, shall be arranged for and paid by the Contractor.
The Contractor shall be responsible for designating a laboratory or manufacturer for the
environmental and functional testing of new controllers, and the Contractor shall provide all
new controllers to that laboratory or manufacturer for testing at least 3 weeks prior to their
installation. The Contractor shall provide advance notice to the Engineer of the selected
laboratory or manufacturer to perform the required functional testing of the new controllers,
for review and approval by the Engineer.
The City has identified two sources available to provide new controller environmental and
functional testing. The following sources are non-exclusive, and the Engineer will accept
other sources selected by the Contractor to provide the new controller testing. The
Contractor assumes all liability for selecting its laboratory or manufacturer for new
controller testing, including the two sources listed below:
· Computer Service Company
210 N. Delilah Street
Corona, CA 92879
(951) 738-1444
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 2
· Siemens
1266 N. La Loma Circle
Anaheim, CA 92806
(714) 630-2100
The Contractor shall be responsible for all costs associated with the environmental and
functional testing of the new controllers, to be tested at the Contractor’s selected testing
laboratory or manufacturer. Payment for environmental and functional testing of new
controllers and associated services shall be considered as included in the Contractor’s
lump sum bid for the location of the work in which the controller is to be installed.
Approximately 21 days would be required for testing and notification of the final results, if
required.
Cost for testing and delivery to and from the test site shall be considered as included in
the lump-sum price bid for traffic signal work, and no additional compensation will be
allowed.
10-19.17 Existing Controller Cabinet Assembly - Existing controller unit and cabinet
shall be reused and protected in place. Modifications shall be made as necessary to
furnish and install additional equipment for a complete operating system, including new
Iteris video detection system and Opticom Infrared System or Tomar optical preemption
system as identified on the plans.
The Contractor shall construct controller cabinet foundation as shown on Standard Plan
ES-3C for Model 332L cabinets (including furnishing and installing anchor bolts) and shall
reinstall existing controller cabinet and shall make all field wiring connections to the
terminal blocks in the controller cabinet.
The controller assembly shall be a Type 2070 ATC providing 8-phase operation and shall
be capable of accepting uploading and downloading.
The controller unit shall conform to the latest provisions of the Caltrans “Traffic Signal
Control Equipment Specifications” dated January 2009, or more current specifications if so
adopted.
The controller unit shall be furnished complete with:
1. McCain 2033 Software, latest version.
2. 2070 ATC CPU module
3. 2070 - 2E Field I/O Module
4. 2070 -3B LCD front panel module
5. 2070-1E CPU Module with 2-SDLC Ports, 5-ACIA Ports, 4-10/100 Mb
Ethernet Ports, and Data key removable storage device @ 8Mbits.
6. 2070-4A Power Supply Module
7. 2070-6A 1200 Baud Internal Modem
8. 2070-7G GPS Time Source Module
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 3
The Contractor shall arrange to have a qualified signal technician present at the time the
equipment is turned on. Said signal technician shall be qualified to work on the controller
unit and shall be an employee of the controller unit manufacturer and McCain System or
their representative.
10-19.18 Battery Backup System – The Battery Backup System (BBS) shall be
furnished, installed and tested by the Contractor. The (BBS) shall be manufactured by
Clary Corporation or an approved equal. Equipment for the BBS shall include but not
limited to; SP1250LX unit, SNMP Module for TCP/IP ethernet connection, By-pass switch
w/GFI and generator plug, (6) each 41 amp hour batteries (72dc Volt Battery Systems),
anodized external battery cabinet w/fan and thermostat.
All equipment supplied shall come from and qualified by the (BBS) supplier to ensure
proper system operation.
1.0 Description - The Traffic UPS shall consist of three major components, the
Electronics Module, the Utility By-pass Switch, and the Battery System.
· Electronics Module shall consist of the following:
o True sine wave, micro Processor controlled high frequency inverter
utilizing IGBT technology.
o 3-stage, temperature compensated, battery charger.
o Local and remote control of UPS functions.
o Local and remote communications capabilities.
o Support capability to accept an NTCIP-ready adapter or to connect a
Spread Spectrum Radio modem.
o Utility By-pass Switch for by-passing the UPS for repair or removal.
The By-pass switch must have a GFI and generator plug.
2.0 Operation
· Unit shall be capable of on-site programming without the uses of attached
computers.
· On-line technology shall be supported and 100% of the load shall flow
through the inverter 100% of the time to isolate and protect the attached
equipment.
· Power connection shall be made to the front or back of the UPS chassis to
support NEMA or Rack Mounted cabinetry.
· The traffic system shall support an Online (Continuous operating mode which
supports power outages in the full online mode).
· The traffic UPS shall be capable of providing continuous, fully conditioned
and regulated sinusoidal (AC) power to selected devices such as signal
controllers, modems, communication hubs, NTCIP adapters and video
equipment
· Up to the maximum rating, the Traffic UPS shall be capable of supporting all
cabinet systems, regardless of power factor rating, without overdriving the
poorer power factor LED heads which may cause early degradation, low
luminosity or early signal failure.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 4
· Upon loss of utility power the Traffic UPS shall insert battery power into the
system. In case of UPS failure and/or battery depletion, the UPS will drop out
and, upon return of utility power the traffic control system will default to
normal operating mode.
· The By-pass switch shall enable removal and replacement of the Traffic UPS
without shutting down the traffic control system (i.e. “hot swap” capability).
Connectors shall be equipped with a “safety interlock” feature.
· The UPS shall support generator input without going to batteries.
· The UPS traffic control system shall be capable of “cold starting”, starting
when no utility AC is available, i.e. starting while on batteries.
· Existing cabinet Flasher Modules and Flash Transfer Relays shall be utilized.
· To facilitate emergency crews and police activities, the Traffic UPS shall be to
compatible with the police panel functions.
· The Traffic UPS shall not duplicate or assume flash operation or flash transfer
relay functions.
· The UPS shall deliver 120 V ac out +/- 3% with an AC input between 75 and
135V ac with out discharging the batteries while operating in the true Online
Mode.
· The SP1250LX shall support load increases to 1400 watts for ten seconds
through the full NEMA temperature range of - 40o to + 74o C while on
continuous battery operation.
3.0 Mounting/ Configuration
· External: A separate, stand-alone, pad-mounted or piggy back (type 2),
outdoor (NEMA 3R) enclosure shall be available should there be inadequate
room in the signal cabinet or should the consulting/traffic engineer prefer
independent, external mounting.
4.0 Battery System
· The battery shall be comprised of extreme temperature, deep cycle, AGM-
VRLA (Absorbed Glass Mat - Valve Regulated Lead Acid) batteries that have
been field proven and tested by the U.S. military.
· The battery system shall consist of one (6) battery string of extreme
temperature, deep cycle, AGM/VRLA (Absorbed Glass Mat/ Valve Regulated
Lead Acid) batteries such as Clary OutpostTM batteries or equivalent.
· Batteries shall be certified to operate at extreme temperatures from –40°C to
+74°C.
· The batteries shall be provided with appropriate interconnect wiring and
corrosion-resistant mounting trays and/or brackets appropriate for the cabinet
into which they will be installed.
· The interconnect cables shall be protected with abrasion-resistant nylon
sheathing.
· The interconnect cables shall connect to the base module via a quick-release
connector.
· For purposes of safety and proper operation, the battery connector shall have
interlocking pins to prevent turn-on if batteries are not connected, and to shut
off the UPS should the batteries be disconnected.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 5
· Battery construction shall include heavy-duty, inter-cell connections for low-
impedance between cells, and heavy-duty plates to withstand shock and
vibration.
· The top cover shall use tongue and groove construction and shall be epoxied
to the battery case for maximum strength and durability.
5.0 Electrical Specifications (SP1250LX)
Input Specification:
· Nominal Input Voltage 120 VAC, Single Phase
· Input Voltage Range 75 VAC to 155 VAC (without drawing energy from
batteries)
· Input Frequency 50 or 60 Hz (+/- 5%)
· Input Configuration 3 Wire (Hot, Neutral & Ground)
· Input Current (Max. draw) 10.4amps
· Power factor corrected
· Input Protection
· Input Fuse (20 amps)
Output Specification:
· Nominal Output Voltage 120 VAC, Single Phase
· Power Rating 1.25KVA/875W 1400W, Peek load for 10 seconds (45
second interval)
· Dynamic Response +/- 4% for 100% step load change 0.5ms,
Recovery Time
· Output Frequency 50 or 60 Hz (+/- 5%)
· Output Configuration Keyed, connectors and duplex receptacle
· Output Wave Form True Sinewave
Overload capability:
· 110% for 10 minutes, 200% for 50MS
· Fault clearing, Current limit and automatic shutdown
· Short circuit protection, Current limit and automatic shutdown
· Efficiency 85% at full load
· Load Power Factor .99 lagging through unity to .99 leading
6.0 Physical Specifications, UPS Electronics Module
· SP1250LX Dimensions: Width = 19”, Depth = 10.12”, Height = 3.5”
· SP1250LX 4.2 Weight: UPS: 20 lbs, Shipping weight: 25 lbs.
7.0 Environmental Specifications
· The UPS shall meet or exceed NEMA temperature standards from –40°C to
+74°C.
· The UPS shall be shall be certified and field proven to meet or exceed NEMA
temperature standards. A certificate of compliance shall be made available
upon request.
8.0 Battery Specifications
· The battery system shall be certified and field proven to meet or exceed
NEMA temperature standards from –40°C to +74°C.
· Ampere-Hour ratings (see table 1)
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 6
· Hydrogen gas emissions: must meet Mil-Spec, MIL-B-8565J
· Weight and Dimensions: (see table 1)
Clary OUTPOSTTM Batteries*
Six
Battery,
72Volt
Sets
Estimated Runtime
(Assumes 77°F / 25°C,
to 1.75 volts per cell).
72 Volt Systems
Unit
Weight
Overall Dimensions
Per Battery
Inches(cm.)
Clary
Model
Volts/
A-hrs.
300
Watts
500
Watts
700
Watts
875
Watts
Lbs.
(Kg.)
Lengt
h
L
Width
W
Height
H
OP72C-
41*
12
VDC/
41 A-h
6.5
Hrs.
4.0
Hrs.
2.5
Hrs.
1.8
Hrs.
29
(13.2)
7.72
(22.40
)
5.25
(13.72
7.91
(22.14)
*OP72C battery sets include six (6) OPB-1241 batteries per set, wired in series.
9.0 Communications, Controls & Diagnostics
· Alarm Function Monitoring: The traffic UPS shall come standard with a DB-9F
connector with open collectors (40 V @ 20 MA) indicating: loss of utility
power, Inverter failure, or low battery condition and USB connectivity for
system up/down loads.
· An RS232 Interface shall be provided via a DB-9F connector allowing full,
interactive, remote computer monitoring and control of the UPS functions.
· Front Panel Controls: Power ON, Cold Start, Alarm Silence, Battery Test,
Bypass Breaker, and DC/Battery Breaker, Battery Test Points, Auxiliary
Temperature Connector, and Programmable Keys.
10.0 Reliability
· Calculated MTBF is 100,000 hours based on component ratings.
· When Bypass Switch is included, system MTBF increases to 150,000 hours.
11.0 SNMP Specifications
· Configurable from serial port or web browser
· Management from SNMP manager or web browser
· Supports most standard network management systems via MIB definitions
· Firmware upgrades by TFTP via serial port
· Full-featured GUI runs in web browser
· Accessible from any workstation on the network using SNMP/HTTP,
regardless of OS via standard browser
· UPS warning broadcast capability
· Real time monitoring of all functions
· Full history logs
· Scheduling functions
Supports: Optional, Environmental Monitoring Device (EMD) that provides
temperature and humidity sensing. Additional detection or sensing of motion,
smoke, security devices, water sensor or vibration sensors is also supported.
· Certifications: CE, FCC Class B
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 7
12.0 BBS Quality Assurance - Each Battery Backup System (BBS) shall be
manufactured in accordance with a manufacturer Quality Assurance (QA) program.
The QA program shall include two Quality Assurance procedures:
· Design QA - The manufacturer, or an independent testing lab hired by the
manufacturer, shall perform Design Qualification Testing on new BBS
system(s) offered, and when any major design change has been implemented
on an existing design. A major design change is defined as any modification -
material, electrical, physical, or theoretical, that changes any performance
characteristics of the system, or results in a different circuit configuration.
Where a dispute arises in determining if a system is a new design or if the
system has had a major design change, the County will make the final
determination if Design Qualification Testing is required prior to production
consideration.
· Production QA - The Production QA shall include statistically controlled
routine tests to ensure minimum performance levels of BBS units built to meet
this specification and a documented process of how problems are to be
resolved.
QA process and test results documentation shall be kept on file for a minimum period of
seven years.
Battery Backup System designs not satisfying Design QA Testing and Production QA
Testing requirements shall not be labeled, advertised, or sold as conforming to this
specification.
A technician whom is qualified to work on the battery backup system and employed by
the battery backup system manufacturer or the manufacturer authorized distributor,
shall be present at the time the equipment is turned on.
It shall be the responsibility of the Contractor to implement and fund any traffic signal
controller assembly modifications required to achieve the traffic signal operation as
shown on the construction plans and as required in the Special Provisions.
10-17.19 Vehicle Signal Heads - Vehicle signal heads and auxiliary equipment shall
conform to the provisions in Section 86-1.02R, "Signal Heads", Section 87-1.03R
“Signal Heads”, of the Standard Specifications and these Special Provisions.
Signal sections, backplates, visors and signal mounting assemblies shall be the metal
type and shall be made from the same manufacturer. The section assemblies shall be
uniform in appearance and alignment.
Signal head gaskets shall be of silicone type and shall provide a positive seal between the
LED signal unit and the signal head and shall be replaceable.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 8
All vehicle heads shall be equipped with back plates. Back plates shall be pre-
manufactured metallic with louvers and shall be of one piece construction. Hardware
attaching back plate to signal head shall be equipped with washers. All vehicle heads shall
be metallic. Signal head mounting hardware shall not be aluminum, including pipe and
fittings. Elbow fittings shall be bronze. Visors shall be the “tunnel” type.
The signal head equipment manufacturer shall have a stocking facility of the signal head
equipment used in this project within a seventy five (75) mile radius to assure prompt
service and deliveries and to assure future maintenance and repair parts availability.
Vehicle heads shall be McCain manufacture with green housing and black doors.
Backplates shall be flat black.
Signal framework shall be steel pipe with bronze terminal compartments. Framework shall
be powder coated green.
All vehicle signal indications shall be 12-inch diameter Light Emitting Diode (LED)
modules, unless noted otherwise on plan(s), in accordance with the following:
1. All circular LED modules shall comply with Institute of Transportation Engineers
(ITE) publications ST-052-E, Vehicle Traffic Control Signal Heads (VETCH) -
LED Circular Signal Supplement.
2. All arrow LED modules shall comply with ITE publications ST-054, VETCH - LED
Vehicle Arrow Traffic Signal Supplement.
3. All modules shall fit in existing signal housings without the use of special tools.
4. All modules shall be certified in the Intertek LED Traffic Signal Modules
Certification Program and be labeled with the ETL Verified Label as follows:
5. Luminous intensity requirements of the VTCSH must be met across the entire
temperature range from -40°C to + 74°C, (-40°F to +165°F).
6. The following cable colors shall be used for the AC power leads on all modules:
white for common, red for the red module line, yellow for the yellow module line,
and brown for the green module line.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 9
7. The AC power leads shall exit the module via a rubber grommet strain relief, and
shall be terminated with quick connect terminals with spade tab adapters. The
leads shall be separate at the point at which they leave the module.
8. All external wiring used in the module shall be anti-capillary type cable to prevent
the wicking of moisture to the interior of the module.
9. All power supplies shall be coated for additional moisture and thermal protection.
10. The module shall have an incandescent, non-pixilated appearance when
illuminated.
11. Nominal power usage is measured at 25°C, 120 VAC. For the 8 inch modules, it
shall not exceed 8 watts for Red, 10 watts for Yellow, and 8 watts for Green
modules. For the 12 inch modules, it shall not exceed 8 watts for Red, 13 watts
for Yellow, and 10 watts for Green modules. For the arrows, it shall not exceed 8
watts for Red, 13 watts for Yellow, and 8 watts for Green modules.
12. All modules shall use LEDs that have been manufactured with materials that
have industry acceptance as being suitable for uses in outdoor applications. At
no time is the use of LEDs that utilize AlGaAs technology acceptable.
13. The external lens shall have a smooth outer surface to prevent the buildup of dirt
and dust and shall be designed to minimize the potential for sun phantom
signals.
14. The circular LED module lens material must be tinted. A tinted transparent film
or coating is not permitted.
15. A module shall be sealed against dust and moisture intrusion, including rain and
blowing rain per Mil-Std-810F Method 506.4, Procedure 1.
16. Arrow modules shall be clearly marked with the phrase “Suitable for mounting in
any orientation”.
17. Modules shall be repaired or replaced if the module fails to function as intended
due to workmanship or material defects within warranty period.
18. Modules shall be repaired or replaced if the module exhibit luminous intensities
less than the minimum specified values within 60 months of the date of delivery.
19. The Manufacturer shall clearly disclose the country in which the factory of
module origin is located, the name of the company or organization that owns the
factory including all of its parent companies and/or organizations, and their
respective country of corporate citizenship.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 10
10-19.20 Pedestrian Signal Heads - Pedestrian signal heads shall conform to the
provisions in Section 86-1.02S, "Pedestrian Signal Heads", Section 87-1.03S
“Pedestrian Signal Heads” of the Standard Specifications and these Special Provisions.
Pedestrian Signal Mounting Assemblies and Pedestrian Signal Housings shall be made
from the same manufacturer and the section assemblies shall be uniform in appearance
and alignment.
The manufacturer shall clearly disclose the country in which the factory of ped module
origin is located, the name of the company or organization that owns the factory
including all of its parent companies and organizations, and their respective country of
corporate citizenship.
Pedestrian signals shall be provided with a polycarbonate egg crate or Z-crate screen.
All pedestrian heads shall be 16”x 18” count down type with audible capability.
Pedestrian heads shall be McCain manufacture with green housing and black doors.
Backplates shall be flat black.
Pedestrian signals shall be equipped with light emitting diode countdown pedestrian
module in accordance to the following:
1. It shall comply with ITE publication ST-055-E, Pedestrian Traffic Control Signal
Indicators (PTCSI): LED Pedestrian Signal Modules.
2. All modules shall fit in existing signal housings without the use of special tools.
3. All modules shall be certified in the Intertek LED Traffic Signal Modules
Certification Program and be labeled with the ETL Verified Label as follows:
The countdown features shall incorporate the following:
1. Fully compliant to NEMA TS-1, NEMA TS-2, Type 170, and Type 2070 traffic
signal controller specifications.
2. The countdown portion of the pedestrian (ped) module shall have a high off-state
input impedance so as not to provide a load indication to conflict monitors and
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 11
interfere with the monitoring of the pedestrian signal. The input impedance of the
countdown circuitry shall maintain a voltage reading above 25 VAC to the conflict
monitor for up to four units connected on the same channel.
3. The countdown drive circuitry shall not be damaged when subjected to defective
load switches providing a half wave signal input.
4. The countdown ped module shall have an internal conflict monitor circuit
preventing any possible conflicts between the Hand, Person, and Countdown
signal indications. It shall be impossible for the display to countdown during a
solid Hand indication.
5. The countdown ped module shall have a micro-processor capable of recording
its own time when connected to a traffic controller.
6. The countdown ped module shall continuously monitor the traffic controller for
any changes to the pedestrian phase time and re-program itself automatically if
needed.
7. The countdown ped module shall register the time for the walk and clearance
intervals individually and shall begin counting down at the beginning of the
pedestrian clearance interval. The digits shall not flash during the countdown.
8. When the flashing hand becomes solid, the ped module shall display 0 for one
second and then blank-out. The display shall remain dark until the beginning of
the next countdown.
9. In the event of a pre-emption, the countdown ped module shall skip the
remaining time, reach 0 at the same time as the flashing Hand becomes solid,
and remain dark until the next cycle.
10. In the cycle following preemption call, the signal shall display the correct time and
not be affected by the reduced previous cycle. The countdown shall remain
synchronized with the signal indications and always reach 0 at the same time as
the flashing Hand becomes solid.
11. If a pedestrian button is activated during the clearance interval, some controllers
can change to a second walk cycle without a don’t walk phase. The countdown
module shall also be capable of consecutive walk cycles. The display digits will
be blank during the second walk and countdown properly during the second
flashing hand.
12. The countdown ped module shall not display an erroneous or conflicting time
when subjected to defective load switches. Should there be a short power
interruption during the ped clearance interval or if voltage is applied to both the
hand and person simultaneously the display will go to “0” then blank.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 12
13. The countdown ped module shall have accessible dip-switches for the user
selectable options. The unit shall have a removable plug on the rear allowing
easy access to control the user selectable functions. The countdown is disabled
when all the switches are in the “ON” position. The unit shall be shipped from the
factory with the specified default setting.
14. Switch 1 – Blank Cycle Following a Timing Change – Factory default is “OFF”.
When this switch is “OFF” the unit will allow the time to be displayed normally
during the cycle following a truncated timing such as a preemption call. The
countdown shall be capable of displaying the correct time and not affected by the
previous reduced cycle. The unit will require 2 consecutive reduced cycles of
identical value to validate and record a new time setting. If the timing is
extended, the unit will record it immediately. In the “ON” position when a change
in timing is detected the unit will blank out during the following cycle while the
new cycle time is measured and recorded if confirmed.
15. Switch 2 – Disables Auto-sync Mode- Factory default setting is “OFF”. When this
switch is in the “OFF” position the auto-sync is enabled. When the clearance
interval begins and the initial flash of the hand is not in sync with the walk signal
the unit will measure the offset and reduce the duration of the first second by the
value of the offset. This will ensure the countdown reached zero at the same
time as the flashing hand becomes solid. In the “ON” position there is no time
correction when the flashing hand is in offset with the walk signal. The duration
of the first second will not be reduced and the hand will appear solid shortly
before the countdown reaches zero.
16. Switch 3 – Countdown Starts with Flashing Hand Signal – Factory default setting
is “ON”. When this switch is “ON” the countdown begins when the hand signal is
turned on. With this switch “ON” and the auto-sync mode enabled a short power
interruption will have no effect on the countdown display. With switch 3 in the
“OFF” position the countdown begins when the walk signal is turned off. This
eliminates the effect of an offset hand signal. When switch 3 is in the “OFF”
position the auto-sync switch 2 has no effect on the countdown. In this mode if
the power to the walk signal is interrupted, the unit will interpret this as the start
of the clearance interval and will display the countdown time for 2 seconds before
the operation is cancelled. The countdown will resume with the normal ending of
the walk signal.
17. Switch 4 – Stores Time Value in Memory, Immediate. Restart. - Factory default
setting is “OFF”. When this switch is in the “OFF” position and power is removed
from the unit, the time value stored in the unit is erased. The unit will need to run
a dark cycle before it can display the countdown again. In the “ON” position the
countdown timing is stored in memory. Following a power interruption, the unit
will restart with the stored value and not remain dark during the learning cycle. If
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 13
the value is different after restart, it will be recorded and displayed correctly at the
following cycle.
18. Switch 5 – All LEDs “ON”, Test Mode – Factory default setting is “OFF”. With
this switch in the “ON” position all LEDs are turned on simultaneously. With both
switches 4 and 5 in the “ON” position the LED test mode will also scan the 7
individual segments of both digits.
19. The countdown shall be disabled when all switches are placed in the “ON”
position.
20. Nominal power usage for Ped Modules at 25ºC (77ºF), 120 VAC input shall not
exceed the values shown in Table 1.
Table 1 -- Nominal Power of Pedestrian Signals
Size Description
Wattage @ 25ºC
Hand Person Countdown
1
16”x18” Side by Side
Hand & Person 8 7 N/A
16”x18”
Hand & Person
Overlay with
Countdown
9 9 8
¹ Wattage for the countdown is measured when the digits 18 are displayed.
21. All wiring shall meet the requirements of Section 13.02 of the VTCSH standard.
Secured, color coded, 600V, 18 AWG jacketed wires, 1 meter (39 in) in length,
conforming to the NFPA 70, National Electrical Code, and rated for service at
+105°C, shall be provided.
22. The following color scheme shall be used for the ped module’s AC power leads:
Orange for the upraised hand, Blue for the walking person, and White for
common. The countdown portion of the LED ped module shall be internally
wired to the hand and walking person power.
23. The AC power leads shall exit the ped module via a rubber grommeted strain
relief, and shall be terminated with insulated female quick connect terminals with
spade / tab adapters. The leads shall be separate at the point at which they
leave the ped module.
24. All external wiring utilized in the ped modules shall be anti-capillary type wire to
prevent the wicking of moisture to the interior of the ped module.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 14
25. The Hand and Person Icons shall utilize separate power supplies. On
countdown products, the countdown ped module must have its own power supply
but may take the incoming AC power from the hand / person AC signal lines. All
power supplies shall be located inside the ped module.
26. All power supplies shall be coated for additional protection.
27. Off State Voltage Decay: When the hand or person icon is switched from the On
state to the Off state the terminal voltage shall decay to a value less than 10 VAC
RMS in less than 100 milliseconds when driven by a maximum allowed load
switch leakage current of 10 milliamps peak (7.1 milliamps AC).
28. For a minimum period of 60 months, measured at 80 to 135 VAC RMS and over
the ambient temperatures of -40°C to +74°C (-40°F to +165°F), the minimum
maintained luminance values for the ped modules, when measured normal to the
plane of the icon surface, shall not be less than:
· Walking Person, White: 2,200 cd/m2
· Upraised Hand, Portland Orange: 1,400 cd/m2
· Countdown Digits, Portland Orange: 1,400 cd/m2
29. The external lens shall have a textured outer surface to reduce glare.
30. Icons that are printed on the lens shall be on the interior surfaces in order to
prevent scratching and abrasion to the icons.
31. All icons and numbers shall have a uniform incandescent non-pixilated
appearance.
32. All exposed components of a ped module shall be suitable for prolonged
exposure to the environment, without appreciable degradation that would
interfere with function or appearance. As a minimum, selected materials shall be
rated for service for a period of a minimum of 60 months in a south-facing
Arizona Desert installation.
33. All LEDs used to illuminate the ped module shall use material that has industry
acceptance for use in outdoor applications. At no time is the use of LEDs that
utilize AlGaAs technology acceptable.
34. Ped modules shall be repaired or replaced if the ped module fails to function as
intended due to workmanship or material defects within warranty period.
35. Ped modules shall be repaired or replaced if the ped module exhibit luminous
intensities less than the minimum specified values within 60 months of the date
of delivery.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 15
10-19.21 Detectors - Detectors shall conform to the provisions in Section 87-1.03V,
“Detectors”, Section 86-1.02W(3), "Elastomeric Sealant", of the Standard Specifications
and these Special Provisions.
Vehicle detectors shall be of the inductive loop, Type E.
Loop detector wire shall be Type 2.
Loop detector lead-in cable shall be Type B.
Detector loop locations shall be approved by Engineer in the field prior to installation.
PVC conduit per Standard Plan ES-5E, Curb Termination Detail, Type B, shall be
installed wherever a loop-wire saw cut crosses an expansion joint or pavement type
change.
The sides of the loop saw cut slots shall be vertical and the minimum radius of the slot
entering and leaving the circular part of the loop shall be 1½-inches. Slot width shall be
a maximum of ¾-inch. Slots of circular loops shall be filled with elastometric sealant.
Loops shall be installed on the same day in which the loop slots are cut. This shall
include placement of the loop conductors and sealant.
10-19.22 Video Detection - The video detection system shall be furnished, installed and
tested by the Contractor. The video detection system shall be an Iteris RZ4 Advanced
Wide Dynamic Range or Vantage Vector Hybrid video and radar detector camera sensor
system.
All equipment supplied shall come from and qualified by the VDP supplier to ensure
proper system operation.
The VDC shall attach to the top of luminaire mast arm using mounting bracket provided
by manufacturer, or the backside of signal mast arm using Pelco Astrobrac with 6’
extension or approved equal. The Engineer shall approve the final camera placements.
The video detection systems shall be installed by supplier factory certified installers per
recommended method provided in the supplier’s installation manuals. Proof of factory
certification shall be provided.
Video Detection Zones
Placement of detection zones shall be done by using the supplied USB mouse
connected to the VDP. Detection zones are drawn on the video image from the video
camera displayed on a video monitor using the menu and graphical interface built into
the VDP. The menu shall facilitate placement of detection zones and setting of zone
parameters or to view system parameters.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 16
Detection zone setup shall not require site-specific information such as latitude,
longitude, date and time to be entered into the system. No separate computer shall be
required to program the detection zones.
Each detection zone shall be user definable in size and shape to suit the site and the
desired vehicle detection region. A detection zone shall be approximately the width and
length of one car.
A single detection zone shall be able to replace multiple inductive loops and the
detection zones shall be OR'ed as the default or may be AND'ed together to indicate
vehicle presence on a single phase of traffic movement.
The VDP shall provide a minimum of 24 channels of vehicle presence
detection/detection zones per camera through a standard detector rack edge connector
and one or more EMs.
The Video Detection System shall be in compliance with California State Assembly Bill
1581. The system will be able to discriminate between bicycles and automobiles and
be able to send bicycle and vehicle actuations from the same lanes to different
detection outputs. Additionally the system shall allow an extension time for bicycles that
will not apply to vehicular traffic.
Functional Capabilities
System must have a single point access to multiple rack-mounted video detection units.
The access device shall provide interface capabilities to enable multiple rack-mounted
video detection processors to be locally and remotely accessed from a single point via
one set of user interface devices.
The camera shall be able to transmit the composite video signal, with minimal signal
degradation, up to 1000 feet under ideal conditions.
The EM shall be plugged into the appropriate slot in the detector rack to avoid the need
of rewiring the detector rack. The extension module shall be connected to the VDP by
an 8-wire cable with modular connectors.
The EM and VDP communications shall be accommodated by methods using
differential signals to reject electrically coupled noise. The EM shall be available in both
2 and 4 channel configurations programmable from the VDP.
The VDP shall have video input in NTSC composite video format and shall be digitized
and analyzed in real time.
The VDP shall have a nine-pin RS232 port that is multi-drop compatible for
communications with an external computer. The VDP shall be able to accept new
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 17
detector patterns from and send its detection patterns to an external computer through
this RS-232 port. A Windows™ based software designed for local or remote connection
for uploading and downloading data, and providing video capture, real-time detection
indication and detection zone modification capability shall be provided with the system.
The VDP shall store up to three different detection zone patterns within the VDP
memory. The VDP's memory shall be non-volatile to prevent data loss during power
outages. The VDP shall continue to operate (e.g. detect vehicles) using the existing
zone configurations even when the operator is defining/modifying a zone pattern. The
new zone configuration shall not go into effect until the operator saves the configuration.
Each configuration can be uniquely labeled for identification and the current
configuration letter is displayed on the monitor. The selection of the detection zone
pattern for current use shall be done through a local menu selection or remote computer
via RS-232 port. It shall be possible to activate a detection zone pattern for a camera
from VDP memory and have that detection zone pattern displayed within 1 second of
activation.
The VDP shall provide dynamic zone reconfiguration to enable normal detector
operation of existing channels except the one where a zone is being added or modified
during the setup process. The VDP shall output a constant call on any detection
channel corresponding to a zone being modified.
The VDP shall detect vehicles in real time as they travel across each detector zone.
The VDP shall output a constant call for each enabled detector output channel if a loss
of video signal occurs. The VDP shall output a constant call during the background
learning period. The background learning period shall be not more than three minutes.
The VDP shall be capable of detecting a low-visibility condition automatically, such as
fog, and place all defined detection zones in a constant call mode. The VDP shall
automatically revert to normal detection mode when the low-visibility condition no longer
exists. A user-selected output shall be active during the low-visibility condition that can
be used to modify the controller operation if connected to the appropriate controller
input modifier(s).
Detection shall be at least 98% accurate in good weather conditions and at least 96%
accurate under adverse weather conditions (rain, snow, or fog). Detection accuracy is
dependent upon site geometry; camera placement, camera quality and detection zone
location, and these accuracy levels do not include allowances for occlusion or poor
video due to camera location or quality.
Detection zone outputs shall be configurable to allow the selection of presence, pulse,
extend, and delay outputs. Timing parameters of pulse, extend, and delay outputs shall
be user definable between 0.1 to 25.0 seconds.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 18
Up to six detection zones shall be capable to count the number of vehicles detected.
The count value shall be internally stored for later retrieval through the RS-232 port.
The data collection interval shall be user definable in periods of 5, 15, 30 or 60 minutes.
System software shall
· Utilize a dual redundant hybrid tracking algorithm to enhance vehicle presence
detection and data collection.
· Include a moving shadow and occlusion rejection algorithm that is activated by
selection of a drop down menu tab.
· Include a menu selectable zone type labeled “Bike” that is specifically designed
to detect bicycles.
· Include a virtual QWERTY keyboard that is present when performing any labeling
functions for the detection zones and cameras.
· Include the ability to copy completed zones with one mouse click, drag and drop
single zones, rows of zones together and entire detection configurations.
VDP & EM Hardware
The VDP and EM shall be specifically designed to mount in a standard NEMA TS-1, TS-
2, 2070 ATC, 170 type detector rack, using the edge connector to obtain power and
provide contact closure outputs. No adapters shall be required to mount the VDP or EM
in a standard detector rack. Detector rack rewiring shall not be required or shall be
minimized.
Both VDP and EM shall operate in a temperature range from -34°C to +74°C and a
humidity range from 0% RH to 95% RH, non-condensing.
Both VDP and EM shall be powered by 12 or 24 volts DC. These modules shall
automatically compensate for the different input voltages.
Both VDP and EM shall include detector output pin out compatibility with industry
standard detector racks.
Both VDP and EM shall have a detector test switch on the front panel to allow the user
to place calls on each channel. The test switch shall be able to place either a constant
call or a momentary call depending on the position of the switch.
The VDP power consumption shall not exceed 300 milliamps at 24 VDC. The EM
power consumption shall not exceed 120 milliamps at 24 VDC.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 19
The VDP shall utilize flash memory technology to enable the loading of modified or
enhanced software through the RS232 port without modifying the VDP hardware.
The VDP shall include the following on the front panel:
· A multi-drop compatible RS232 port, a 9-pin "D" subminiature connector, for
serial communications with a remote computer.
· Detection indication such as LED for each channel of detection that display
detector outputs in real time when the system is operational.
· One or two BNC video input connection suitable for RS170 video inputs as
required. The video input shall include a switch selectable 75-ohm or high
impedance termination to allow camera video to be routed to other devices, as
well as input to the VDP for vehicle detection. Video must be inputted via a BNC
connector on the front face of the processor. RCA type connectors/jacks for
video input are not allowed. Video shall not be routed via the edge connectors of
the processor.
· One BNC video output providing real time video output that can be routed to
other devices. A RCA type connector/jack for video output is not allowed.
Video Detection Camera
The camera shall be housed in a weather-tight sealed enclosure consists of the
following:
1. The enclosure shall be made of 6061 anodized aluminum.
2. The enclosure shall be field rotatable to allow proper alignment between the
camera and the traveled road surface.
3. The enclosure shall be equipped with a sunshield. The sunshield shall include a
provision for water diversion to prevent water from flowing in the camera's field of
view. The camera enclosure with sunshield shall be less than 6" diameter, less
than 18" long, and shall weigh less than 6 pounds when the camera and lens are
mounted inside the enclosure.
4. The enclosure shall be design so that the pan, tilt and rotation of the camera
assembly can be accomplished independently without affecting the other
settings.
5. The enclosure shall include a proportionally controlled Indium Tin Oxide heater
design that maximizes heat transfer to the lens. The output power of the heater
shall vary with temperature, to assure proper operation of the lens functions at
low temperatures and prevent moisture condensation on the optical faceplate of
the enclosure.
6. The glass face on the front of the enclosure shall have:
a. An anti-reflective coating to minimize light and image reflections.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 20
b. A special coating to minimize the buildup of environmental debris such as
dirt and water.
The camera shall produce a useable video image of the bodies of vehicles under all
roadway lighting conditions, regardless of time of day. The minimum range of scene
luminance over which the camera shall produce a useable video image shall be the
minimum range from nighttime to daytime, but not less than the range 1.0 lux to 10,000
lux.
The imager luminance signal to noise ratio shall be more than 50 dB. In harsh backlit
conditions, vehicles can be detected flawlessly with >100dB of dynamic range.
The camera shall be digital signal processor based and shall use a CCD sensing
element and shall output color video with resolution of not less than 540 TV lines. The
CCD imager shall have a minimum effective area of 811(h) x 508(v) pixels.
The camera shall include an electronic shutter control based upon average scene
luminance and shall be equipped with an auto-iris lens that operates in tandem with the
electronic shutter.
The camera shall utilize automatic white balance.
The camera shall include a variable focal length lens with variable focus that can be
adjusted, without opening up the camera housing, to suit the site geometry by means of
a portable interface device designed for that purpose and manufactured by the
detection system supplier.
The horizontal field of view shall be adjustable from 5.4 to 50.7 degrees. This camera
configuration may be used for the majority of detection approaches in order to minimize
the setup time and spares required by the user. The lens shall have a 27x zoom.
The lens shall also have an auto-focus feature with a manual override to facilitate ease
of setup.
The camera shall incorporate the use of preset positioning that store zoom and focus
positioning information. The camera shall have the capability to recall the previously
stored preset upon application of power.
The camera electronics shall include automatic gain control to produce a satisfactory
image at night.
When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a
temperature range from -34 °C to +60 °C and a humidity range from 0% RH to 100%
RH. Measurement of satisfactory video shall be based upon VDP system operation.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 21
The camera shall be powered by120-240 VAC 50/60 Hz. Power consumption shall be
30 watts or less under all conditions.
The camera shall view approaching vehicles at a distance not to exceed 350 feet for
reliable detection (height to distance ratio of 1:10). Camera placement and field of view
shall be unobstructed and as noted in the installation documentation provided by the
supplier.
There shall be at least 2 options for camera set up, diagnostic testing, and viewing
video when it is mounted on mast arm or pole using lens adjustment module supplied
by the VDP supplier:
1. Connected directly to the camera.
2. Connected to the coaxial cable from the cabinet.
The video signal shall be fully isolated from the camera enclosure and power
Cable terminations at the camera for video and power shall not require crimping tools.
No BNC or other connector shall be used for the coaxial video cable termination at the
camera.
The power connection at the camera shall use connector terminations that only require
the use of wire strippers and a standard screwdriver. No special crimping tools or other
types of terminations shall be used.
A weather-proof protective cover shall be provided shall be provided to protect all
terminations at the camera. No special tooling shall be required to remove or install the
protective cap.
Cabling and Cable Connections
The coaxial cable to be used between the camera and the VDP in the traffic cabinet
shall be Belden 8281. The coax cable shall be a continuous unbroken run from the
camera to the VDP. This cable shall be suitable for installation in conduit or overhead
with appropriate span wire. A BNC plug connector shall be used at the cabinet end.
The coaxial video cable shall be stripped and terminated at the camera and cabinet per
manufacturers’ instructions (no BNC or other connector shall be used at the camera).
The coaxial cable, BNC connector used at the cabinet termination, and crimping tool
shall be approved by the supplier of the video detection system and the manufacturer's
instructions must be followed to ensure proper connection.
The power cable shall be three 16 AWG conductor cable with a minimum outside
diameter of 0.325 inch and a maximum diameter of 0.490 inch. The power cable shall
be terminated at the camera per manufacturers’ instructions and shall only require
standard wire strippers and a screw driver for installation (no special connectors or
crimping tools shall be used for installation). The cabling shall comply with the National
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 22
Electric Code, as well as local electrical codes. Cameras shall not acquire power from
the luminaire.
A Din Rail mounted AC power panel assembly shall be supplied by the video detection
manufacturer that will include a minimum of one convenience receptacle, four camera
chassis ground connections, four camera AC neutral (AC-) connections, four 2 amp
camera circuit breakers for hot (AC+) connections, and one AC source connection for
Line, Neutral and Ground wires. A Din Rail video surge suppression protection panel
assembly shall also be supplied by the video detection manufacture. One panel shall
accommodate up to six EDCO surge suppressors. This equipment shall be installed,
including termination of all necessary wiring, per the video detection manufacturer
requirements for the intended use.
Video And Radar Vehicle Detector Sensor
The contractor shall furnish and install Iteris Vantage Vector video and radar vehicle
detector sensor or equivalent as required on the traffic signal plan.
The video and radar vehicle detector sensor shall be installed by supplier factory
certified installers per recommended method provided in the supplier’s installation
manuals. Proof of factory certification shall be provided.
The Engineer shall approve the final camera placements.
The new video and radar vehicle detector sensor shall be installed, including
termination of all necessary wiring and supply new video and radar vehicle detector
processor, per the manufacturer requirements for the intended use.
This equipment shall be installed, including termination of all necessary wiring, per the
video detection manufacturer requirements for the intended use.
Maintenance And Support
The supplier shall maintain an adequate inventory of parts to support maintenance and
repair of the system. These parts shall be available for delivery within 30 days of
placement of an acceptable order at the supplier's then current pricing and terms of sale
for said parts.
The supplier shall maintain an ongoing program of technical support for the access unit
and video detection system. This technical support shall be available via telephone, or
via personnel sent to the installation site upon placement of an acceptable order at the
supplier's then current pricing and terms of sale for on-site technical support services.
Installation or training support shall be provided by factory-authorized representative. All
product documentation shall be written in the English language.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 23
10-19.23 Emergency Vehicle Detection System - Furnish and install complete and
functioning emergency vehicle preemption (EVP) system as intended per plans, the
manufacturer, and these special provisions.
A complete, functioning, Tomar “Strobecom II” Optical Preemption and Priority Control
System, complete with two (2) Tomor Model 4090-21-ST optical detectors, Tomar Model
3140 optical signal processor (OSP), M913 detector cable, and associated equipment (or
approved equal) shall be furnished and installed by the Contractor. Emergency vehicle
detection equipment shall be furnished and installed, and shall include:
1. Tomar Model 4090-21-ST optical detectors for each approach as shown on the plans
2. Tomar Model 4140 optical signal processor (OSP), sufficient for 8-phase operation
3. Tomar M913 detector cable
4. Tomar Model 3065B cordless preemption emitter
Optical Detector
The optical detector shall be mounted on the indicated signal mast arm by an approved
mast arm clamp. The detector shall not be mounted on the signal head.
Emergency vehicle preemption sequence of operation shall be subject to the approval of
the Engineer prior to turn-on of the signal.
It shall be the responsibility of the Contractor to provide the services of a knowledgeable
representative of the manufacturer of the emergency vehicle preemption equipment to be
present for not less than the first day of the traffic signal lighting and function test to ensure
proper installation and functioning of the equipment. The optical detector shall be a light-
weight, weatherproof, adjustable, bi-directional optical detector assembly. Internal circuitry
shall transform optical energy from the optical emitter assembly into electrical signals for
delivery via optical detector cable to the phase selection equipment.
The optical detector cable shall be a durable, shielded, 3-conductor cable with a drain wire
and the necessary electrical characteristics to carry power to the optical detector from the
phase selector and to carry the optical detector signal to the phase selector. It shall
conform to the written requirements of the manufacturer of the phase selector and optical
detector.
Phase Selector
This equipment shall interface between the optical detector and the controller cabinet. It
shall interface with the signal controller and provide the following functions while not
compromising the control equipment fail-safe provisions:
1. Sufficient power to all optical detectors required for the intersection
2. Sensitivity to the optical detector signal via adjustable range potentiometers
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 24
3. Differentiation of signals by optical detectors from one or more emitters on a first-come,
first-served basis.
4. Outputs to signal the controller to cause selection of the desired phase green display
for the approaching vehicle.
5. Smooth transition to non-priority operation upon passage of the vehicle through the
intersection.
Other
The Contractor shall provide a vehicle equipped with an emitter to test and verify
satisfactory operation of the equipment.
10-19.24 Accessible Pedestrian Signals – Accessible Pedestrian Signals shall
conform to the provisions in Section 86-1.02T, "Accessible Pedestrian Signals", 87-
1.03T Accessible Pedestrian Signals of the Standard Specifications and these Special
Provisions.
Accessible Pedestrian Signals shall be Polara EZ Communicator Navigator 2-wire push
button station (EN2 PBS) or approved equal and shall meet A.D.A. requirements.
The audible speech message for the EN2 system shall be programmed by the
manufacture. A request for an approved message shall be submitted to the City of Palm
Springs 30 days prior to energizing the new traffic signal.
10-19.25 Led Luminaires - Luminaires shall conform to the provisions in Section 86-
1.02K(2), "LED Luminaires", of the Standard Specifications and these Special
Provisions.
Luminaires shall conform to the following Standards and Special Provisions:
1.0 Definitions
CALiPER: Commercially Available LED Product Evaluation and Reporting. A U.S. DOE
program that individually tests and provides unbiased information on the performance of
commercially-available LED luminaires and lights.
correlated color temperature: Absolute temperature in kelvin of a blackbody whose
chromaticity most nearly resembles that of the light source.
house side lumens: Lumens from a luminaire directed to light up areas between the
fixture and the pole, such as sidewalks at intersection or areas off the shoulders on
freeways.
International Electrotechnical Commission (IEC): Organization that prepares and
publishes international standards for all electrical, electronic, and related technologies.
junction temperature: Temperature of the electronic junction of the LED device. The
junction temperature is critical in determining photometric performance, estimating
operational life, and preventing catastrophic failure of the LED.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 25
L70: Extrapolated life in hours of the luminaire when the luminous output depreciates 30
percent from initial values.
LM-79: Test method from the Illumination Engineering Society of North America
specifying test conditions, measurements, and report format for testing solid state
lighting devices, including LED luminaires.
LM-80: Test method from the Illumination Engineering Society of North America
specifying test conditions, measurements, and report format for testing and estimating
the long-term performance of LEDs for general lighting purposes.
National Voluntary Laboratory Accreditation Program (NVLAP): U.S. DOE program
that accredits independent testing laboratories.
power factor: Ratio of the real power component to the complex power component.
street side lumens: Lumens from a luminaire directed to light up areas between the
fixture and the roadway, such as traveled ways and freeway lanes.
surge protection device (SPD): Subsystem or component that protects the unit
against short-duration voltage and current surges.
total harmonic distortion: Ratio of the rms value of the sum of the squared individual
harmonic amplitudes to the rms value of the fundamental frequency of a complex
waveform.
2.0 Submittals
Submit a sample luminaire to METS for testing after the manufacturer's testing is
completed. Include the manufacturer's test data.
Product submittals must include:
1. LED luminaire checklist.
2. Product specification sheets, including:
2.1. Maximum power in watts.
2.2. Maximum designed junction temperature.
2.3. Heat sink area in square inches.
2.4. Designed junction to ambient thermal resistance calculation with thermal
resistance components clearly defined.
2.5. L70 in hours when extrapolated for the average nighttime operating
temperature.
3. LM-79 and LM-80 compliant test reports from a CALiPER-qualified or NVLAP-
approved testing laboratory for the specific model submitted.
4. Photometric file based on LM-79 test report.
5. Initial and depreciated isofootcandle diagrams showing the specified minimum
illuminance for the particular application. The diagrams must be calibrated to feet
and show a 40 by 40 foot grid. The diagrams must be calibrated to the mounting
height specified for that particular application. The depreciated isofootcandle
diagrams must be calculated at the minimum operational life.
6. Test report showing SPD performance as tested under ANSI/IEEE C62.41.2 and
ANSI/IEEE C62.45.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 26
7. Test report showing mechanical vibration test results as tested under California Test
611 or equal.
8. Data sheets from the LED manufacturer that include information on life expectancy
based on junction temperature.
9. Data sheets from the power supply manufacturer that include life expectancy
information.
Submit documentation of a production QA performed by the luminaire manufacturer
that:
1. Ensures the minimum specified performance level
2. Includes a documented process for resolving problems
Submit the QA documentation as an informational submittal.
Submit the manufacturer's warranty documentation as an informational submittal before
installing LED luminaires.
3.0 Quality Control and Assurance
The Department may test random samples of the luminaires under section 86-2.14A.
The Department tests luminaires under California Test 678 and may test any
parameters specified in section 86-6.01.
Fit 1 sample luminaire with a thermistor or thermocouple temperature sensor. A
temperature sensor must be mounted on the:
1. LED solder pad as close to the LED as possible
2. Power supply case
3. Light bar or modular system as close to the center of the module as possible
Other configurations must have at least 5 sensors per luminaire. The Engineer provides
advice on sensor location. Thermocouples must be either Type K or C. Thermistors
must be a negative-temperature-coefficient type with a nominal resistance of 20 kΩ.
Use the appropriate thermocouple wire. The leads must be a minimum of 6 feet. Submit
documentation with the test unit describing the type of sensor used.
Before performing any testing, energize the sample luminaires for a minimum of 24
hours at 100 percent on-time duty cycle and a temperature of +70 degrees F.
Depreciate the luminaire lighting's performance for the minimum operating life by using
the LED manufacturer's data or the data from the LM-80 test report, whichever results in
a higher lumen depreciation.
Failure of the luminaire that renders the unit noncompliant with section 86-6.02
specifications is cause for rejection.
4.0 Warranty
Provide a 10-year manufacturer's warranty against any defects or failures. The warranty
period begins on the date of Contract acceptance. Furnish a replacement luminaire
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 27
within 10 days after receipt of the failed luminaire. The Department does not pay for the
replacement. Deliver replacement luminaires to the Department's Maintenance
Electrical Shop at: 425 N. Civic Dr., Palm Springs, CA 92262.
5.0 Materials
The luminaire must include an assembly that uses LEDs as the light source. The
assembly must include a housing, an LED array, and an electronic driver. The luminaire
must:
1. Be UL listed under UL 1598 for luminaires in wet locations or an equivalent standard
from a recognized testing laboratory
2. Have a minimum operational life of 63,000 hours
3. Operate at an average operating time of 11.5 hours per night
4. Be designed to operate at an average nighttime operating temperature of 70
degrees F
5. Have an operating temperature range from 40 to +130 degrees F
6. Be defined by the following applications:
Application Replaces
Roadway 1 200 W high-pressure sodium luminaire mounted
at 34 ft
Roadway 2 310 W high-pressure sodium luminaire mounted
at 40 ft
Roadway 3 310 W high-pressure sodium luminaire mounted
at 40 ft with back side control
Roadway 4 400 W high-pressure sodium luminaire mounted
at 40 ft
The individual LEDs must be connected such that a catastrophic loss or a failure of 1
LED does not result in the loss of more than 20 percent of the luminous output of the
luminaire.
6.0 Luminaire Identification
Each luminaire must have the following identification permanently marked inside the
unit and outside of its packaging box:
1. Manufacturer's name
2. Trademark
3. Model number
4. Serial number
5. Month and year of manufacture
6. Lot number
7. Contract number
8. Rated voltage
9. Rated wattage
10. Rated power in VA
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 28
7.0 Electrical Requirements
The luminaire must operate from a 60 ± 3 Hz AC power source. The fluctuations of line
voltage must have no visible effect on the luminous output. The operating voltage may
range from 120 to 480 V(ac). The luminaire must operate over the entire voltage range
or the voltage range must be selected from either of the following options:
1. Luminaire must operate over a voltage range of 95 to 277 V(ac). The operating
voltages for this option are 120 V(ac) and 240 V(ac).
2. Luminaire must operate over a voltage range of 347 to 480 V(ac). The operating
voltage for this option is 480 V(ac).
The power factor of the luminaire must be 0.90 or greater. The total harmonic distortion,
current, and voltage induced into an AC power line by a luminaire must not exceed 20
percent. The maximum power consumption allowed for the luminaire must be as shown
in the following table:
Application Maximum consumption
(watts)
Roadway 1 165
Roadway 2 235
Roadway 3 235
Roadway 4 300
8.0 Surge Suppression and Electromagnetic Interference
The luminaire's on-board circuitry must include an SPD to withstand high repetition
noise transients caused by utility line switching, nearby lightning strikes, and other
interferences. The SPD must protect the luminaire from damage and failure due to
transient voltages and currents as defined in Tables 1 and 4 of ANSI/IEEE C64.41.2 for
location category C-High. The SPD must comply with UL 1449. The SPD must be
tested under ANSI/IEEE C62.45 based on ANSI/IEEE C62.41.2 definitions for standard
and optional waveforms for location category C-High.
The luminaires and associated on-board circuitry must comply with the Class A
emission limits under 47 CFR 15, subpart B, for the emission of electronic noise.
9.0 Compatibility
The luminaire must be operationally compatible with currently-used lighting control
systems and photoelectric controls.
10.0 Photometric Requirements
The luminaire must maintain a minimum illuminance level throughout the minimum
operating life. The L70 of the luminaire must be the minimum operating life or greater.
The measurements must be calibrated to standard photopic calibrations. The minimum
maintained illuminance values measured at a point must be as shown in the following
table:
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 29
Application Mounting
height
(ft)
Minimum
maintained
illuminance
(fc)
Light pattern figure
(isofootcandle curve)
Roadway 1 34 0.15 Pattern defined by an ellipse with the
equation:
x 2 (y – 20)2
(82)2 (52)2 + = 1
where:
x = direction longitudinal to the roadway
y = direction transverse to the roadway and
the luminaire is offset from the center of the
pattern by 20 feet to the house side of the
pattern.
Roadway 2 40 0.2 Pattern defined by an ellipse with the
equation:
x 2 (y – 20)2
(82)2 (52)2 + = 1
where:
x = direction longitudinal to the roadway
y = direction transverse to the roadway and
the luminaire is offset from the center of the
pattern by 20 feet to the house side of the
pattern.
Roadway 3 40 0.2 Pattern defined by an ellipse with the
equation:
x 2 (y – 20)2
(82)2 (52)2 + = 1
for y ≥ 0 (street side)
where:
x = direction longitudinal to the roadway
y = direction transverse to the roadway and
the luminaire is offset from the center of the
pattern by 20 feet to the house side of the
pattern.
Roadway 4 40 0.2 Pattern defined by an ellipse with the
equation:
x 2 (y – 23)2
(92)2 (55)2 + = 1
where:
x = direction longitudinal to the roadway
y = direction transverse to the roadway and
the luminaire is offset from the center of the
pattern by 23 feet to the house side of the
pattern.
The luminaire must have a correlated color temperature range from 3,500 to 6,500 K.
The color rendering index must be 65 or greater.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 30
‘The luminaire must not allow more than:
1. 10 percent of the rated lumens to project above 80 degrees from vertical
2. 2.5 percent of the rated lumens to project above 90 degrees from vertical
86-6.02B(7) Thermal Management
The passive thermal management of the heat generated by the LEDs must have
enough capacity to ensure proper operation of the luminaire over the minimum
operation life. The LED maximum junction temperature for the minimum operation life
must not exceed 221 degrees F.
The junction-to-ambient thermal resistance must be 95 degrees F per watt or less. The
use of fans or other mechanical devices is not allowed. The heat sink material must be
aluminum or other material of equal or lower thermal resistance.
The luminaire must contain circuitry that automatically reduces the power to the LEDs
so the maximum junction temperature is not exceeded when the ambient outside
temperature is 100 degrees F or greater.
86-6.02B(8) Physical and Mechanical Requirements
The luminaire must:
1. Be a single, self-contained device not requiring job-site assembly for installation
2. Have an integral power supply
3. Weigh no more than 35 lb
4. Have a maximum-effective projected area of 1.4 sq ft when viewed from either side
or end
5. Have a housing color that matches color number from 26152 to 26440, from 36231
to 36375, or 36440 of FED-STD-595.
The housing must be fabricated from materials designed to withstand a 3,000-hour salt
spray test under ASTM B 117. All aluminum used in housings and brackets must be
made of a marine-grade alloy with less than 0.2 percent copper. All exposed aluminum
must be anodized.
Each refractor or lens must be made from UV-inhibited high-impact plastic such as
acrylic or polycarbonate or heat- and impact-resistant glass and be resistant to
scratching. Polymeric materials except lenses of enclosures containing either the power
supply or electronic components of the luminaire must be made of UL94VO flame
retardant materials. The housing's paint must comply with section 86-2.16. A chromate
conversion undercoating must be used underneath a thermoplastic polyester powder
coat.
Provide each housing with a slip fitter capable of mounting on a 2-inch pipe tenon. This
slip fitter must fit on mast arms with outside diameters from 1-5/8 to 2-3/8 inches. The
slip fitter must be capable of being adjusted a minimum of ±5 degrees from the axis of
the tenon in a minimum of 5 steps: +5, +2.5, 0, -2.5, -5. The clamping brackets of the
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 31
slip fitter must not bottom out on the housing bosses when adjusted within the designed
angular range. No part of the slip fitter's mounting brackets must develop a permanent
set in excess of 1/32 inch when the bracket's two or four 3/8-inch-diameter cap screws
are tightened to 10 ft-lb. Two sets of cap screws may be furnished to allow the slip fitter
to be mounted on the pipe tenon in the acceptable range without the cap screws
bottoming out in the threaded holes. The cap screws and the clamping brackets must
be made of corrosion-resistant materials or treated to prevent galvanic reactions and be
compatible with the luminaire housing and the mast arm.
The LED luminaire must be assembled and manufactured such that its internal
components are adequately supported to withstand mechanical shock and vibration
from high winds and other sources. When tested under California Test 611, the
luminaire to be mounted horizontally on the mast arm must be capable of withstanding
the following cyclic loading for a minimum of 2 million cycles without failure of any
luminaire part:
Cyclic Loading
Plane Power
supply
Minimum peak acceleration level
Vertical Installed 3.0 g peak-to-peak sinusoidal loading (same as 1.5
g peak)
Horizontal
a
Installed 1.5 g peak-to-peak sinusoidal loading (same as
0.75 g peak)
aPerpendicular to the direction of the mast arm
The housing must be designed to prevent the buildup of water on top of the housing.
Exposed heat sink fins must be oriented to allow water to freely run off of the luminaire
and carry dust and other accumulated debris away from the unit. The optical assembly
of the luminaire must be protected against dust and moisture intrusion to at least an
ANSI/IEC rating of IP66. The power supply enclosure must be protected to at least an
ANSI/IEC rating of IP43.
Furnish each mounted luminaire with an ANSI C136.10-compliant, locking-type
photocontrol receptacle and a raintight shorting cap. The receptacle must comply with
section 86-6.11A.
Alternatively, if available, furnish each mounted luminaire with an ANSI C136.41-
compliant, locking-type photocontrol receptacle with dimming connections and a
raintight shorting cap. The receptacle must comply with section 86-6.11A.
When the components are mounted on a down-opening door, the door must be hinged
and secured to the luminaire housing separately from the refractor or flat lens frame.
The door must be secured to the housing such that accidental opening is prevented. A
safety cable must mechanically connect the door to the housing.
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 32
Field wires connected to the luminaire must terminate on a barrier-type terminal block
secured to the housing. The terminal screws must be captive and equipped with wire
grips for conductors up to no. 6. Each terminal position must be clearly identified.
The power supply must be rated for outdoor operation and have at least an ANSI/IEC
rating of IP65.
The power supply must be rated for a minimum operational life equal to the minimum
operational life of the luminaire or greater.
The power supply case temperature must have a self rise of 77 degrees F or less above
ambient temperature in free air with no additional heat sinks.
The power supply must have 2 leads to accept standard 0-10 V(dc). The dimming
control must be compatible with IEC 60929. If the control leads are open or the analog
control signal is lost, the circuit must default to 100-percent power.
Conductors and terminals must be identified.
10-19.26 Internally Illuminated Street Name Signs - Internally illuminated street name
signs (IISNS) shall conform to the provisions in 87-4.02C Internally Illuminated Street
Name Signs, of the Standard Specifications and these Special Provisions.
Internally illuminated street name signs shall be Temple R409 LED Edge-Lit Internally
Illuminated Street Name Sign, single sided or approved equal.
Legends and mounting requirements for the internally illuminated street name sign shall
meet City of Palm Springs Standard Drawing No. 621. Layouts for each legend shall be
submitted to the Engineer for approval prior to fabrication.
The sign fixture, panels, and mounting assemblies shall be designed and constructed to
prevent deformation, warp or failure when subjected to a minimum of 100 mph wind
loads, as set forth in the latest AASHTO publication, “Standard Specifications for
Structural Supports of Highway Signs, Luminaires, and Traffic Signals”, and
amendments thereto. The IISNS manufacturer shall submit a certificate of compliance
conforming to the provisions in Section 6-3.05E, “Certificates of Compliance”, with each
lot of IISNSs delivered.
The IISNS shall be double-faced edge-lit LED sign with white translucent high-
performance ASTM Type XI reflective border, arrows, and lettering using 10” uppercase
and 8” lowercase FHWA Series EM fonts. The background shall be green match color
no. 14109 of FED-STD-595.
The standard IISNS height shall be 21” +/- 1” and length shall be 6’, 8’ or 10’ attached to
the 10 feet IISNS mast arm using Pelco No. SE-5015 mast arm sign bracket and Pelco
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 33
No. SP-5668-L safety cable, or approved equal, per County Standard No. 1200. 3
brackets are required for 10 foot IISNS.
Each edge-lit LED sign will be fabricated and shipped with two (2) stainless steel
eyebolts, closed eye, 1/4-20, 1/2" threaded shank w/ shoulder, rated at 460 lbs. each. A
1/4x1” flat stainless steel washer will be placed between the sign enclosure and each
eyebolt. The eyebolts will be connected to the top rail of the sign enclosure with
stainless steel hardware, and shall be located within 1.75” of the square-round tri-stud
mounting points attached to the top of the sign enclosure or approved equal.
The average power consumption for each double-faced Edge-lit LED sign shall not
exceed 60 watts for a 6 foot sign, 80 watts for a 8 foot sign and 100 watts for a 10 foot
sign.
Individual LEDs must be wired such that a loss or failure of 1 LED will not result in a
loss of more than 5 percent of the module's light output. Failure of an individual LED in a
string must not result in a loss of an entire string or other indication.
10-19.27 Pedestrian Motion Sensors for Crosswalk Occupancy Detection - The
Contractor shall install pedestrian motion microwave sensors specifically designed to
monitor the curbside lane of a crosswalk for pedestrian occupancy and provide an
extension of the pedestrian clearance timer.
The pedestrian motion microwave sensors systems shall be installed by supplier factory
certified installers per recommended method provided in the supplier’s installation
manuals. Proof of factory certification shall be provided. The pedestrian motion sensor
shall be the MS Sedco Smartwalk XM or approved equal.
The motion sensors shall meet following specifications:
· Physical dimensions – 4”Wx4”Hx7’L or smaller
· Enclosure – Powder coated aluminum
· Weight: 4 lbs. or lighter
· Operating frequency – 24.125 gHz(K-band)
· Detection method – Microprocessor analyzed Doppler microwave
· Detection pattern – Adjustable with cover off
· Detection angle – Adjustable
· Detection mode – Selectable: approach-only, depart-only, or bidirectional
motion.
· Call extension time – 0.1 to 5 seconds
· Power requirements – 12-24V AC or DC±10%
· Power consumption: 2W Max.
· Relay output – Form C, rated 1 Amp @ 24V DC (N.O. and N.C.)
· Output Power – 5mW typical, 2 mW minimum
· Relay content ratings – 0.5A:50V AC 1A:24V DC
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CONSTRUCTION DETAILS
SPECIAL PROVISIONS - SECTION 10 - PAGE 34
· Temperature range: -29.2ºF to 165ºF
The motion sensors shall meet following performance specifications:
· Specifically designed for crosswalk occupancy applications
· Monitor the end of the crosswalk cycle and allow or extension of
pedestrian clearance timer while a pedestrian is still in the curbside lane of
a crosswalk.
· Software minimized false activation from vehicular traffic
· Installs and aligns in minutes
Maintenance and Support:
The supplier shall maintain an adequate inventory of parts to support maintenance and
repair of the system. These parts shall be available for delivery within 30 days of
placement of an acceptable order at the supplier's then current pricing and terms of sale
for said parts.
The supplier shall maintain an ongoing program of technical support for the pedestrian
motion sensor system for crosswalk. This technical support shall be available via
telephone, or via personnel sent to the installation site upon placement of an acceptable
order at the supplier's then current pricing and terms of sale for on-site technical support
services.
Installation or training support shall be provided by factory-authorized representative.
All product documentation shall be written in the English language.
10-19.28 Payment - The lump sum price paid for the traffic signal work for each
intersection shall include full compensation for furnishing all labor, materials, testing, tools,
equipment and incidentals, and for doing all the work involved in completing the traffic
signal, lighting and electrical system work, complete in place, as shown on the Plans or as
directed by the Engineer. Payment shall include compensation for removal and
replacement of all existing street improvements affected by excavations for conduit, as
identified on the Plans, and no additional compensation will be allowed therefore.
- END OF SECTION -
CONTENTS
PART III
INDIAN CANYON DRIVE
CITY PROJECT NO. 17-08
DATE June 14, 2018
CITY OF PALM SPRINGS
ENGINEERING SERVICES DEPARTMENT
PART III – APPENDIX
INDIAN CANYON DRIVE TWO-WAY CONVERTION AND
PEDESTRIAN AND BICYCLE SAFETY ENHANCEMENTS
CITY PROJECT NO. 17-08
Standards
City of Palm Springs
Riverside County
Curb-O-Let
Standard Plan for Public Works Construction
California Department of Transportations
Desert Water Agency
City of Palm Springs Standards
Riverside County Standards
Curb-O-Let Standards
Standard Plan for
Public Works Construction
California Department of Transportation
Standards
3’-6"3’-6"6’-0"8’-0"TYPE ˛ˇ (L) ARROW3’-6"E
D
G
E
O
F
P
A
V
EM
E
N
TTYPE ˇ˛ ARROWD
IR
E
C
T
IO
N
O
F
V
IEW
5’-6"8’-6"9’-0"7’-3"9
’-0"TYPE ˇ ARROW10’-0"
18’-0"
15’-0"
13’-0"
17’-6"
24’-0"
24’-0"
18’-0"TYPE ˇ˛˛ (L) ARROW2’-0"BIKE LANE ARROW5’-0"1’-9"2’-0"6"1’-0" GRID1’-0" GRID1’-0" GRID1’-0" GRID1’-0" GRID1’-0" GRID1’-0" GRID1’-0"1’-0"1’-0"1’-0"1’-0"1’-0"1’
-0"1’-0"20^6" GRIDTYPE ˛ 18’-0" ARROWTYPE ˇ˛˛˛ ARROWTYPE ˛ 24’-0" ARROWTYPE ˛ 10’-0" ARROW use mirror image)Right lane drop arrow(For left lane,use mirror image)use mirror image)Minor variations in dimensionsDEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIAPAVEMENT MARKINGSARROWSNOTE:may be accepted by the Engineer.(For Type ˛ˇ (R) arrow,(For Type ˇ˛˛ (R) arrow, A=25 ft˜A=31 ft˜A=15 ft˜A=36 ft˜A=27 ft˜A=14 ft˜A=42 ft˜A=33 ft˜PLANSAPPROVALDATEREGISTERED CIVIL ENGINEERDistCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETNo.TOTALSHEETSTHE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORTHE ACCURACY OR COMPLETENESS OF SCANNEDCOPIES OF THIS PLAN SHEET.A=3.5 ft˜2015 STANDARD PLAN A24A A24ANO SCALE161-24-141-24-14No.Exp.RE G IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIACIVIL Atifa FerouzC804023-31-179-22-15October 30, 2015
4’-8"4’-8"NUMERALS8’-0"4’-11"8"
8’-0"
8"
8’-0"
8" 4"4"4"NO SCALEDEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIASYMBOLS AND NUMERALSPAVEMENT MARKINGSA=17.5 ft˜A=16.5 ft˜A=19.5 ft˜PLANSAPPROVALDATEREGISTERED CIVIL ENGINEERDistCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETNo.TOTALSHEETSTHE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORTHE ACCURACY OR COMPLETENESS OF SCANNEDCOPIES OF THIS PLAN SHEET.DIAMOND SYMBOL12’-0"
6
"3’-3"1’-0" GRIDA=11 ft˜10"BICYCLE LOOPDETECTOR SYMBOL3"3"2"1" GRID1’-8"1’-8"1’-8"
5’-6"A=2 ft˜Minor variations in dimensions may be acceptedby the Engineer.NOTE:4" GRID3’-4"6’-0"WITHOUT PERSONBIKE LANE SYMBOLA=7 ft˜6’-6"4" GRID3’-4"WITH PERSONBIKE LANE SYMBOLA=7 ft˜2’-8"4’-5"
3’-9"4’-5"3’-9"3’-0"WHITEBLUE6" GRIDA (WHITE) =9 ft˜A (BLUE) =14 ft˜OF ACCESSIBILITY (ISA) MARKINGINTERNATIONAL SYMBOLSHARED ROADWAY BICYCLE MARKING3’-3"5’-9"
9’-3"
3’-6"
2’-0"6"6"6"
1"A=11.5 ft˜~ 2015 STANDARD PLAN A24CA24C6" GRID18No.Exp.RE G IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIACIVIL C804023-31-179-22-15Atifa FerouzOctober 30, 2015
4"4"8"
8"
8"4"8"4"8"4"8"4"8"4"8"4"8"4"8"4"the height of the characters for low speed roads, butnot more than ten times the height of the characters.The space may be reduced appropriately where there islimited space because of local conditions.NOTES:3. Minor variations in dimensions may be accepted by the Engineer. connecting segments not to exceed 2" in width.4. Portions of a letter, number or symbol may be separated byA=6 ft˜4"2"XINGAHEADWAITLANERIGHTYIELDSCHOOLSIGNALTURNHEREBIKESLOWSTOPLEFTITEMITEMITEMWORD MARKINGSITEMPEDCOMPACTRUNAWAYVEHICLES2131196265232219243532242618104342NO SCALEDEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIAPAVEMENT MARKINGSWORDSA24DA=5 ft˜2"4"
4"2"A=10 ft˜8"4"A=18 ft˜A=22 ft˜8"4"8"4"A=26 ft˜8"4"A=19 ft˜8"4"A=32 ft˜A=35 ft˜A=43 ft˜A=31 ft˜A=24 ft˜A=26 ft˜A=21 ft˜A=19 ft˜A=23 ft˜A=24 ft˜A=42 ft˜ft˜ft˜ft˜ft˜PLANSAPPROVALDATEREGISTERED CIVIL ENGINEERDistCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETNo.TOTALSHEETSTHE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORTHE ACCURACY OR COMPLETENESS OF SCANNEDCOPIES OF THIS PLAN SHEET.2015 STANDARD PLAN A24D 19No.Exp.RE G IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIACIVIL Atifa FerouzC804023-31-171. If a message consists of more than one word, it mustread "UP", i.e., the first word must be nearest the driver.2. The space between words must be at least four times9-22-15October 30, 2015
DEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIAPLANSAPPROVALDATEREGISTERED CIVIL ENGINEERDistCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETNo.TOTALSHEETSTHE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORTHE ACCURACY OR COMPLETENESS OF SCANNEDCOPIES OF THIS PLAN SHEET.CROSSWALKSPAVEMENT MARKINGSNOTES:BASIC1’-0" TO 2’-0"6’-0" Min Spacings not to exceed 2.5 times width of longitudinal line.3. 2. 1.1’-0" TO 5’-0"CONTINENTAL1’-0" TO 2’-0"6’-0" MinSee Note 1DIAGONAL45^6’-0" Min1’-0" TO 2’-0"1’-0" TO 2’-0"1’-0" TO 2’-0"TRIPLE FOURMin2’-0"2’-0"4’-0"4’-0"4’-0"See Note 1LADDER6’-0" Min
1’-0" TO 2’-0"1’-0" TO 2’-0"1’-0" TO 2’-0"1’-0" TO 5’-0" SEE NOTE 21’-0" TO 5’-0" SEE NOTE 2HIGHER VISIBILITY CROSSWALKS2015 STANDARD PLAN A24F A24FNO SCALE21No.Exp.RE G IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIACIVIL Atifa FerouzC804023-31-17of each lane.Spaces between markings must be placed in wheel tracksschools must be yellow.All crosswalk markings must be white except those near9-22-15October 30, 2015
ELECTRICAL SYSTEMSSTATE OF CALIFORNIADEPARTMENT OF TRANSPORTATIONNO SCALEABBREVIATIONS:NOTES:AND MOUNTINGS)fitting details.See Standard Plans ES-4D and ES-4E for attachment alignment of signals and backplate installation.Bracket arms shall be long enough to permit proper horizontal clearance to adjacent roadway.Mountings shall be oriented to provide maximum 3. 2. 1.A, B, C, D 1, 2, 3, 4 TV T SV2015 STANDARD PLAN ES-4AES-4A9-28-15440COUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.RE G IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIAELECTRICAL REGISTERED ELECTRICAL ENGINEERDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.THE ACCURACY OR COMPLETENESS OF SCANNEDAziz GabrielTheresaE151296-30-16(SIGNAL HEADS CONFIGURATION OF SIGNALS (3 - SECTION, UNLESS OTHERWISE INDICATED) NUMBER OF SIGNAL FACES TOP MOUNTED SIGNAL HEADS TERMINAL COMPARTMENT SIDE MOUNTED SIGNAL HEADSSIDE MOUNTINGSPLAN VIEW OF OTHERSV-4-TCSV-3-TCSV-2-TCSV-2-TDSV-2-TBSV-3-TBSV-4-TBSV-1-TSV-2-TASV-3-TASV-4-TASV-2BSVSV-1SV-2ATV-1TV-2TV-1-TTV-2-TTV-3-TTV-4-TSIDE MOUNTINGSTOP MOUNTINGSPLAN VIEW OFTOP MOUNTINGSOctober 30, 2015
STATE OF CALIFORNIADEPARTMENT OF TRANSPORTATIONNO SCALEABBREVIATIONS:NOTES:ELECTRICAL SYSTEMSSee Standard Plan ES-4D for attachment fittings details. alignment of signals.Bracket arms shall be long enough to permit proper horizontal clearance to adjacent roadway.Mounting shall be oriented to provide maximum3. 2. 1.TP T SP 1, 2 TOP MOUNTED PEDESTRIAN SIGNAL TERMINAL COMPARTMENT SIDE MOUNTED PEDESTRIAN SIGNAL NUMBER OF SIGNAL FACES2015 STANDARD PLAN ES-4BES-4BCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.RE G IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIAELECTRICAL REGISTERED ELECTRICAL ENGINEERDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.THE ACCURACY OR COMPLETENESS OF SCANNEDAziz GabrielTheresaE151296-30-16DETAIL BFLASHING UPRAISED HAND INTERVALSTEADY UPRAISED HAND INTERVALPERSON WALKING INTERVAL441LED COUNTDOWN PEDESTRIAN SIGNAL FACE MODULE(PEDESTRIAN SIGNAL HEADS)SP-1SP-2SP-1-TSP-2-TSIDE MOUNTINGSTP-1TP-1-TTP-2-TTOP MOUNTINGSPEDESTRIAN SIGNAL HEAD MOUNTINGSDETAIL ASIDE MOUNTINGSPLAN VIEW OFTOP MOUNTINGSPLAN VIEW OF9-22-15October 30, 2015
NO SCALESTATE OF CALIFORNIADEPARTMENT OF TRANSPORTATIONGASKETFRONT VIEWTOP VIEWSIDE VIEWPOLEFRONT VIEWTOP VIEWSIDE VIEWGASKETPOLE2"DETAIL ADETAIL BTYPE B PUSH BUTTON ASSEMBLYDETAIL CTYPE C PUSH BUTTON ASSEMBLY2015 STANDARD PLAN ES-5CES-5C9-22-15447COUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.RE G IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIAELECTRICAL REGISTERED ELECTRICAL ENGINEERDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.THE ACCURACY OR COMPLETENESS OF SCANNEDAziz GabrielTheresaE151296-30-16 Provide cover fitting for top of post, when PBA is Install push button on crosswalk side of standard. 1.2.3.NOTES:Back casting shape to fit curvature of pole.mounted on push button assembly post.pedestrian and bicycle facilities.4. Use R10 series regulatory signs and plaques forAND SPEAKEREQUIPMENTELECTRONICACCESSIBLE PEDESTRIAN SIGNALAND PUSH BUTTON ASSEMBLIES)(ACCESSIBLE PEDESTRIAN SIGNALELECTRICAL SYSTEMSOctober 30, 2015
MARKERSCENTERLINESDETAIL 1DETAIL 2DETAIL 3DETAIL 4DETAIL 5DETAIL 6DETAIL 7DETAIL 11DETAIL 12DETAIL 13DETAIL 14DETAIL 14ADETAIL 19DETAIL 20NO PASSING ZONES-TWO DIRECTIONDETAIL 21DETAIL 9DETAIL 10 LANELINESDETAIL 8NO PASSING ZONES-ONE DIRECTION3"
3"DETAIL 15DETAIL 16DETAIL 17DETAIL 183"DETAIL 22DETAIL 232"
2"
3" 3"
2" 2" 8’-6" 7’-0" 7’-0" 7’-0" 7’-0" 7’-0" 17’-0" 17’-0" 17’-0" 7’-0" 7’-0" 7’-0" 17’-0" 17’-0" 17’-0" 7’-0" 7’-0" 7’-0" 7’-0" 7’-0" 7’-0" 17’-0" 17’-0" 7’-0"8’-6"8’-6" 48’-0" 48’-0" 48’-0" 48’-0" 48’-0" 18’-0" 18’-0" 18’-0" 18’-0" 18’-0" 18’-0" 36’-0" 36’-0" 36’-0"24’-0"24’-0" 24’-0" 24’-0" 24’-0" 24’-0" 12’-0" 12’-0" 12’-0" 12’-0" 12’-0" 12’-0" 12’-0" 12’-0" 12’-0"8’-6"8’-6"8’-6""-"1 "-4 "
"-"1 "-4 "DETAIL 3 DELETED (2 LANE HIGHWAYS)(MULTILANE HIGHWAYS)(MULTILANE HIGHWAYS)RETROREFLECTIVE FACELANELINES (Cont)TYPE C AND TYPE DTYPE G AND TYPE HNO SCALEDEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIAAND TRAFFIC LINESTYPICAL DETAILSPAVEMENT MARKERSLEGENDLINES.TYPE H ONE-WAY YELLOW RETROREFLECTIVE TYPE G ONE-WAY CLEAR RETROREFLECTIVE TYPE D TWO-WAY YELLOW RETROREFLECTIVE TYPE C RED-CLEAR RETROREFLECTIVEDETAIL 4 DELETED DETAIL 7 DELETED DETAIL 10 DELETED DETAIL 20 DELETED DETAIL 17 DELETED DETAIL 14 DELETED DETAIL 13 DELETED DETAIL 23 DELETED 3"-4" 3"-4"2015 REVISED STANDARD PLAN RSP A20AREVISED STANDARD PLAN RSP A20A6" YELLOW 6" WHITE3" 18’-0" 12’-0" 24’-0"LOLLOL11-14-171 "
1 "
1 "
1 "
1 "
1 "LOLLOLLOLLOLDETAIL 14A DELETED 17’-0" 7’-0" 7’-0"8’-6" 48’-0"8’-6"DETAIL 9ADETAIL 12A 48’-0" 18’-0" 18’-0" 12’-0"NOTE:FOR FREEWAY APPLICATION ONLYSEE NOTESEE NOTEAll Rights Reservedc 2018 California Department of TransportationDATED OCTOBER 30, 2015 - PAGE 12 OF THE STANDARD PLANS BOOK DATED 2015.RSP A20A DATED APRIL 20, 2018 SUPERSEDES RSP A20A DATED JULY 21, 2017 AND STANDARD PLAN A20APLANSAPPROVALDATEREGISTERED CIVIL ENGINEERDistCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETNo.TOTALSHEETSTHE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORTHE ACCURACY OR COMPLETENESS OF SCANNEDCOPIES OF THIS PLAN SHEET.No.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIACIVIL Atifa FerouzC804023-31-19TO ACCOMPANY PLANS DATED April 20, 2018
NO SCALE 6" YELLOW 6" WHITE.DETAIL 30 DELETED DETAIL 33 DELETED REVISED STANDARD PLAN RSP A20B2015 REVISED STANDARD PLAN RSP A20B 3"-4" 3"-4" 12’-0" 12’-0" 12’-0" 12’-0" 12’-0" 12’-0" 12’-0" 12’-0" 18’-0" 18’-0" 18’-0" 18’-0" 18’-0" 18’-0" 24’-0" 24’-0" 24’-0" 24’-0" 24’-0" 24’-0" 24’-0" 24’-0" 24’-0" 24’-0" 36’-0" 36’-0" 17’-0" 7’-0" 17’-0"8’-6" 100’-0" Min 100’-0" Min 100’-0" Min 100’-0" Min 100’-0" Min 100’-0" Min 100’-0" Min 100’-0" MinLEFT EDGELINESRIGHT EDGELINESINTERSECTIONS 36’-0" 12’-0" 12’-0" 36’-0" 18’-0" 12’-0" 36’-0" 12’-0" 36’-0" 12’-0" 18’-0"LOLLOLLOLLOLLOLLOLLOLLOLLOLLOLLOLLOL1 " 1 " 24’-0" 24’-0" 24’-0" 24’-0" 24’-0" 24’-0" 96’-0" 96’-0"1 " 1 "
TYPICAL
12’-0"
TYPICAL
12’-0"11-14-17DETAIL 28DETAIL 29DETAIL 27CDETAIL 24DETAIL 25DETAIL 25ADETAIL 26DETAIL 272"
2" 3" DETAIL 27B2" RIGHT EDGELINE EXTENSION THROUGHMEDIAN ISLANDSDETAIL 30MARKERSDETAIL 313" 3"
2" 2"
3" 3" DETAIL 32DETAIL 332"
2"
2"
2" 3"
3" 3" 3"
3"
3" 3"
3" MARKER DETAILSDETAIL 34DETAIL 34ADETAIL 35DETAIL 35AINTERSECTIONTREATMENTS 2" 2"
2"
2"
2"
2"
2" 3"3"3"
3" 48’-0" 48’-0" 24’-0" 24’-0" 24’-0" 24’-0" MINIMUM
2’-0" 48’-0"7’-0" 7’-0"7’-0" 8’-6"12’-0"12’-0"12’-0"3’-0"3’-0"3’-0"2"
MINIMUM
2’-0"8’-6"8’-6"8’-6"8’-6""-"1 "-4 "
"-"1 "-4 "DETAIL 27AEDGE OF TRAVELED WAYEDGE OF TRAVELED WAYEDGE OF TRAVELED WAYEDGE OF TRAVELED WAYEDGE OF TRAVELED WAYCENTERLINE INTERSECTING STREETDETAIL 27A DELETED EDGE OF TRAVELED WAY (DIVIDED HIGHWAYS)RETROREFLECTIVE FACEDEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIATRAFFIC LINES TYPICAL DETAILSPAVEMENT MARKERS ANDLINESLEGEND RETROREFLECTIVE YELLOWTYPE H ONE-WAY RETROREFLECTIVE YELLOWTYPE D TWO-WAY1 "
1 "
1 "
1 "
1 " 1 " 1 "
1 " RETROREFLECTIVETYPE RY RED-YELLOWAll Rights Reservedc 2018 California Department of TransportationDATED OCTOBER 30, 2015 - PAGE 13 OF THE STANDARD PLANS BOOK DATED 2015.RSP A20B DATED APRIL 20, 2018 SUPERSEDES RSP A20B DATED JULY 21, 2017 AND STANDARD PLAN A20BAND TYPE DTYPE RY TYPE HTWO-WAY LEFT TURN LANESPLANSAPPROVALDATEREGISTERED CIVIL ENGINEERDistCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETNo.TOTALSHEETSTHE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORTHE ACCURACY OR COMPLETENESS OF SCANNEDCOPIES OF THIS PLAN SHEET.No.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIACIVIL Atifa FerouzC804023-31-19TO ACCOMPANY PLANS DATED April 20, 2018
2"
2"TYPE GMARKER DETAILSMARKERSDETAIL 36EXIT RAMP NEUTRAL AREA (GORE) TREATMENTDETAIL 36AENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT DETAIL 37LANE DROP AT EXIT RAMPSDETAIL 37ADETAIL 37BDETAIL 37CLANE DROP AT INTERSECTIONS short auxiliary lanes where weaving length is critical.* The solid channelizing line shown may be omitted on ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENTLINE8" WHITE 24’-0" 24’-0" 24’-0"1’-0"
6’-0"
24’-0" 30’-0" 30’-0" 30’-0" 30’-0" 3’-0"3’-0" 6’-0" * 300’-0"90’-0"12’-0" 30’-0" 30’-0" 30’-0" 30’-0" 90’-0"2"2"2"2"2"
1 "-4 ""-" 3"-4" 3"-4""-"1 "-4 " 6’-0" 3’-0" 3’-0" 6’-0"12’-0" 6’-0" 3’-0"6’-0" 3’-0"6’-0" 6’-0" 6’-0" EDGE OF TRAVELED WAY (MAINLINE)EDGE OF TRAVELED WAY (RAMP)EDGE OF TRAVELED WAY (MAINLINE)EDGE OF TRAVELED WAY (RAMP)6" WHITE LINE6" YELLOW LINE6" WHITE LINE6" YELLOW LINE6" WHITE LINE8" WHITE LINEEDGE OF TRAVELED WAY (MAINLINE)EDGE OF TRAVELED WAY (RAMP)6" YELLOW LINE8" WHITE LINESEE DETAIL 368" WHITE LINEREPEAT AT MILE INTERVALSTHROUGH TRAFFIC8" WHITE LINERETROREFLECTIVE FACENO SCALESTATE OF CALIFORNIADEPARTMENT OF TRANSPORTATIONPAVEMENT MARKERSTYPICAL DETAILSLEGEND:8" WHITE LINE6" WHITE LINEDETAIL 36B8" WHITE LINE8" WHITE LINE.AND TRAFFIC LINES2015 REVISED STANDARD PLAN RSP A20CREVISED STANDARD PLAN RSP A20CREVISED Std PLAN RSP A20BSEE DETAIL 27BREVISED Std PLAN RSP A20BSEE DETAILS 25AREVISED Std PLAN RSP A20BSEE DETAIL 27BREVISED Std PLAN RSP A20BSEE DETAIL 25A TYPE G ONE-WAY CLEAR RETROREFLECTIVE TYPE C RED-CLEAR RETROREFLECTIVE RSP A20BREVISED Std PLANSEE DETAIL 27BRSP A20BREVISED Std PLANSEE DETAIL 25APLAN RSP A20DREVISED StdSEE DETAIL 38DETAIL 37A DELETED DETAIL 37C DELETED PLAN RSP A20DREVISED StdSEE DETAIL 38B11-14-17REVISED Std PLAN RSP A20ASEE DETAIL 8 OR 9 TYPE RY RED-YELLOW RETROREFLECTIVETYPE RYTYPE C ANDADATED OCTOBER 30, 2015 - PAGE 14 OF THE STANDARD PLANS BOOK DATED 2015.RSP A20C DATED APRIL 20, 2018 SUPERSEDES RSP A20C DATED JULY 21, 2017 AND STANDARD PLAN A20CAll Rights Reservedc 2018 California Department of TransportationPLANSAPPROVALDATEREGISTERED CIVIL ENGINEERDistCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETNo.TOTALSHEETSTHE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORTHE ACCURACY OR COMPLETENESS OF SCANNEDCOPIES OF THIS PLAN SHEET.No.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIACIVIL Atifa FerouzC804023-31-19TO ACCOMPANY PLANS DATED April 20, 2018
....
.
.
.
......
.
.
.
....
...
.
.
.
.
.
.
.
.
.
...
.
..
.
...
.
.
.
.
.
...
...
...
.
..
.
.
.
.
.
.NO SCALE.2015 REVISED STANDARD PLAN RSP A20DREVISED STANDARD PLAN RSP A20D6" WHITE LINE6" YELLOW LINE6" WHITE LINEDETAIL 38C DELETED DETAIL 40A DELETED DETAIL 41A DELETED 6" TO 8" 3"-4"
1 "-4 "11-14-176" YELLOW LINE TYPE G ONE-WAY CLEAR RETROREFLECTIVE2"
2"
2"FOR RECESSED INSTALLATIONLANE LINE EXTENSIONSTHROUGH INTERSECTIONSINTERSECTION LINETYPE GMARKER DETAILSRETROREFLECTIVE PAVEMENT MARKER MARKERSTHROUGH INTERSECTIONSCENTER LINE EXTENSIONSDETAIL FOR RECESSEDTHERMOPLASTIC TRAFFIC STRIPERECESSED THERMOPLASTIC NOTES B. A.ROADWAY SURFACEFINISHEDROADWAY SURFACEFINISHEDDETAIL 38DETAIL 38ADETAIL 38BDETAIL 38CCHANNELIZING LINEDETAIL 39DETAIL 39ABIKE LANE LINEBIKE LANEDETAIL 40DETAIL 41DETAIL 40ADETAIL 41ARECESS DETAIL FORRETROREFLECTIVE PAVEMENT MARKER 3. 2. 1. 24’-0" 24’-0" 24’-0" 24’-0" 200’-0"8’-0"4’-0"1’-0" 6’-0" 6’-0"1’-0"2"-2 "
2"-2 "
"
"-"
"-"below the pavement surface.in recessed pavement shall be 0 to "The top of the thermoplastic installed pavement marking patterns.See typical traffic line details for"-" 4"-4" 4"-4"ASECTION A-APLANEND OF RECESSMARKER AT EITHERRETROREFLECTIVE PAVEMENTEND OF RECESSMARKER AT EITHERRETROREFLECTIVE PAVEMENTMin1’-0"Min2’-0"Min2’-0"5 " – "Var
ATHROUGH TRAFFIC8" WHITE LINE8" WHITE LINE8" WHITE LINETHERMOPLASTIC MATERIAL0 TO "INTERSECTION6" WHITE LINESee Notes A and B.See Notes 1 and 2.Two-way traffic(Type 2)RETROREFLECTIVE FACERETROREFLECTIVE FACETYPE C AND TYPE DTYPE G AND TYPE HSTATE OF CALIFORNIADEPARTMENT OF TRANSPORTATIONTYPICAL DETAILSAND TRAFFIC LINESPAVEMENT MARKERSLEGENDRECESSED MARKER NOTES:0 TO ", SEE NOTE 3pavement surface.shall be 0 to " below themarkers installed in recessesThe top of pavement non-recessed installations.are not to be used forfor recessed installationspavement markers shownThe retroreflective requires a Type 2 recess.pavement markers. Detail 14Ato be used with recesseddetails for marker patternsSee typical traffic lineBSECTION B-BPLANVar END OF RECESSMARKER AT DOWNSTREAMRETROREFLECTIVE PAVEMENTEND OF RECESSMARKER AT DOWNSTREAMRETROREFLECTIVE PAVEMENTMin1’-0"Min2’-0"5 " – "BBOne-way traffic(Type 1)0 TO ", SEE NOTE 3"-"1 "-4 " 3"-4"TYPE CTYPE C RED-CLEAR RETROREFLECTIVEAll Rights Reservedc 2018 California Department of TransportationDATED OCTOBER 30, 2015 - PAGE 15 OF THE STANDARD PLANS BOOK DATED 2015.RSP A20D DATED APRIL 20, 2018 SUPERSEDES RSP A20D DATED JULY 21, 2017 AND STANDARD PLAN A20DPLANSAPPROVALDATEREGISTERED CIVIL ENGINEERDistCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETNo.TOTALSHEETSTHE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORTHE ACCURACY OR COMPLETENESS OF SCANNEDCOPIES OF THIS PLAN SHEET.No.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIACIVIL Atifa FerouzC804023-31-19TO ACCOMPANY PLANS DATED April 20, 2018
ECRBCR10’-0"SIGNAL STANDARD PLACEMENT DIMENSIONSAND EQUIPMENT LOCATIONS1. Typical signal pole placement unless dimensionedon plans.TOPTOPTOPSEE NOTE 2END CURB
RETURNCURB
RADIUSBEGIN CURBRETURNELECTRICAL SYSTEMSSTATE OF CALIFORNIADEPARTMENT OF TRANSPORTATIONNO SCALENOTES:AND MOUNTINGS)SECTION A-AVISORSDIRECTIONAL LOUVERSIGNAL FACESABBA FARNEARSHOULDERLINE OR EDGE OFCURB OR BERM FLOWATTACH BACKPLATE WITHSIX 10-24 OR 10-32STAINLESS STEEL MACHINESCREWS AND FLAT WASHERSDRILL SIGNAL FACE AND8" AND 12" SECTIONS8" – " FOR 8" SECTIONS5" – " FOR 12" SECTIONSBACKPLATESELF-TAPPING AND LOCKINGR = 2" – "SECTION B-BFRONT VIEW12" DIAMETERFRONT VIEW8" DIAMETERBBATUNNELFULL CIRCLECAP OR CUT AWAY(Right angle isreversed of figure)LEFT ANGLE6" (Min)6" (Min)ISOMETRIC VIEWISOMETRIC VIEWBICYCLELANE CONTROLLANE CONTROLTOPU-TURN(SIGNAL HEADS2. For A and B dimensions, see Pole Schedule.machine screw and nut.and secured in place with one plated brassDirectional louvers shall be orientedPOLE PLATESIGNAL MOUNTINGTOWARDINTERSECTION4’-6"
3’-6"
3’-6"as indicated on the plansNormally used on standardsmast armType 1-A, 1-B, 1-C and 1-D standardas indicated on planswith luminaire or signalTyp10’-0"
Typ
10’-0"
Typ
8’-0"
7’-0"SPECIAL 90^ ELBOWTOP MOUNTING TERMINALTERMINAL COMPARTMENTSIDE MOUNTINGTYPE Lt-2-TSEE PLANS FOR TYPEOF SIGNAL MOUNTINGSIDE MOUNTEDSIGNALS (SV AND SP)LEFT TURNLANE SIGNALTOP MOUNTEDSIGNALS (TV)APS WHEN REQUIRED, TypPEDESTRIAN SIGNAL HEADSTANDARD PLAN RSP ES-4DTYPICAL SIGNAL HEAD INSTALLATIONSCOMPARTMENT SEE REVISEDType 1-A, 1-B, 1-C and 1-D standard2015 REVISED STANDARD PLAN RSP ES-4C.All Rights Reservedc 2017 California Department of TransportationREVISED STANDARD PLAN RSP ES-4C4-7-17DATED OCTOBER 30, 2015 - PAGE 442 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-4C DATED JULY 21, 2017 SUPERSEDES STANDARD PLAN ES-4CCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIAELECTRICAL REGISTERED ELECTRICAL ENGINEERDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.THE ACCURACY OR COMPLETENESS OF SCANNED12-31-17July 21, 2017TO ACCOMPANY PLANS DATED Zolfaghari HamidE15636
TOP MOUNTINGSSIGNAL SLIP FITTERS3 CADMIUM PLATEDSTEEL SET SCREWS3 CADMIUM PLATEDSTEEL SET SCREWS1 TO 4 OPENINGSAS REQUIREDMISCELLANEOUS MOUNTING HARDWARE COVERCABLE GUIDETOP MOUNTINGSIDE MOUNTING
11" Min
11" 3"
4 "3 SET SCREWSTWO ROWS OFSTANDARD PIPE THREADDRILL AND TAP FOR 1 NPS
9"
Min
3 """ 2" 1 " 7"FLAT WASHER"SECTION A-AFIT STANDARDCURVED TOSEE NOTE 3MAST ARM OR PIPE TENON5^ SERRATIONSSHAKE PROOF LOCK WASHERRUBBER WASHERLOCK RING5^ SERRATIONSSIGNAL STANDARDFOR ONE MOUNTINGSTEEL SCREWSCADMIUM PLATEDSIGNAL HOUSINGLOCK NUT1" NIPPLESTOP" LOCK WASHER" NUTBOLT GALVANIZED" STANDARDOMIT ON UPPER PLATECABLE GUIDE.SEE SECTION B-BLOCK WASHER AND NUT,CURVED WASHER,STANDARDSIGNAL4" SLIP FITTER5^ SERRATIONSPOLE PLATE DETAILFOR BOLTS, SEETERMINAL COMPARTMENTFOR MULTIPLE MOUNTINGSMAST ARM MOUNTINGMAST ARM MOUNTINGTYPE MATTYPE MASPOLE PLATEDETAIL CWASHERS, SEEAANOTES:NO SCALEDEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIAELECTRICAL SYSTEMSAfter mast arm signal has been plumbed andmountings and mast arm with mastic.5^ SERRATIONSFor 2 NPS pipe, see Note 1.For 2 NPS pipe, see Note 1.For 4 NPS pipe, see Note 2.BBTOP VIEWSECTION B-BTHREAD1 NPS PIPE"TO FIT STANDARDBRONZE WASHER CURVED
1 "DETAIL C"LOCK RINGON SIGNAL HOUSING OR FITTINGBRASS RING TO MATCH FLANGE5^ SERRATIONS" PINUse where locking ring is not integralWith signal housing or fitting.SPECIAL 90^ ELBOW1 NPS PIPE THREADOne for each signal head, except thoseWith special slip fitter mountingBOLT THROUGH MAST ARMCADMIUM PLATED " MAST ARM" BOLT THROUGHCADMIUM PLATEDplated " galvanized bolt with washer undersecured, drill " hole through mast arm tenonin line with slip fitter hole. Place a cadmiumbolt head through hole and secure with washer,nut, and locknut. Seal openings between mast arm(SIGNAL HEAD MOUNTING)WITHOUT TERMINAL COMPARTMENTPOLE PLATE FOR SIDE MOUNTED SIGNAL HEADAll Rights Reservedc 2017 California Department of TransportationREVISED STANDARD PLAN RSP ES-4D.2015 REVISED STANDARD PLAN RSP ES-4D4-28-17backplate is used.lock ring. Top opening shall be offset whenmatch those on bottom of signal heads or inshall be 1 NPS. Serrations in fittings shallThreaded top mounted slip fitter openings 3. 2. 1.0.95 square inch minimum. Minimum width of ".Wireway shall have a cross section area ofDATED OCTOBER 30, 2015 - PAGE 443 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-4D DATED JULY 21, 2017 SUPERSEDES STANDARD PLAN ES-4DCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIAELECTRICAL REGISTERED ELECTRICAL ENGINEERDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.THE ACCURACY OR COMPLETENESS OF SCANNED12-31-17July 21, 2017TO ACCOMPANY PLANS DATED Zolfaghari HamidE15636
DEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIANO SCALEELECTRICAL SYSTEMS" x 2"CARRIAGE BOLTSWITH 1" HUBS2-WAY CENTER SUPPORTBLANK COVER" - 20 Hex NUTSLOCK WASHER, " WASHERSLIP FITTERWASHERSERRATIONSDETAIL A" x " Hex HEADCOVER SCREW, BACKPLATELOCK WASHERSHAKE PROOFTOP OF SIGNAL HEADLOCK NUT1 NPS NIPPLEOR SEALING COMPOUNDSEAL WITH A GASKETFLAT WASHER,DETAIL BVISIBLE ABOVE BACKPLATEMAST ARM MOUNTINGSPIPE TENONMAST ARM ORBACKPLATETYPE MAS-4BFITTERSLIPPIPE TENONMAST ARM ORTYPE MAS-4CFITTERSLIPBACKPLATESIDE VIEWFITTERSLIP3" Min
3" Min
4’-4"– 3’-2"–R = 2" – "BACKPLATETYPE MAS-5B 3’-2"–PIPE TENONMAST ARM OR3" Min 4’-4"–3" MinSLIP FITTERBACKPLATESEE DETAIL ATYPE MAS-5AR = 2" – "BACKPLATEPIPE TENONMAST ARM ORTYPE MATFITTERSLIPPIPE TENONMAST ARM ORSLIP FITTERBACKPLATETYPE MAS3" Min
3" Min3" Min
4’-4"–PIPE TENONMAST ARM ORR = 2" – "TYPE MAS-4AFITTERSLIPOPTICAL DETECTOR SHALL BEOPTICAL DETECTOR MOUNTING FORCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIAELECTRICAL REGISTERED ELECTRICAL ENGINEERDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.THE ACCURACY OR COMPLETENESS OF SCANNEDEMERGENCY VEHICLE DETECTIONOPTICAL DETECTOR MOUNTING)(SIGNAL HEADS ANDSLIPFITTERApril 20, 2018Zolfaghari HamidE1563612-31-19TO ACCOMPANY PLANS DATED All Rights Reservedc 2018 California Department of Transportation.11-15-17REVISED STANDARD PLAN RSP ES-4E2015 REVISED STANDARD PLAN RSP ES-4EDATED OCTOBER 30, 2015 - PAGE 444 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-4E DATED APRIL 20, 2018 SUPERSEDES STANDARD PLAN ES-4E3" Min
3" Min3" Min
PIPE TENONMAST ARM ORFITTERSLIPTYPE MAS-3A 3’-2"–
3’-2"–
POLETYPEC15218"ODNMNAPES-7NA4"4’-3"–4’-9"–ES-7MSTATE OF CALIFORNIADEPARTMENT OF TRANSPORTATION8"0.1196"1’-0"1’-0"6’-0"8’-0"10’-0"15’-0"2’-0"–2’-6"– 3’-3"–3"3"3"0.1196"36’-6"–37’-0"–38’-9"–39’-3"–32’-9"–33’-9"–34’-3"–31’-6"–32’-0"–TYPE 15 AND TYPE 21P37’-9"–BACK OF FIXTUREM PROJECTED LENGTHHEIGHTBASEMin ODTOPWALLTHICKNESSCIRCLEPROJECTEDLENGTHRISEMinAT POLENOMINALTHICKNESSTYPE 15TYPE 21Elev B3"3"0.1793"N
A
ES-6BB11-55B11-56B11-57MOUNTING HEIGHT (VARIES)TYPE 15 AND TYPE 21 BARRIER RAIL MOUNTEDHEIGHT
BARRIER BACK OF FIXTUREM PROJECTED LENGTH"BAR " x 5"4"2 "3 "HS CAP SCREWS, TOTAL 3."- 11NC - 1" LONG "1"POLE PLATEDETAIL RBASE PLATEC CDETAIL AELEVATION AELEVATION BES-7MDet BDet ADet ATAP POLE PLATE4. 3. 2. 1. NOTES:NO SCALEELECTRICAL SYSTEMS(LIGHTING STANDARD,TYPES 15 AND 21)12’-0"FRONT VIEWSIDE VIEWORORBOLT HOLE = ANCHOR BOLT + "30’-0"35’-0"BC = BOLTTHICKNESSANCHOR BOLT SIZEBASE PLATE DATAPOLE DATALUMINAIRE MAST ARM CONNECTIONLUMINAIRE MAST ARM DATAMAST ARM PLATEAXIS OF POLEBCSEE NOTE 3HANDHOLE,ES-7MES-7MDet BDet ADEPTH
2"2’-6"DiaDEPTHCIDH PILEFOUNDATION6’-0"7’-0"Dia 1" x 36" *1" x 36" *2015 REVISED STANDARD PLAN RSP ES-6AMin
2 "CLEARANCEBOTTOM BOLTIF REQUIRED FORSHAPE TUBE INRAIN TIGHT CAP PROVIDE REMOVABLECONDUCTORSFOR ELECTRICALCHASED EDGES2" HOLE" MaxDRAIN HOLEGALVANIZING.RSPES-7ORSPRSPRSPRSPRSP* FOR BARRIER RAIL BOLTS, SEE REVISED STANDARD PLAN RSP ES-6B.All Rights Reservedc 2017 California Department of TransportationRSPRSPRSPREVISED STANDARD PLAN RSP ES-6A For additional notes and details, see Revised Standard Plans RSP ES-7M and RSP ES-7N. Handhole shall be located on the downstream side of traffic. base plate details, see Standard Plan ES-6F.For Type 15-SB, use Type 15 standard with Type 30 slip noted on the plans. Indicates mast arm length to be used unless otherwise4-25-17DATED OCTOBER 30, 2015 - PAGE 449 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-6A DATED JULY 21, 2017 SUPERSEDES RSP ES-6A DATED JULY 15, 2016 AND STANDARD PLAN ES-6ACOUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIA DistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.THE ACCURACY OR COMPLETENESS OF SCANNEDJuly 21, 2017TO ACCOMPANY PLANS DATED Stanley P. JohnsonC577933-31-18CIVILREGISTERED CIVIL ENGINEER
COMBINED STREET SIGNMin ODCA10’-0" Max8"1’-0"NOTES:STREET SIGNSBY OTHERS2 NPS STANDARD PIPEFINISHED GRADEHEIGHTTHICKNESSWALLBASETOPCIRCLETHICKNESSSIZETYPEPOLE21TSDEPTH2"1’-2"1’-3"3"30’-0"35’-0" 2. 1.BASE PLATEC
CBACK OF FIXTURENOTE 1
SEE
N SEE NOTE 1M PROJECTED LENGTH......BASE PLATEELEVATIONSECTIONPBA POSTANCHOR BOLTSGalv STEEL PIPE2 NPS STANDARD"
5"5"BASEPIPE5" BOLT CIRCLE" HOLESFIT PIPECUT HOLE TO45^45^ELEVATION ADETAIL ADETAIL BDETAIL CDEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIANO SCALEELECTRICAL SYSTEMS(SIGNAL AND LIGHTING STANDARD, TYPE TS,4’-0"ANCHOR BOLTS 9"0.1793"1’-1"1" x 42"7’-6"8’-6"(See Note 1)POLE DATABASE PLATE DATACIDHTYPE 15TS AND 21TS STANDARDTYPE 15TS AND 21TS2’-6" BC = BOLT15TSBCRAIN TIGHT CAPPROVIDE REMOVABLERAIN TIGHT CAPPROVIDE REMOVABLE1’-6" 2’-0" " x 1’-0"" x 2’-0"ANCHOR BOLTPUSH BUTTON ASSEMBLY POSTAND PUSH BUTTON ASSEMBLY POST)PUSH BUTTON ASSEMBLY POST3"FOR STREET SIGN AND PBAAS PBA POSTDETAILS SAMEBASE PLATE7’-0"
10’-0"
12’-0" Max
DEPTH APSSEE NOTE 1
P
AES-7OSEE NOTE 2HANDHOLE,Det BElev BDet AES-7NDet AES-7NDet A2015 REVISED STANDARD PLAN RSP ES-7AREVISED STANDARD PLAN RSP ES-7A.ES-7MRSPRSPES-7M1’-6"RSPRSPHandhole shall be located on the downstream side of traffic. see Revised Standard Plan RSP ES-6A.For additional notes, details and data for Type 15TS and Type 21TS Standards,GRADEFINISHED5’-7" FOR APS APPLICATIONS
4’-7" FOR PBA APPLICATIONS
All Rights Reservedc 2017 California Department of Transportation4-7-173’-6"
3’-6"
3’-6"DATED OCTOBER 30, 2015 - PAGE 456 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-7A DATED JULY 21, 2017 SUPERSEDES RSP ES-7A DATED JULY 15, 2016 AND STANDARD PLAN ES-7ACOUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIA REGISTERED CIVIL ENGINEERC57793CIVILDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.Stanley P. JohnsonTHE ACCURACY OR COMPLETENESS OF SCANNEDTO ACCOMPANY PLANS DATED 3-31-18July 21, 2017
10"For Details not shownsee Type 1-A StandardMin
1"TYPE 1-D STANDARDTYPE 1-B STANDARDBASE PLATEFor Type 1-AFor Type 1-CBASE PLATEFor Type 1-B" MaxANCHOR BOLTS WITH SLEEVE NUTSDETAIL JFor Type 1-D8" BC7" BCSTEEL POST4" Std GalvES-114"4"
2" – Min
3" Max TYPE 1 SIGNAL STANDARDSNOTE:MAY VARYBOLT HOLESTOTAL # OFSEE DETAIL J" Min BASE PLATESEE NOTE 1
SEE NOTE 1
1" BASE PLATEGalv CAST IRON PIPEFLANGESEE NOTE 1
AT BASE5" ID Min" Min BASE PLATE10’-0" BASE OD = 5 "
7’-0" BASE OD = 5 "
SEE NOTE 1" Min BASE PLATETYPE 1 STANDARDBASE PLATESCREW UP FORTIGHT CONNECTIONFINISHED GRADESAME AS STANDARD BOLT
EMBEDMENT SQUARETOP Min OD = 3 "
TOP Min OD = 4 "4 NPS StdPOSTTyp" MinDETAIL CDETAIL ADETAIL A-1DETAIL A-3DETAIL A-2DETAIL A-4DETAIL A-5DETAIL A-6Det B CENTRAL HOLE" ´ WITH 2"INSPECTION HOLE AT WITH VISUALCOUPLING NUT2 H2
H
2
HOF ANCHOR BOLTD, DIAMETERANCHOR BOLT LENGTH
TABLE
’H’ SEE HANDHOLE AND COVER3" x 5" REINFORCEDHANDHOLE AND COVER3" x 5" REINFORCED4" x 10" CLASS 2509" ANCHOR PLATEHEAVY Hex NUT TypDIAMETERBOLT‘H’THICKNESSNUT TABLE2"3’"1"COUPLING NUT TABLETYPE 1-A STANDARDTYPE 1-C STANDARDEACH. TOTAL 46" WITH 2 NUTS AND 2 WASHERSINSTALL AT 8" BC THREAD1" x 3’-0" ANCHOR BOLTS.ES-7MElev ADet AES-7MES-7MDet AES-11ES-11Det BDet BES-7MDet AES-7MElev AES-7MDet AES-7MElev ADet BES-11HANDHOLE AND COVER3" x 5" REINFORCEDSTEEL POSTTHICKNESS TAPERED0.1196" WALLSEE DETAIL J4 NPS Std PIPEWASHERS EACH. TOTAL 4THREAD 6" WITH 2 NUTS AND 2" x 2’-6" ANCHOR BOLTSTOTAL 4NUTS AND 2 WASHERS EACH.BOLTS THREAD 6", WITH 21" x 3’-0" ANCHOR(THREAD BOTH END ")PIPE OR CONDUIT4 NPS Std Galv STEELPER FOOTMax TAPER 0.143"5" ID AT BASE,TAPERED STEEL POST0.1196" WALL THICKNESSBOLT PIECETHREADED ANCHOR245ON STANDARDS AND POSTSMin
4’-0"45^ROADWAYSIDE OF POLECURB OR SHOULDER GRADECURB OR EDGE OF SHOULDERDETAIL B-1DETAIL B-2DETAIL BDETAIL B-3LOCATION OF EQUIPMENT IDENTIFICATION CHARACTERSTYPICAL IDENTIFICATIONCHARACTER FORMATIDENTIFICATIONCHARACTER DETAILL7CHARACTERS OF IDENTIFICATION(See Note 8)DEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIANO SCALEELECTRICAL SYSTEMS(SIGNAL AND LIGHTING STANDARD, TYPE 1AND EQUIPMENT IDENTIFICATION CHARACTERS)finished surface of foundation and for 1.2.3.5.6.vehicle signals and 7’-0" – 2" forTop of standards shall be 4" OD.Standards shall be 10’-0" – 2" forConduits shall extend 2" maximum abovepole is noted on project plans.toward handhole.Types 1-A, 1-C and 1-D shall be sloped7.pedestrian signals unless shorterNOTES:Coupling nuts to be used only when shownor specified on project plans.undisturbed soil.Pour foundation concrete againstdownstream side of traffic.For standards with handhole, locate in the2454251""D" LETTERS)(2" SERIESPAINTED1"1"1"L7L7CHARACTERSADHESIVESELF4.8.or grounding conductor.Anchor bolts shall be bonded to conduit6’-0"2’-6" 6’-0"2’-6" 6’-0"2’-6" 6’-0"2’-6" 2015 REVISED STANDARD PLAN RSP ES-7BREVISED STANDARD PLAN RSP ES-7B6-20-16COUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.RE G IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIA REGISTERED CIVIL ENGINEERC57793CIVILDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.Stanley P. JohnsonTHE ACCURACY OR COMPLETENESS OF SCANNEDTO ACCOMPANY PLANS DATED 3-31-18July 15, 2016.Standard Plans RSP ES-7M and RSP ES-7N.For additional notes and details, see RevisedRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPDATED OCTOBER 30, 2015 - PAGE 457 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-7B DATED JULY 15, 2016 SUPERSEDES STANDARD PLAN ES-7BAll Rights Reservedc 2016 California Department of Transportation
EFMinGHMinODIMin ODBAPOLE DATABASE PLATE DATAC8"9"10"23^21^15^318-3-10019-3-10023-3-10024-3-10019A-3-10024A-3-100100MNMinOD4"15’-0"20’-0"25’-0"30’-0"35’-0"40’-0"45’-0"8’-0"12’-0"14’-0"15’-0"21’-8"–22’-8"–23’-0"–23’-8"–16’-0"8"0.1793"0.2391"1"1"1"1"6’-0"8’-0"10’-0"12’-0"15’-0"3"3"3"0.1196"30’-0"35’-0"30’-0"17’-0"30’-0"35’-0"17’-0"30’-0"35’-0"30’-0"35’-0"17’-0"0.3125"10’-0"10’-0"15’-0"10’-0"15’-0"10’-0"15’-0"6’-15’ 12’-0"6’-15’ 12’-0"6’-15’ 15’-0"6’-15’ 12’-0"6’-15’ 15’-0"6’-15’ 12’-0"6’-15’ 15’-0"35’-0"2’-0"–2’-6"–3’-3"–4’-3"–4’-9"–THICKNESSPOLE ´LSIZEPLATEJ45’-0"1"-7NC-3"30’-0"12"13"36’-6"–37’-0"–38’-9"–39’-3"–32’-9"–33’-9"–34’-3"–31’-6"–32’-0"–37’-9"–21’-8"–17’-6"18’-6"15’-0",20’-0"HS CAPSCREWSBOLTCIRCLETHICKNESSAT POLEMOUNTINGHEIGHTSPACINGPROJECTEDLENGTHLUMINAIRETHICKNESSBOLTCIRCLETOPBOTTOMLENGTHALTERNATIVE SECTIONTHICKNESSTOPBASEHEIGHTWINDVELOCITYLOADCASEPOLETYPESIGNALNONENONENONENONEP MOUNTING HEIGHTTHICKNESSAT POLERISEPROJECTEDLENGTHMaxX-10’-6"13’-0"25’-0",40’-0",3"ELEVATION AELEVATION B(mph)STATE OF CALIFORNIADEPARTMENT OF TRANSPORTATIONNO SCALEELECTRICAL SYSTEMS(SIGNAL AND LIGHTING STANDARD,POLEPOLE7"7"7"TYPE 17-3-100, 24A-3-100,19-3-100, 26-3-100,19A-3-100, 26A-3-100, 24-3-100BC =16-3-10017-3-10026-3-10026A-3-10027-3-100TYPE 16-3-100, 18-3-100,23-3-100, 27-3-100ANCHOR BOLT SIZESIGNAL MAST ARM DATAINDICATES MAST ARM LENGTH TO BE USED UNLESS OTHERWISE NOTED ON PLANS.MAST ARMMAST ARMTHICKNESSMAST ARM ´KCASE 3 SIGNAL MAST ARM LOADING,MAST ARM LENGTHS 15’ TO 45’)WIND VELOCITY=100 MPH AND SIGNALDiaES-7NDet UF17’-0" Min
10’-0"
A
G
H
7’-0"Det S3’-6ES-7ME PROJECTED LENGTHFINISHED GRADEDEPTH SIGNDet AES-7N35 lb(65 lb FOR PV)35 lb(65 lb FOR PV)Elev B SIGNXAPSON PROJECT PLANSOF SIGNAL WHEN SHOWNSTREET NAME SIGN IN LIEUINTERNALLY ILLUMINATED8’-0" x 1’-10", 80 lb,ES-7OTIGHT CAP REMOVABLE RAINPROVIDEDet AES-7MDet BES-7MElev BES-7OSEE NOTEHANDHOLE,16"18"0.3125"11"11"13"11"11"13"2’-1"1’-11"1’-11"1’-9"CCBCBASE PLATEDETAIL B POLEDETAIL AJJTypSECTION A-AElev BES-7OTot 4.CAP SCREW, HS Hex Hd CONDUCTORSFOR ElectCHASED EDGES 2" HOLE,I POLESECTION B-B<17^STIFFENER" TOP" SIDE LKSECTION C-C POLELK<17^STIFFENER" Bot" SIDE DiaNES-7NDet UF17’-0" Min
7’-0"
10’-0"
H
G
A
P Det SDet W3’-6"ES-7MES-7CDEPTHFINISHED GRADEALTERNATIVE SECTION M PROJECTED LENGTHE PROJECTED LENGTHSIGN XES-7NDet T-2Det AES-7N35 lb(65 lb FOR PV)Elev B SIGNTHICKNESS = 0.1196"
LENGTH B ANDAPSON PROJECT PLANSOF SIGNAL WHEN SHOWNSTREET NAME SIGN IN LIEUINTERNALLY ILLUMINATED8’-0" x 1’-10", 80 lb,ES-7ODet AES-7MDet BES-7MElev BES-7OSEE NOTEHANDHOLE,IISNS SHOWN ON PLANS NPS COUPLING WHENDet SES-7M(65 lb FOR PV)35 lbDet SES-7M POLESIGNAL MASTAXIS OFARM + "ANCHOR BOLTBOLT HOLE =TYPE 17-3-100 SIGNAL MAST ARM CONNECTIONNOTE:side of traffic.Handhole shall be located on the downstream SMA3’-6"12’-0"13’-0"DiaDEPTHCIDH PILEFOUNDATION2015 REVISED STANDARD PLAN RSP ES-7EREVISED STANDARD PLAN RSP ES-7ECOUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIA REGISTERED CIVIL ENGINEERC57793CIVILDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.Stanley P. JohnsonTHE ACCURACY OR COMPLETENESS OF SCANNEDTO ACCOMPANY PLANS DATED 3-31-18.LUMINAIRE MAST ARM DATARSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPELEVATION LKTypCHASED EDGESCCTypA
A
" ´ TOP,EACH ENDCHASED EDGES2 NPS PIPE,
S
M
A
HOLES, 4 BOTH SIDESGALVANIZING DRAINBot AND SIDESBB0.2391" OR 0.25"0.2391" OR 0.25"1’-3"1’-5"All Rights Reservedc 2017 California Department of TransportationJuly 21, 20174-7-173’-6"
3’-6"PLAN ES-7E DATED OCTOBER 30, 2015 - PAGE 460 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-7E DATED JULY 21, 2017 SUPERSEDES RSP ES-7E DATED JULY 15, 2016 AND STANDARD
POLE DATABASE PLATE DATA 4 HEIGHTA17’-0"30’-0"35’-0"17’-0"30’-0"35’-0"30’-0"35’-0"17’-0"Min OD10’-0"15’-0’10’-0"15’-0"10’-0"15’-0"C15’-0"H1"1"23211513’-0"10’-6"JTYPE 19-4-100, 19A-4-100,100 6’-15’ 12’-0"6’-15’ 12’-0"6’-15’ 12’-0"6’-15’ 15’-0"6’-15’ 15’-0"6’-15’ 15’-0"35’-0"1"-7NC-3"MNMinOD4"6’-0"8’-0"10’-0"12’-0"15’-0"3"3"3"0.1196"30’-0"35’-0"2’-0"–2’-6"–3’-3"–4’-3"–4’-9"–12"TYPE 18-4-100,36’-6"–37’-0"–38’-9"–39’-3"–32’-9"–33’-9"–34’-3"–31’-6"–32’-0"–37’-9"–30’-0"45’-0"25’-0",40’-0",24-4-100, 24A-4-100,POLEP MOUNTING HEIGHTTHICKNESSAT POLERISEPROJECTEDLENGTHSIGNALLUMINAIRETHICKNESSPLATESIZEALTERNATIVE SECTIONBOTTOMTOPB LENGTHTHICKNESSTOPBASETHICKNESSNONENONENONE3"ELEVATION AELEVATION BDEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIANO SCALEPOLE26-4-100, 26A-4-100CIRCLEBOLTBC =27-4-10026A-4-10026-4-10024A-4-10024-4-10023-4-10019A-4-10019-4-10018-4-100SIGNAL MAST ARM DATALUMINAIRE MAST ARM DATAMAST ARMMAST ARMINDICATES MAST ARM LENGTH TO BE USED UNLESS OTHERWISE NOTED ON PLANS.BOLT SIZEANCHORES-7NDet UES-7MDet SDet WSTREET NAME SIGNINTERNALLY ILLUMINATED8’-0" x 1’-10", 80 lb, POLE SIGNES-7CES-7NDet T-2Det AES-7NALTERNATIVE SECTIONElev BAPSES-7O
3’-6"
7’-0"
G
H
10’-0"
DEPTH Det AES-7MDet BES-7MElev BES-7OSEE NOTEHANDHOLE,ON PROJECT PLANSWHEN IISNS SHOWNUNDERSIDE REQUIRED NPS COUPLINGSIGN16"18"0.3125"11"11"13"1’-11"2’-1"1’-9"1’-11"3’-6"MAST ARM LENGTHS 25’ TO 45’)WIND VELOCITY=100 MPH AND SIGNALCASE 4 SIGNAL MAST ARM LOADING,(SIGNAL AND LIGHTING STANDARD,ELECTRICAL SYSTEMSLENGTHPROJECTEDESPACINGMinF 14’-0"12’-0"10’-0"HEIGHTMOUNTINGG 16’-0" AT POLEODMin 0.2391" CIRCLEBOLTISCREWSHS CAP 1" THICKNESSPOLE ´L 1" MaxX 13" 45’-0"40’-0"35’-0"30’-0"25’-0"23’-8"– 23’-0"– 22’-8"–10"9"8"8"7"THICKNESSMAST ARM ´K12’-0"TYPEPOLECASELOAD(mph)VELOCITYWIND11"11"13"DETAIL AJJTypSECTION A-AElev BES-7OTot 4.CAP SCREW, HS Hex Hd CONDUCTORSFOR ElectCHASED EDGES 2" HOLE,I SIGNAL MAST ARM CONNECTIONCCBCBASE PLATEDETAIL BSIGNAL MASTAXIS OFARM + "ANCHOR BOLTBOLT HOLE = POLESECTION B-B<17^STIFFENER" TOP" SIDE LKSECTION C-C POLELK<17^STIFFENER" BotNOTE:side of traffic.Handhole shall be located on the downstream E PROJECTED LENGTH X F 3’-6" 17’-0" Min
DiaES-7NDet UES-7MDet SES-7MDet SSTREET NAME SIGNINTERNALLY ILLUMINATED8’-0" x 1’-10", 80 lb,FINISHED GRADESIGN POLE SIGNDet AES-7NElev B(65 lb FOR PV)35 lb(65 lb FOR PV)35 lbAPSES-7ORAIN TIGHT CAP REMOVABLEPROVIDE
G
A
H
3’-6"
7’-0"
DEPTH
10’-0"Det AES-7MDet BES-7MElev BES-7OSEE NOTEHANDHOLE,ON PLANSWHEN IISNS SHOWNUNDERSIDE REQUIRED NPS COUPLING23-4-100, 27-4-100ES-7MDet S
17’-0" Min
FINISHED GRADE M PROJECTED LENGTH
N X
P
A E PROJECTED LENGTH(65 lb FOR PV)35 lbTHICKNESS = 0.1196"
LENGTH B AND(65 lb FOR PV)35 lb F 3’-6" Dia" SIDE SMA13’-0"DiaDEPTHCIDH PILEFOUNDATION2015 REVISED STANDARD PLAN RSP ES-7FREVISED STANDARD PLAN RSP ES-7FCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIA REGISTERED CIVIL ENGINEERC57793CIVILDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.Stanley P. JohnsonTHE ACCURACY OR COMPLETENESS OF SCANNEDTO ACCOMPANY PLANS DATED 3-31-18.RSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPOR 0.25"0.2391"1’-3" 1’-5" ELEVATION LKTypCHASED EDGESCCTypA
A
" ´ TOP,EACH ENDCHASED EDGES2 NPS PIPE,
S
M
A
HOLES, 4 BOTH SIDESGALVANIZING DRAINBot AND SIDESBBAll Rights Reservedc 2017 California Department of Transportation4-7-17July 21, 2017DATED OCTOBER 30, 2015 - PAGE 461 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-7F DATED JULY 21, 2017 SUPERSEDES RSP ES-7F DATED JULY 15, 2016 AND STANDARD PLAN ES-7F
MPROJECTEDLENGTHNRISEMinODAT POLETHICKNESSPOLEP MOUNTING HEIGHTPOLE4"6’-0"8’-0"10’-0"12’-0"15’-0"3"3"3"0.1196"30’-0"35’-0"2’-0"–2’-6"–3’-3"–4’-3"–4’-9"–36’-6"–37’-0"–38’-9"–39’-3"–32’-9"–33’-9"–34’-3"–31’-6"–32’-0"–37’-9"–STATE OF CALIFORNIADEPARTMENT OF TRANSPORTATION15’-0"HTHICKNESS1"1"150.1793"1"-6NC-3"14’-0"THICKNESSQ SECTIONLENGTH0.2391"16"16’-0"POLE DATABASE PLATE DATAMin ODBASETOPALTERNATIVE SECTIONB LENGTHBOTTOMTOPCTHICKNESSNONE10015’-0"6’-15’SIGN POLE SIGNSIGN POLE SIGNES-7NDet T-2Det AES-7NELEVATION BELEVATION ANO SCALENOTE:THICKNESSElev BDet AES-7NElev BTYPE 28-5-100ANCHOR BOLT SIZELUMINAIRE MAST ARM DATASIGNAL MAST ARM DATAINDICATES MAST ARM LENGTH TO BE USED UNLESS OTHERWISE NOTED ON PLANS.APSAPSES-7OES-7O
G
A
H
3’-6"
7’-0"
10’-0"
DEPTH Det AES-7MDet BES-7MElev BES-7OSEE NOTEHANDHOLE,
3’-6"
7’-0"
DEPTH
A
G
H
10’-0"Det AES-7MDet BES-7MElev BES-7OSEE NOTEHANDHOLE,22"17"0.375" 15’-0"10’-0"17"2’-6"2’-4"4’-0"DiaCIRCLEBOLTISCREWSHS CAPSIZEPLATEJTHICKNESSPOLE ´LMaxX23’-0"18’-0"THICKNESSMAST ARM ´KLENGTHPROJECTEDESPACINGMinFHEIGHTMOUNTINGGAT POLEODMin55’-0"50’-0"1’-"11"25’-7"–23’-7"– TOSTREET NAME SIGNINTERNALLY ILLUMINATED8’-0" x 1’-10", 80 lb,STREET NAME SIGNINTERNALLY ILLUMINATED8’-0" x 1’-10", 80 lb,DETAIL AJJTypSECTION A-AElev BES-7OTot 4.CAP SCREW, HS Hex Hd CONDUCTORSFOR ElectCHASED EDGES 2" HOLE,I SIGNAL MAST ARM CONNECTIONCCBCBASE PLATEDETAIL BSIGNAL MASTAXIS OFARM + "ANCHOR BOLTBOLT HOLE =Det SES-7MDet UES-7NDet SES-7M 17’-0" Min 3’-6" F 12’-0" Min E PROJECTED LENGTH X DiaMinQ SECTIONON PLANSWHEN IISNS SHOWNUNDERSIDE REQUIRED NPS COUPLINGCAP RAIN TIGHTREMOVABLEPROVIDE(65 lb FOR PV)35 lb(65 lb FOR PV)35 lb(65 lb FOR PV)35 lbTYPEPOLECASELOADHEIGHTA 5 35’-0"30’-0"17’-0"55’-0"50’-0",3"(mph)VELOCITYWIND29A-5-10029-5-10028-5-100CIRCLEBOLTBC =MAST ARMLUMINAIREMAST ARMSIGNAL DiaDet SES-7MSHOWN ON PLANSREQUIRED WHEN IISNS NPS COUPLING UNDERSIDE M PROJECTED LENGTH
NDet WES-7C
7’-6" TO 9’-6"MinQ SECTION X E PROJECTED LENGTH 12’-0" MinDet UES-7N 3’-6" F
P(65 lb FOR PV)35 lb(65 lb FOR PV)35 lbTHICKNESS = 0.1793"
LENGTH B AND
ALTERNATIVE SECTIONDet SES-7M
17’-0" Min
(65 lb FOR PV)35 lbdownstream side of traffic.Handhole shall be located on theFGTYPE 29-5-100, 29A-5-100FGFGFG POLESECTION B-B<17^STIFFENER" TOP" SIDE LKSECTION C-C POLELK<17^STIFFENER" Bot" SIDE SMADEPTH14’-0"CIDH PILEFOUNDATION2015 REVISED STANDARD PLAN RSP ES-7GMAST ARM LENGTHS 50’ TO 55’)WIND VELOCITY=100 MPH AND SIGNALCASE 5 SIGNAL MAST ARM LOADING,(SIGNAL AND LIGHTING STANDARD,ELECTRICAL SYSTEMSREVISED STANDARD PLAN RSP ES-7GCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIA REGISTERED CIVIL ENGINEERC57793CIVILDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.Stanley P. JohnsonTHE ACCURACY OR COMPLETENESS OF SCANNEDTO ACCOMPANY PLANS DATED 3-31-18.RSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSP1’-9"ELEVATION LKTypCHASED EDGESCCTypA
A
" ´ TOP,EACH ENDCHASED EDGES2 NPS PIPE, SMA
Bot AND SIDESBBHOLES, 4 BOTH SIDESGALVANIZING DRAINAll Rights Reservedc 2017 California Department of TransportationJuly 21, 20174-7-17PLAN ES-7G DATED OCTOBER 30, 2015 - PAGE 462 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-7G DATED JULY 21, 2017 SUPERSEDES RSP ES-7G DATED JULY 15, 2016 AND STANDARD
H
A
G XFES-7NDet UDiaXFES-7NDet UDiaN 3’-6"3’-6"10’-0"EFGHMinODIKJLMNMinOD2"2"4"XMaxQ SECTION20"15^7’-0"
H
G
A
P
17’-0" Min
7’-0"Det WES-7C6’-0"8’-0"10’-0"12’-0"15’-0"3"3"0.1196"30’-0"35’-0"15’-0"16’-0"1’-1"0.1793"0.2391"24’-0"29’-0"0.2391"0.3125"14’-0"ES-7MES-7MDet SES-7MDet SES-7M25’-7"23’-7" TO3"2’-0"–2’-6"–3’-3"–4’-3"–4’-9"–1"-6NC-4"Det SDet S12’-0" MinMin12’-0" MinMin36’-6"–37’-0"–38’-9"–39’-3"–32’-9"–33’-9"–34’-3"–31’-6"–32’-0"–37’-9"–60’-0"65’-0" POLEE PROJECTED LENGTHSTREET NAME SIGNINTERNALLY ILLUMINATEDQ SECTIONSIGNFINISHED GRADE SIGNSIGNSTREET NAME SIGNINTERNALLY ILLUMINATEDFINISHED GRADETHICKNESSLENGTHTHICKNESSPOLE ´THICKNESSPLATESIZEHS CAPSCREWSBOLTCIRCLETHICKNESSAT POLEMOUNTINGHEIGHTMinSPACINGPROJECTEDLENGTHTHICKNESSP MOUNTING HEIGHTAT POLERISEPROJECTEDLENGTHQ SECTIONFINISHED GRADE SIGNE PROJECTED LENGTHM PROJECTED LENGTH POLEDEPTH
DEPTH
ES-7NDet T-2Det AES-7NELEVATION B1.2.Det AES-7NELEVATION ADEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIANOTES:POLEPOLEElev BElev B60-5-10061-5-10061A-5-100TYPE 60-5-100TYPE 61-5-100,61A-5-100SIGNAL MAST ARM DATALUMINAIRE MAST ARM DATAMAST ARM ´APSNO SCALEES-7OES-7ODet AES-7MDet BES-7MElev BES-7OSEE NOTE 2HANDHOLE,
10’-0"APS3’-6"SEE NOTE 2HANDHOLE,Det BES-7MElev BES-7ODet AES-7M8’-0" x 1’-10", 80 lb,8’-0" x 1’-10", 80 lb,25"POLE DATABASE PLATE DATATYPEPOLECASELOADHEIGHTAMin ODBASETOPALTERNATIVE SECTIONB LENGTHBOTTOMTOPCTHICKNESS 5 35’-0"30’-0"17’-0"NONE10065’-0"60’-0",15’-0"6’-15’3"(mph)VELOCITYWINDTHICKNESSCIRCLEBOLTBC =ANCHOR BOLT SIZEMAST ARMLUMINAIREINDICATES MAST ARM LENGTH TO BE USED UNLESS OTHERWISE NOTED ON PLANS.MAST ARMSIGNAL22"20"0.375" 15’-0"10’-0"20"2’-9"3" x 60"MAST ARM LENGTHS 60’ TO 65’)WIND VELOCITY=100 MPH AND SIGNALCASE 5 SIGNAL MAST ARM LOADING,(SIGNAL AND LIGHTING STANDARD,ELECTRICAL SYSTEMS2’-6"2’-4"DETAIL BSIGNAL MAST ARM CONNECTIONJJTypSECTION F-FElev BES-7OIELEVATION1"" POLE(Min)Typ(Min)Typ"DDEELKFFBOTH ENDSCHASED EDGES2 NPS PIPE,CONDUCTORSFOR ElectCHASED EDGES 2" HOLE,Tot 4.CAP SCREW, HS Hex Hd
S
M
ACAP SCREWSHS Hex Hd^DRAIN HOLES" SIDE GUSSET SECTION D-D POLESECTION D-D<17^STIFFENER" TOP1"LKSECTION E-E POLE POLELK1"<17^" SIDE SMASTIFFENER" Bot" SIDE FINISHED GRADECAP RAIN TIGHTREMOVABLEPROVIDE(65 lb FOR PV)35 lb(65 lb FOR PV)35 lb(65 lb FOR PV)35 lbON PLANSREQUIRED WHEN IISNS SHOWN NPS COUPLING UNDERSIDE17’-0" Min
ON PLANSWHEN IISNS SHOWNUNDERSIDE REQUIRED NPS COUPLING9’-6"
7’-6" TO(65 lb FOR PV)35 lb(65 lb FOR PV)35 lb(65 lb FOR PV)35 lbALTERNATIVE SECTION
= 0.1793"
THICKNESS
LENGTH B ANDCCBCBASE PLATEDETAIL B + "ANCHOR BOLT BOLT HOLE= MAST ARM
AXIS OF SIGNAL
4’-0"DiaDEPTHCIDH PILEFOUNDATION14’-0"4’-6"15’-0"2015 REVISED STANDARD PLAN RSP ES-7HREVISED STANDARD PLAN RSP ES-7HCOUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.REG IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIA REGISTERED CIVIL ENGINEERC57793CIVILDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.Stanley P. JohnsonTHE ACCURACY OR COMPLETENESS OF SCANNEDTO ACCOMPANY PLANS DATED 3-31-18.RSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSPRSP2’-11"2’-0"HOLES, 4 BOTH SIDESGALVANIZING DRAINJuly 21, 2017All Rights Reservedc 2017 California Department of Transportation3’-6"4-25-17the adjacent insides of the top and bottom gusset platesThe radial separation between the face of the pole andamount of gap.shall not exceed ". Fillet weld size to be increased byof traffic.Handhole shall be located on the downstream sidePAGE 463 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-7H DATED JULY 15, 2016 AND STANDARD PLAN ES-7H DATED OCTOBER 30, 2015 -RSP ES-7H DATED JULY 21, 2017 SUPERSEDES RSP ES-7H DATED JANUARY 20, 2017 AND
AA"3"2"REAR VIEWSIDE VIEWDUAL PHOTOELECTRIC UNIT MOUNTING DETAIL4"4"3’-9" Max2’-6" Max
2"3’-9" MaxSIGN AREA14 SQFTSIGN WEIGHTTOP OF SIGN LEVELDRILL AND TAP FOR " CAP SCREW WITH LOCK WASHERLOCK WASHER" Galv BOLT, NUT ANDFIBER WASHERSIGN PANELINSTALL THRU CHANNELHEAD BOLT, NUT AND LOCK WASHER.SAFETY STOP-" Galv HexSIGN MOUNTING DETAILSPHOTOELECTRIC UNITFOR LIGHTING1-B STANDARDTYPE 15, 15D, 21, 21D, 30 ORCONDUIT FITTINGSLOT Galv STEEL OR ALUMINUM CHANNEL" Galv Hex HEAD BOLT, NUT AND44 lb1" x 1" x 0.105" CONTINUOUSDETAIL ADETAIL UDETAIL C-2DETAIL CSIGNAL SLIP FITTERDEPARTMENT OF TRANSPORTATIONSTATE OF CALIFORNIANO SCALEELECTRICAL SYSTEMS1 NPS TO NPS REDUCER NPS "LB"(SIGNAL AND LIGHTING STANDARD,DETAIL No. 2)(PLUG IF NOT USED)GGPOLE SPLICESFOR UNIFORM TUBE THICKNESSDETAIL T1" Min
" x 3"1 "" MaxOFFSETSTEEL SLEEVEBACKUP RINGCJPCJPDETAIL T-1DETAIL T-2AT TUBE THICKNESS CHANGEFOR POLES TO BE INSTALLED ON EXISTING FOUNDATION:BBELEVATION3" Clr FINISHED GRADEDEPTH
8" Min3" Clr Min4" Max5" Min Typ3" Clr MinPLATEANCHORAGETEMPLATE ORPERMANENTANCHOR BOLTAROUND PERIMETER2". SPACE EVENLYINSIDE DIAMETER =INSPECTION TUBESECTION B-BDIAMETERVERTICAL BARSSEE TABLEANCHORANCHORBOLTSEE DETAIL ISEE TABLEPLATESECTION A-APIPE CLAMPCHANNELCIDHAROUND REMAINING PERIMETER SPACEVERTICAL BARS, SPACE EVENLYDETAIL IINSPECTION TUBE PLACEMENT(PLUG IF NOT USED)OVERHEAD SIGNFOR ILLUMINATEDPHOTOELECTRIC UNIT4 NPS PIPE, 5" LONG" PLATE WITH 2" HOLE. WELD TO TOP OF STANDARD.TYPE 31 OR 32 STANDARD,SIGNAL AND LIGHTINGSTANDARD OR OTHER POST,THE TOP OF WHICH HASAN OD LARGER THAN A4 NPS STANDARD PIPEDETAIL C-1POLE TOP DETAILSSTANDARD TOPINDICATED ON PLANSPHOTOELECTRIC UNIT ISPROVIDE REMOVABLEMOUNTING ADAPTER FORPHOTOELECTRIC UNIT3 NPS x 2"LONG STANDARD PIPEPHOTOELECTRIC UNITREMOVABLE CAPDETAIL B-2DETAIL BRAIN TIGHT CAP, UNLESSDETAIL B-1PHOTOELECTRIC UNIT3 NPS PIPE2" LONG" ´ WITH 2" HOLEALTERNATIVEMOUNTING ADAPTERDETAIL B-32 ft2.5 ft3 ft3.5 ft4 ft5 ft6 ft8-#510-#612-#714-#818-#922-#1026-#11#4 AT 6#5 AT 62-#4 AT 72-#5 AT 72-#6 AT 72567JOINTAT EACH WELDEDSTEEL SLEEVE3" Clr Min4" Max1 NPS x 0.105" Galv PIPE CLAMPTOP MOUNTINGSIGNAL MAST ARM44*MaxMaxfoundations before fabricating the poles.dimensions for poles to be installed on existingVerify bolt circles, anchor bolt sizes and dependent REINFORCED PILECAST-IN-DRILLED-HOLE PILE FOUNDATION,3" Clr3" ClrDIAMETERCIDHTUBEINSPECTIONBARSVERTICALINSPECTION TUBE SCHEDULECIDH REINFORCING AND*USE 3 INSPECTION TUBES.FOR SLIP BASE VERSIONS WITH 3 ANCHOR BOLTS4.5 ft18-#92-#5 AT 75ANCHOR PLATE"D" POLESPIRALSPIRALSPIRAL2015 REVISED STANDARD PLAN RSP ES-7NREVISED STANDARD PLAN RSP ES-7N6-20-16COUNTYROUTEPOST MILESTOTAL PROJECTSHEETTOTALSHEETSPLANSAPPROVALDATENo.Exp.RE G IS
T
ERED P
ROFESSIONAL ENGINEERSTATE OF CALI
FOR
NIA REGISTERED CIVIL ENGINEERC57793CIVILDistNo.THE STATE OF CALIFORNIA OR ITS OFFICERSOR AGENTS SHALL NOT BE RESPONSIBLE FORCOPIES OF THIS PLAN SHEET.Stanley P. JohnsonTHE ACCURACY OR COMPLETENESS OF SCANNEDTO ACCOMPANY PLANS DATED 3-31-18July 15, 2016.DATED OCTOBER 30, 2015 - PAGE 468 OF THE STANDARD PLANS BOOK DATED 2015.RSP ES-7N DATED JULY 15, 2016 SUPERSEDES STANDARD PLAN ES-7NAll Rights Reservedc 2016 California Department of Transportation
STREETBONDCL COATING APPLICATION TO
NON-TEXTURED ASPHALT PAVEMENT SPECIFICATION
www.streetbond.com 1 rev. 10-11-11
SP-SB-CLNT
PART 1 – GENERAL
1.1 DESCRIPTION
A. StreetBondCL cycle lane coating is a highly specialized coating specifically
designed for application onto asphalt pavement to demarcate cycle lanes.
B. StreetBondCL Advanced Coatings for Asphalt are specifically formulated for
application to asphalt pavement and have been confirmed by a certified
testing facility to possess a balance of performance properties for a durable
and color-fast finish.
C. A variety of colors are available, including green and red. Please refer to
www.streetbond.com to view these. Custom colors are available upon
request as well as LEED compliant colors.
D. StreetBondCL cycle lane coating performance has been tested and verified
by an independent recognized testing laboratory. A Certificate of Analysis
confirming these test results is available through either an Accredited
Applicator or directly from Quest Construction Products (800-541-4383).
Please refer to the certified performance properties of StreetBondCL cycle
lane coating outlined in Section 2 of this specification.
E. StreetBondCL coatings are only available from Quest Construction Products,
(Tel. 800-541-4383).
F. Qualifications. Only Accredited Applicators may bid for and perform the
imprinted portion of this work. Please refer to Section 1.3 DEFINITIONS.
1.2 REFERENCES
A. ASTM D-4541 Standard Test Method for Pull-Off Strength of Coatings Using
Portable Adhesion Tester.
B. ASTM D-4060 Test Method for Abrasion Resistance of Organic Coatings by
the Taber Abraser.
C. ASTM D-2697 Standard Test Method for Volume of Nonvolatile Matter in
Clear or Pigmented Coatings.
D. ASTM D522-93A Standard Test Method for Mandrel Bend Test of Attached
Organic Coatings.
E. ASTM D1653 Standard test method for water vapor transmission or organic
film coatings.
F. ASTM G-155 Accelerated Weathering Environment Standard Practice for
Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials.
G. ASTM D 2369 Weight Solids Standard test method for Volatile Content of
Coatings.
H. ASTM D 1475 Standard Test method for Density of Paint, Varnish, Lacquer,
Other related products.
STREETBONDCL COATING APPLICATION TO
NON-TEXTURED ASPHALT PAVEMENT SPECIFICATION
www.streetbond.com 2 rev. 10-11-11
SP-SB-CLNT
I. ASTM D-2240 (2000) Standard Test Method for Rubber property – Durometer
hardness.
J. ASTM D-5895 Standard Test Method of drying or curing during film formation
of organic coatings using mechanical recorders.
K. ASTM D-570 Standard Test Method for water absorption of plastics.
1.3 DEFINITIONS
A. “Accredited Applicator” has a valid Accreditation Certificate as offered by
Quest Construction Products. (Tel. 800-541-4383). StreetBond applicators
are reviewed on an annual basis. All Accredited Applicators have been
qualified by Quest Construction Products to perform the Work.
B. “Applicator” means the installer of the StreetBond coatings.
C. “Owner” means the Owner and refers to the representative person who has
decision making authority for the Work.
D. “Textured asphalt pavement” is asphalt pavement that has been subjected
to imprinting or stamping in a specific pattern.
E. “Non-textured asphalt pavement” is asphalt pavement that is unstamped
and is sometimes referred to as “flatwork”.
F. The “Work” is the asphalt pavement texturing work contemplated in this bid
submission and specification.
G. “Scuffing” is a “tear” of the asphalt pavement caused by an external force.
Stationary vehicle tires turning on the pavement surface is a typical cause.
H. “Layer” is a pass, using the RSG spray gun, that is allowed to dry before the
next pass is applied.
1.4 SUBMITTALS
A copy of the Accreditation Certificate, available from the Applicator, is required
with submittal.
PART 2 – PRODUCTS
2.1 MATERIALS – STREETBONDCL COATING
StreetBondCL coating has been scientifically formulated to provide the optimal
balance of performance properties for a durable, long lasting color and texture
finish to asphalt pavement surfaces. Some of these key properties include wear
and crack resistance, color retention, adhesion, minimal water absorption and
increased friction properties. StreetBond coatings are environmentally safe and
meet EPA requirements for Volatile Organic Compounds (VOC).
A. StreetBondCL is a premium epoxy modified, acrylic, waterborne coating
specifically designed for application on asphalt pavements. It has a balance
of properties to ensure good adhesion and movement on flexible pavement,
STREETBONDCL COATING APPLICATION TO
NON-TEXTURED ASPHALT PAVEMENT SPECIFICATION
www.streetbond.com 3 rev. 10-11-11
SP-SB-CLNT
while providing good durability. StreetBondCL is durable in both dry and wet
environments.
B. StreetBond Colorant is a highly concentrated, high quality, UV stable
pigment blend designed to add color to StreetBondCL. One unit of Colorant
shall be used with one pail of StreetBondCL coating material.
2.1.1 Properties of StreetBond coatings
The following tables outline the physical and performance properties of the
StreetBond coatings as determined by an independent testing laboratory.
TABLE 1: Typical Physical Properties of StreetBondCL Coatings.
Characteristic Test Specification StreetBondCL
Solids by Volume ASTM D-2697 55%
Solids by Weight ASTM D-2369 68.9%
Density ASTM D-1475 13.34 lbs/gal (1.599 kg/l)
TABLE 2: Typical Performance Properties of StreetBond Coatings
Characteristic Test Specification StreetBondCL
Dry time
(To re-coat)
ASTM D-5895
23°C; 37% RH
35 min
Taber Wear
Abrasion Dry
H-10 wheel
ASTM D-4060
1 day cure
0.98 g/1000 cycles
Taber Wear Abrasion
Wet
H-10 wheel
ASTM D-4060
7 days cure
3.4 g/1000 cycles
Accelerated
Weathering
Environment
ASTM G-155
2,000 hours
(CIE Units)
∆E = 0.49
(brick color)
Hydrophobicity
Water absorption
ASTM D-570
8.3%
(9 days immersion)
Shore hardness ASTM D-2240 63 Type D
Mandrel Bend ASTM D522-93A 1/4” @ 21° C
Permeance ASTM D1653 3.45 g/m²/hr
(52 mils)
VOC Per MSDS 23 g/l
Adhesion to Asphalt ASTM D-4541 Substrate Failure
Friction
Wet
ASTM E-303
British Pendulum
Tester
WP* coated 64
WP* uncoated 57
AC** coated 73
AC** uncoated 60
STREETBONDCL COATING APPLICATION TO
NON-TEXTURED ASPHALT PAVEMENT SPECIFICATION
www.streetbond.com 4 rev. 10-11-11
SP-SB-CLNT
*WP – test conducted on asphalt pavement in wheel path
**AC – test conducted on asphalt pavement adjacent to curb.
Certificates of Analysis are available upon request for each of these properties.
2.2 EQUIPMENT FOR STREETBOND APPLICATION
The equipment described has been designed specifically for optimal application
of StreetBond coatings. Other equipment may or may not be suitable and could
compromise the performance of the StreetBond coatings and/or reduce crew
productivity.
A. The Rapid Sprayer II is a proprietary coating sprayer supplied by Integrated
Paving Concepts Inc. and is capable of applying the StreetBond coatings to
the asphalt pavement surface in a thin, controlled film which will optimize the
drying and curing time of the coating.
B. The StreetBond Coatings Mixer is a motorized mixing device designed to
ensure efficient and thorough blending of the StreetBond components.
C. The Rapid Finisher II is an electric powered broom supplied by Integrated
Paving Concepts Inc. that can be used in the application of StreetBond
coatings to improve productivity. It is especially useful on larger projects.
PART 3 - EXECUTION
3.1 GENERAL
StreetBond coating shall be supplied and applied on non-textured asphalt
surface by an Accredited Applicator in accordance with the plans and
specifications or as directed by the Owner. Do not begin installation without
confirmation of an Accreditation Certificate.
3.2 PRE-CONDITIONS
The condition of the asphalt substrate will impact the performance of the
StreetBond coatings. A highly stable asphalt pavement free of defects is
recommended.
3.2.1 Pre-requisites for new asphalt pavement
A durable and stable asphalt pavement mix design installed according to best
practices over a properly prepared and stable substrate is a pre-requisite for all
long-lasting asphalt pavement surfaces. The application of StreetBond does not
change this requirement.
STREETBONDCL COATING APPLICATION TO
NON-TEXTURED ASPHALT PAVEMENT SPECIFICATION
www.streetbond.com 5 rev. 10-11-11
SP-SB-CLNT
3.2.3 Pavement Marking Removal: recommended guidelines
Pavement markings may be removed by sandblasting, water-blasting, grinding,
or other approved mechanical methods. The removal methods should, to the
fullest extent possible, cause no significant damage to the pavement surface.
The Owner shall determine if the removal of the markings is satisfactory for the
application of StreetBond coatings. Work shall not proceed until this approval is
granted.
3.2.4 Surface Preparation
The asphalt pavement surface shall be dry and free from all foreign matter,
including but not limited to dirt, dust, de-icing materials, and chemical residue.
3.3 APPLICATION OF STREETBOND COATINGS
3.3.1 StreetBond Coating System Options
The selection of the appropriate StreetBond coating or system of coatings and
the required number of layers of each is dependent upon the application as
outlined here in TABLE 3.
TABLE 3: COATING SYSTEM OPTIONS
Notes:
1. The Applicator can make the final determination of the coating system option
to be used for the project.
3 layers StreetBond150
1 layer StreetBond150
over
2 layers StreetBond
CemBase
Very Low Vehicle Traffic
Residential
4 layers StreetBond150
2 layers StreetBond150
over
2 layers StreetBond
CemBase
Low / Medium Vehicle
Traffic
Parking lots
Low traffic crosswalks
Low traffic entries
Level Medians
Cycle paths in traffic
3 layers StreetBond150N/A
No Vehicle Traffic
Pedestrian
Cycle paths
Sidewalks
Plazas
Non Stamped / Textured***
Asphalt surface
Stamped Asphalt surface
No Scuff** concern
Stamped Asphalt
surface
Scuff** concern
3 layers StreetBond150
1 layer StreetBond150
over
2 layers StreetBond
CemBase
Very Low Vehicle Traffic
Residential
4 layers StreetBond150
2 layers StreetBond150
over
2 layers StreetBond
CemBase
Low / Medium Vehicle
Traffic
Parking lots
Low traffic crosswalks
Low traffic entries
Level Medians
Cycle paths in traffic
3 layers StreetBond150N/A
No Vehicle Traffic
Pedestrian
Cycle paths
Sidewalks
Plazas
Non Stamped / Textured***
Asphalt surface
Stamped Asphalt surface
No Scuff** concern
Stamped Asphalt
surface
Scuff** concern
STREETBONDCL COATING APPLICATION TO
NON-TEXTURED ASPHALT PAVEMENT SPECIFICATION
www.streetbond.com 6 rev. 10-11-11
SP-SB-CLNT
2. Additional layers of StreetBondCL may be used to provide additional build
thickness in high wear areas such as wheel paths and vehicle turning areas.
3. A maintenance program may be required for applications exposed to:
· scuffing
· abrasive materials (such as salt and sand)
· abrasive equipment (such as snow removal equipment)
3.3.2 Coating Application Guidelines
A. The Applicator shall use the Rapid Sprayer II to apply the StreetBond
coatings.
B. The asphalt pavement surface shall be completely dry and thoroughly
cleaned prior to application of the coatings.
C. The coating application shall proceed as soon as practical upon completion of
the imprinting of the asphalt pavement where applicable.
D. The first layer of coating shall be spray applied then broomed to work the
coating material into the pavement surface. Subsequent applications shall be
sprayed then broomed or rolled. Each application of coating material shall be
allowed to dry to the touch before applying the next layer.
E. The Applicator shall apply the StreetBond coatings only when the air
temperature is 50°F / (10°C) and rising and will no t drop below 50°F / (10°C)
within 24 hours. No precipitation should be expected within 24 hours.
3.4 COATING COVERAGE & THICKNESS
Recommended coating coverage and thickness is as outlined in TABLE 4 below.
Actual coverage may be affected by the texture of the asphalt pavement
substrate and the imprint pattern selected. There will be less coverage with the
first layer and higher coverage with subsequent layers.
TABLE 4: COATING COVERAGE AND THICKNESS
COVERAGE (approx.)
THICKNESS (approx.)
# OF LAYERS
TEXTURED
(Offset brick)
SF/pail
NON-
TEXTURED
SF/pail
WET DRY
mm mil mm mil
3
200
225
0.65
25.7
0.36
14.1
4
150
175
0.87
34.3
0.48
18.9
STREETBONDCL COATING APPLICATION TO
NON-TEXTURED ASPHALT PAVEMENT SPECIFICATION
www.streetbond.com 7 rev. 10-11-11
SP-SB-CLNT
3.5 OPENING TO TRAFFIC
Minimally, the surface coating must be 100% dry before traffic is permitted. The
following table is a guide:
3.6 EDGE STRIPING
Once StreetBondCL cycle lane coating has dried, a hot spray applied white
stripe may be installed along the edge of the bike path if desired.
TABLE 5: COATING DRY TIMES (TYPICAL)
If StreetBond coatings are applied when moisture cannot evaporate, then
the coating will not dry. The drying and curing of StreetBond coatings have
a direct impact on performance.
PART 4 – MEASUREMENT AND PAYMENT
4.1 MEASUREMENT
The measured area is the actual area of asphalt pavement where StreetBond
has been applied, measured in place. No deduction will be made for the area(s)
occupied by manholes, inlets, drainage structures, bollards or by any public utility
appurtenances within the area.
4.2 PAYMENT
Payment will be full compensation for all work completed as per conditions set
out in the contract. For unit price contracts, the payment shall be calculated
using the measured area as determined above.
Coating Dry Time (Laboratory)
This graph shows the increase in
drying time when temperatures are
lower.
Environmental factors such as
sunlight and wind play a major role
in drying.
Time in hoursDrying(% of water evaporated)Coating Dry Time (Laboratory)
This graph shows the increase in
drying time when temperatures are
lower.
Environmental factors such as
sunlight and wind play a major role
in drying.
Time in hoursDrying(% of water evaporated)
Desert Water Agency Standards