Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
06254 - TRI STAR CONTRACTING CP# 09-10A RAMON RD DRAINAGE IMPROVEMENTS AT BELARDO
DOCUMENT TRACKING Page:1 Report: One Document Detail March 18,2013 Condition: Document Numbera6154, Document# Description Approval Date Expiration Date Closed Date A6254 Ramon Road Drainage Improvements @ Baristo Channel CP 09-IOA 07/1112012 Company Name: Tri-Star Contracting II Inc. Address: Mr.Bryan Willis,President, 15501 Little Morongo Road,Desert Hot Springs,CA 92240 Contact: Mr.Willis Group: ENGINEERING ContractAmt. Total Paid Balance Service: In file $79,945.60 $79,945.60 xRef: Dabe Barakian 760-323.8160 Ins.Status: Certificate and Policies are OK Document Tracking Items: Due Completed Trackino Amount Amount Code Item Description Date Date Date Added Paid kdh CO 1 distrib to Tabi IN FILE 01/2912013 0112912013 $11,436.10 kdh auto doesn't have add'I ins and prim clause 11/1912012 kdh Council approved 2G 07/1112012 $68,509.50 kdh fully executed distrib to CAM IN FILE 08/02/2012 END OF REPORT"'"' DOC # 2013-0112595 03/07/2013 09: 12A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk & Recorder Recording 111111111111111111111111111111111111111111111111111111 Requested by and After Recording S R I U I PAGE SIZE I DA I MISC LONG RFD FrOPY Return to: City Clerk M A L 465 426 PCOR NCOR SMFWFUNIZ '7 Lj City of Palm Springs a �� BOX 2743 N T: CTY Palm Springs. CA 92263 (FOR RECORDERS USE ONLY Pursuant to Government Code Section 6103,this document is being recorded as a benefit to the City of Palm Springs and recording fees shall not apply. NOTICE OF COMPLETION NOTICE IS HEREBY given that: I. The City of Palm Springs, California, is a m,uriicipal corporation, organized and incorporated pursuant to the laws of the State of California. II. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. III. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). IV. The public work of improvement on the hereinafter referred to real property within the city was completed on February 18, 2013. V. The name of the contractor(if named)for such work of improvement was: Tri-Star Contracting II, Inc. VI. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Ramon Road Drainage Improvements at the Baristo Channel. VII. Nature of Interest: Fee Owner VIII.The property address or location of said property is: On Ramon Road, 300 ft.west of Sunrise Way IX. City Project: No.09-10A Agreement Number: 6254, Minute Order No: NIA CITY OF PALM SPRINGS: BY: DATED: Senioe Public Works Inspector, Michael K. Lytar BY: ZWL DATED: Director of Publio Woks/City Engineer David J. Barakian JAMES THOMPSON, being duly swom, says: That he is the City Clerk of the aforesaid City of Palm Springs, California,the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation, that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. Index No.0313 City Clerk-James Thompsorr CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: December 11, 2012 To: Tri-Star Contracting 11, Inc. 15501 Little Morongo Road Desert Hot Springs, CA 92240 City Project No.: 09-10A Project: Ramon Rd. Drainage Improvements Change Order No.: One(1) Contract Purchase Order No. : 13-0337 Account Numbers: 135-4372-65005 Agreement No.: 6254 CHANGES IN COST Increase in Cost Bid Schedule Items Item 2. Traffic Control $454.50 / LS $454.50 Item 6. Fumish and install 30"x19" 16 @ $256.25 / LF $4,100.00 Elliptical RCP New Item A. Re-alignment of Eliptical RCP Time and Materials Lump Sum= $6,881.60 Total Increase: $11,436.10 Net Change Order Amount: $11,436.10 REASONS FOR CHANGES Bid item 2: Additional Elliptical RCP was installed necessary for the completion of the project, therefore extended use of traffic control devices were required. $454.50 is the calculated cost breakdown based on the linear feet of elliptical pipe installed per project bid schedule. Bid item 6: The actual quantity required to complete the installation of elliptical pipe is more then originally estimated. Field measurements show that an additional 16 linear feet is required. New Item "A". Due to two utility conflicts discovered during construction of the storm drain, the contractor was directed by the City to re-align previously installed pipe in order to proceed past the obstructions. The lump sum price indicated above was determined based on the actual time and materials required to complete the work. Prices are inclusive of all allowable mark-ups. I Source of Funds Bid items 2,6 and New Item "A" in the amount of$11,436.10 will be paid from account #135-4372- 55005 Summary of Costs: Original Contract Amount: $ 68,509.50 This Change Order: $ 11,436.10 Revised Contract Amount: $79,945.60 Contractor Approval I/We do hereby agree to the change(s)and prices to th ict for work as specified herein.All Work specified in and initiated by this change order be pert rmed ac rding to the provisions set forth in the original contract unless otherwise noted. Tri-Star Contracting Inc. - 4Z-1 Z-1 Z Sig ture o A en Date t is Print Namer Title Note: Acceptance makes this Change Order part of the Original Contract Subject to the provisions contained therein. City Approval Submitted by: �rc�.� t 2- —i z - i z Public Wo 1 pector Date Approved by: City Engineer Date Approved by: City Manager Date Attested by: ®t jlerk Date Distribution: Original Executed Copies Conformed File Copy Contractor (1) Engineering File (1) City Clerk (1) Sr. Public Workslnsp. (1) APPROVED BY DEPARMENT HEAD Finance (1) tf t 411O�.10 A ? II AGREEMENT THIS AGREEMENT made this �%q—r day of N? in the year 20k, by and between the City of Palm Springs, a charter city, o anized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as theCity, and TRI-STAR CONTRACTING II INC. 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 The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the Citys Contract Documents entitled: RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL- REBID CITY PROJECT NO. 09-10A The Work comprises construction of a new 21' wide catch basin and construction of 30"x19" elliptical RCP storm drain lateral across Ramon Road west of Sunrise Way; installation of 12' W x 6' H slope protection barrier(end of PS Line 8 located on Baristo Channel, east side of Sunrise Way, south of Ramon Road); and all appurtenant work. 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 the 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 of$750 for each calendar day that expires after the time specified in Article 2, herein. p�K�1GR RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-t0A AGREEMENT FORM May 3,2012 AGREEMENT AND BONDS-PAGE 1 ARTICLE 3 — CONTRACT PRICE ($68,509.50) 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 and Bid Schedule(s). ARTICLE 4—THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, 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 0 to 0 inclusive, and all 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 — PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 — NOTICES -' Whenever any provision of the Contract Documents requires the giving of a written Notice, 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 7 — 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. RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A AGREEMENT FORM May 3,2012 AGREEMENT AND BONDS-PAGE 2 J j IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. APPROVED BY THE CITY COUNCIL: ATTEST: CITY OF PALM SPRINGS, CALIFORNIA Date -\AV 'a0\'a ay Agreement No. �J City Clerk APPROVED AS TO FORM: BY City Attorney Date 1 CONTENTS APPROVED: _\ By- �XL City Engineer Date By._ City Mana Date RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A AGREEMENT FORM May 3,2012 AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. �hC CONTRACTOR: Name: �Y� Check done:_Individual_Partnershi corporation Address: t�JC / ctC1CT r By. By: Signature(notarized) Signature(notarized) Name v S Name: Q l`V V 0 Q Title: �/��a A't V\ �— Title: C-7pc) (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of I C State of l4"A( C County of Cass County of Lss Ong 2 On )Lt before m , U t before me, AYIGL ��Ipt( u (IV C personally appeared LU `( I! personally appeared-rFf� Oe—I who proved to me on t e basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(4 whose nameW isles evidence to be the personO whose namem iskpo subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/-O�p/%ey executed the acknowledged to me that he/s#6104,y executed the same in his/h24*eir authorized capacity(04-and same in his/W/th6ir authorized capacity(V4 and that by his/h41t6feir signatures'(on the instrument that by his/ho6,tRL4csignatures,(§4-on the instrument the perso'/4, or the entity upon behalf of which the the person(�or the entity upon behalf of which the personi�cted, executed the instrument. person(s),9cted, executed the instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: no Cal Notary Seal: Notary Seal: MARIA CHAJWERS MAMA CHAMBERS � COMM s1902346 NOTMRYIC�CALIFORNW1 NOTARY I RNEFM COMY L,on C�Ampnvl CawiNonEl nS&282014 Caen onE w�BEP 2p14 RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL AGREEMENT FORM CITY PROJECT NO.09-10A AGREEMENT AND BONDS-PAGE 4 May 3,2012 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 workers 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. Contra or � VA I� � C B Title f Q RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL CITY PROJECT NO.09-10A May 3,2012 WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS-PAGES 'llid s "'i gwa t a 1�bn s. . �k u x Rr u,18w jj GO c > ,� -�Y^�<. - } �,�„ ,iws x "=.'„'��','Yr^rn'4'� ��f„� '�, "� � ,�,F�" aS'�t as s"�,e a i S+ t�'- :� #�hd h v'Y �s�"c;• w,?. a a£ v Y a;# Check a License - License Detail - Contractors State License Board Page 1 of 2 07. Contractors Stag License Board Contractor's License Detail - License # 909195/, DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071,17 ,only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number 909195 Extract Date 7/25/2012 TRI-STAR CONTRACTING II INC Business Information Business Phone Number: (760)251-5454 15-501 LITTLE MORONGO ROAD DESERT HOT SPRINGS, CA 92240 Entity Corporation Issue Date ,.,. 01/1 612 00 8 Expire.Date 01/31/2014 License Status ACTIVE This license is current and active. All information below should be reviewed. CLASS DESCRIPTION .. ... . .. Classifications A GENERAL ENGINEERING CONTRACTOR _... .._. _ ..CONTRACTOR'S BOND. ..._. �. _.__._.. . This license filed a Contractor's Bond with DEVELOPERS SURETY AND INDEMNITY COMPANY. Bond Number:276965C Bond Amount:$12,500 Effective Date: 01/01/2011 Bonding Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO)WILLIS BRYAN DANIEL certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date: 01/16/2008 Workers'Compensation WORKERS'COMPENSATION https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=90... 7/25/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 This license has workers compensation insurance with EVEREST NATIONAL. INSURANCE COMPANY Policy Number: 7600005937111 Effective Date: 10/01/2011 Expire Date: 10/01/2012 Workers' Cornpensa#ion History Personnel listed on this license(current or disassociated)are listed on other licenses. Personnel List Other Licenses Conditions of Use I Privacy Policy Copyright©2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=90... 7/25/2012 City of Palm Springs, CA Procurement Contracting Division Bid Abstract BID ABSTRACT Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor& Bid Amount Vendor&Bid Amount Nu-Cal Pipeline, Corp Atlas Underground, IncTri-Star Contracting II B.W. Simmons PROJECT NO: CP 09-10A PROJECT NAME: Ramon Rd. Drainage Improvements at Baristo Channel (Rebid) DUE DATE: 6/19/12 Total of all items: $91,460. 00 $105,676.00 $68,509.50 $133,195.00 Whitnessed By: CBeagk A&%arc Date: 6/19/2012 BID 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: RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL- REBID CITY PROJECT NO. 09-10A 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 fumish 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 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. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: 1 am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for workers compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL CITY PROJECT NO.09-10A BID(PROPOSAL) May 3,2012 BID FORMS-PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, 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 therefore the Contract Price based on the Lump Sum or Unit Bid Price(s)named in the aforementioned Bidding Schedule(s). Dated: Cf-a17 Bidder. '�\ By: (Signature) Title: RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.O9-10A BID(PROPOSAL) May 3,2012 BID FORMS-PAGE 3 BID SCHEDULE Schedule of Prices for the Construction of the: RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL -REBID CITY PROJECT NO. 09-10A Item Description Estimated Unit Unit Amount No. Quantity Price 1• Initial Mobilization --- LS $ 6"),by 2. Traffic Control --- LS $ 3 Install 12'W by 6' H Sloped Protection --- LS C Barrier(furnished by the City) $ � S� 4. Construct Catch Basin (W=21',V=45) 1 EA $t 0�0, $ m .00 5 Install 30"x1 9" Elliptical RCP 160 LF (furnished by the City) $ 6. Furnish and Install 30'x19' Elliptical RCP 16 LF $ $ ,0Q, 7. Construct 30"x19" Elliptical RCP Concrete 3 EA $\G00,Pb $ ,QD Collar g, Construction Storm Drain Connection at --- LS $ U,D00' 00 Existino 9. Install and Maintain Sheeting, Shoring, and --- LS $ LMID. Ob Bracina or Eauivalent Method TOTAL OF ALL ITEMS OF THE BID SCHEDULE: (Price In figures) S�x�.t�Ic�,�n���v.��c� �,�►� ���ve�t�\�y�e L�\�ovs���� L�-�. 1�5. (Price in words) �- 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 Rem of Work. Name of Bidder or Firm RAMON RD.DRAINAGE IMPROVEMENTS—13ARISTO CHANNEL CITY PROJECT NO.09.1 DA BID SCHEDULE May 3,2012 BID FORMS-PAGE 4 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractors Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. 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 Bidders shall list the total%of Work to be performed by the Prime Contractor here�as all not be less than 50%) Contractors Percent License of Total Work to be Performed Number Contract Subcontractors Name&Address ,Suy�l�U� �-- , w 2�1�% LsYA� _eSe� - Nt v�r�cIA�122�1p z.Co����t��s�w� 550^l�i� \SS% �• 'cec� v : s.S�Y� �i yLo2t c� 3��D —cs�.. 2 3 4. s. 6. 7. s. RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A UST OF SUBCONTRACTORS May 3,2012 BID FORMS-PAGE 5 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 09-10A Bid Opening Date Ul M-2-Nl 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: N3�z) k-Oc-'>_A �4 Int1 vu�Yckc-1 )Vs &V�\ c1V wrnn Local firms that will furnish materials or supplies to the Bidder for this project: LOCAL BUSINESS PREFERENCE PROGRAM RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL GOOD FAITH EFFORTS CITY PROJECT NO.09-10A BID FORMS-PAGE 6 May 3,2012 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 Date of Follow Up Methods firms Initial and Dates Solicited Solicitation sP,E 0. -we SPanAr-)oV2 SPP a)r -)ye _ LOCAL BUSINESS PREFERENCE PROGRAM RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL GOOD FAITH EFFORTS CITY PROJECT NO.09.10A BID FORMS-PAGE 7 May 3,2012 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 Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (YIN) �1 5 lr (� c Sw.we� 1112.0 o 2`]20/0 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: Nu L orrs'\ w�\\ V,)e Names, addresses and phone numbers of firms selected for the work above: UT\�J XV�AW NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. LOCAL BUSINESS PREFERENCE PROGRAM RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL GOOD FAITH EFFORTS CITY PROJECT NO.0910A BID FORMS-PAGE 8 May 3,2012 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of'zwPr :� I, 1 EA being first duly swom, deposes and says that he or she is of-C i\ �G the party making the foregoing Bid, that the Bid is not made in the interest of, or on b half of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that 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, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. i I Bidder 1 �' � C,�C"V-\`l\ v-c- By Title C� Organization Address ' GZZLAo RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A NON-COLLUSION AFFIDAVIT May 3,2012 BID FORMS-PAGE 9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 FC6 tate of Californiaountyof On _ ( before me, Lt eQGhCj ,Here lasselt Name and Title o-th Officer personally appeared V I� Q✓ /�{�P _ �f 1 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 LINDA ROCHA his/her/their signature(s) on the instrument the Commission# 195ffD person(s), or the entity upon behalf of which the i Notary Public -California ; person(s) acted, executed the instrument. = Riverside County Comm.Expires Nov20,2015 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS h and officials I. Sig lure: Place Notary Seal Above igna ure of Notary Public OPT/ONA Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document — + Title or Type of Document: � L� C �l Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Individual WINTER, ❑ Individual ❑ Partner—❑Limited ❑General Top of thumb here ❑Partner — ❑Limited ❑General Top of thumb here ❑ Attorney in Fact ❑Attorney in Fact ❑ Trustee ❑Trustee ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: 0 2010 National Notary Association-NationalNmary.org-1-800-US NOTARY(1-800-876-6827) Item#5907 BID BOND KNOW ALL MEN BY THESE PRESENTS, That TRI-STAR CONTRACTING II, INC., 15-501 Little MOrongo Road, Desert Hot* as Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City"in fhe sum of: Ten Percent (10W) of the Total Amount of the Bid 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 Cllyys Contract Documents entitled: RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL- REBID CITY PROJECT NO. 09-10A 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 bound 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 attorneys fee to be fixed by the court. SIGNED AND SEALED, this 19th day of June 20 12 PRINCIPAL: TRI-STAR CONTRACTING II, INC. Check one: individual,_partnership, x corporation (Corporations—require two signaturesA, one from each of the following groups: A. Chairman of Board. President, or any Vice [dent; A B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Fln c al�) By SURETY: INTERNATIONAL FIDELITY INSURANCE COMPANY signature (NOTARIZED) Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: _ Cynthia M. Burnett, Attorney-in-Fact RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL CITY PROJECT NO.09-10A BID BOND(BID SECURITY FORM) May 0,2012 8I0 FORMS-PAGE 10 -Springs, California 92240 State of COLORADO ) ) ss. County of ARAPAHOE ) On June 19, 2012, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Cynthia M. Burnett known to me to be Attorney-in-Fact of INTERNATIONAL FIDELITY INSURANCE COMPANY the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument on behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. My Commission Expires: July 21, 2013 Alexander D. Rothey, Nota Public lrd(973)624-7200', POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE:ONE NEWARK CENTER,20TH FLOOR NEWARK,NEW JERSEY 07102-5207 KNOW ALL MIEN BY THESE PRESENTS- That INTERNATIONAL.FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey,and having its principal office in the City of Newark,New Jersey,does hereby constitute and appoint DDUGLrLS J. ROTH E Y C Y N T H I A M. B URN ET T E R IK UL EBAR RI Denver, CO. its true and lawful anorney(s)-m-fact to execute,seal and deliver for and on its behalf as surety,a and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required==b9law,stature rule imulation contact or otherwise and the execution of such instrument(s) in pursuance of thew presents, shall be as bi mg upon said INTERNATIONAL p ]Efff_ INSURANCE COMPANY, as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney c revoked pursuant in and by authority of Article 3-S�fion 3,of the B Laws ado Tted by the Board of , his executed,andmagg Directors of INTERNATIONAL FIDEL IJJ�COMPANY at a meeting called and held on the 7th day oNebmary, 974. The President or any Vice President,Executive Vice President,Secretary or Assistant Secretary,shall have power and authority (1)To appoint Attorneys-in-fact,and in authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and, (2)To remove,at any time,my such attorney-in-fact and revoke the authority given. Further,this Power of Attrime'Lis si tied and waled b g facsimile in to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th y o�April, 1982 of:which ich the folIT�ng is a tare excerpt: Now therefore the sigmitums of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or facsimile wautIl be valid and binding the Company and any such power so executed and certified by facsinWe signatures and facsimile seal shall be valid and binding upon the Company in e future with respect to any bond or undertaking to which it is attached. rL�ITY Jar1, IN TESTIMONY WHEREOF,INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be el signed and its corporate seal to be affixed by its authorized officer,this 16th day of October,A.D.2007. S AL r" INTERNATIONAL FIDELITY INSURANCE COMPANY STATE OF NEW JERSEY County of NEW <__� Secretary On this l6th day of October 2007,before me came the individual who executed the medininstrument, to me rsomdgl known and being by me duly 4 AL swam,said the he is the therein described:and authorized officer of the INTERNATIONAL FIDELITY 6=&CE C MPAR{';iiWt the sea]affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of mid Company. IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal, �Nkl(VA,4� at the City of Newark,New Jersey the day and year first above written. s A NOV, W..... A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION:- My Commission Expires March.27,2014 1,the undersigned officer of INI-ERNATIONAT.FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the,copy of(tie Section of the$),Laws of said Company as set forth in said Power of Attorney,with the ORIGINALS,ON IN THE HOME OFFICE OF SAIDCOMPANY,and that the same ate correct Vawripts thereof,and of die whole of the said origniali,and that the said Power of Attorney has notboon revoked and,is now in ffill-force and effect IN TESTIMONY WHEREOF;I have burutint set my,bandiffii, '19th day of jjtne, Z012 Assistant Secretary 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/CONTRACT R'S IN me and Street Address: �Y \-S�l'3.VCi�YI tiCllYlCi�� `VAC 2. CONTRACTOR'S Telephone Number. (`IUO) Facsimile Number. t1 (Pw 3. CONTRACTOR'S License: Primary Classification State License Number(s) 171'kUA RED Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address —1 b05 G�C� S�.i�J 1 �tD \UC L> jL. CC) \Z Surety Company Telephone Numbers: Agent(1 lP6) GUO-L-n Surety(' j3) fX�- W 0 5. Type of Firm (individual, Partnership or Corporation): Q QNCQQ'60,��\OV1 6. Corporation organized under the laws of the State of: 7. 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: '-i)f W�\\�s rc5\deyn� wed L' ,Tlvn)6�e\ Cyo RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-t0A BIDDER'S GENERAL INFORMATION May 3,2012 BID FORMS-PAGE 11 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work'2-(-i 9. List at least three related projects completed to date: a. OwnerC\ O�� "Address- EuA\c ,YkyF\ Y. Contact 0. Class of Work Phone 1 b -11�PJP'-EbContractAmount wa G,Q� \1 Project \ s Date Completed Contact Person . Telephone number 1Lo 11�1o�1St� b. OwnerCy W--\,\ Address� �:Qc>X\l Y, (�JJC, C\re`\G,Cr 1 ContactyK�b �SSL�UY)eti1 Class of Work S��em(��v�[J.y n� Phoneo 40)20i-2LPS1 Contract Amount Project K'- Ye2 Date Completed Z� ContactPersonkAS s otxwi�n Telephone number (-IL b c. Owner(—"\/ Address -A 310t N\orfYc�A \v\d D 0 V6� Contag �;� � �i�nn Class of Work���inx�U� \���\CS���t2 Phone (%\ )Q 13g3bb ContractAmount Project� Date Completed Contact Person Telephone number LG\U' b0 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 11. Is full-time supervisor an employee contract services ? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A BIDDER'S GENERAL INFORMATION May 3,2012 BID FORMS-PAGE 12 4 ire,. 0 i - � � • • • • CITY PROJECT NO. 09 - 10A • • • The Special Provisions • contained herein have been • prepared by, or under the direct • supervision of, the following • • Registered Civil Engineer: • • • �O ?90FESS�C� • �����,US f,RG 9! * Na C.57271 • Marcus L. Fuller • Assistant Director of Public Works/ CrVIL • Assistant City Engineer 9TFOFCALIFOR�\P • Civil Engineer C 57271 • • • • Approved by: • • • • David J. Barakian, P.E. • City Engineer • Civil Engineer C 28931 • • • • • • • • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL • CITY PROJECT NO.09-10A May 3,2012 SIGNATURE PAGE • • 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-collusion Affidavit Bidder's General Information • Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form • Worker's Compensation Certificate Performance Bond Payment Bond • Certificate of Insurance 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 Construction Drawing Sheets City of Palm Springs Standard Drawings Standard Drawings • NPDES Notice of Intent NPDES Storm Water Pollution Prevention Plan (SWPPP) (to be inserted by Contractor) • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL • CITY PROJECT NO.09-10A SPECIAL PROVISIONS May 3,2012 GENERAL CONTENTS-PAGE 1 • • • • • • CITY OF PALM SPRINGS • PUBLIC WORKS & ENGINEERING DEPARTMENT • • • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • • RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL- REBID • CITY PROJECT NO. 09-10A Notice Inviting Bids • Instructions to Bidders Bid Forms Bid (Proposal) • Bid Schedule List of Subcontractors . Local Business Preference Program Good Faith Efforts Non-Collusion Affidavit • Bidder's General Information • Bid Bond (Bid Security Form) • Agreement and Bonds Agreement Form • Worker's Compensation Certificate Performance Bond • Payment Bond Certificate of Insurance • • • • • • • • • • • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL • CITY PROJECT NO.09-10A PART 1 CONTENTS May 3,2012 PAGE 1 • • CITY OF PALM SPRINGS • NOTICE INVITING BIDS RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL - REBID City Project No. 09-10A N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Ramon Road Drainage Improvements at Baristo Channel - REBID, City Project No. 09-10A, will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3:00 P.M. on June 19, 2012, at which time they will be opened and read • aloud. The Engineer's estimate is $75,000. N-2 DESCRIPTION OF THE WORK: The Work comprises construction of a new 21' wide catch basin and construction of 30"x19" elliptical RCP storm drain lateral across • Ramon Road west of Sunrise Way; installation of 12' W x 6' H slope protection barrier (end of PS Line 8 located on Baristo Channel, east side of Sunrise Way, south of Ramon Road); and all appurtenant work. • 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. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. 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 A Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the total bid price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a • valid Class A or C34 Contractor license at the time of submitting bids. N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with all local funds and, as provided under City Charter, will NOT require compliance with the • prevailing wage requirements of the State of California. N-8 RETANNAGE 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. • RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL NOTICE INVITING BIDS . CITY PROJECT NO.09-10A PAGE 1 • May 3,2012 N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City • Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $15.00 per set by • cash, check or credit card and are obtainable from the City of Palm Springs Engineering Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. Make checks payable to "City of Palm Springs". (c) An additional mailing fee of $5.00 will be charged for sets of documents sent by mail. Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. If you have a Fed Ex No. or an On-Trac No, include that in your correspondence. • If you do not have either of these, please include the mailing fee in your check for Bid Documents to cover the cost of shipping. If you have any questions, please call the Engineering Secretary at (760) 323-8253 ext. 8738 or by e-mail at • kim.licon@palmspdngsca.gov. (d) Obtaining Bid Documents and registration as a Bidder: If you are interested in submitting a bid, Bidders shall contact Kim Licon, Engineering Secretary, by e-mail at . kim.licon@palmspdngsca.gov, or by phone at (760) 323-8253 x 8738, to officially register • as a Bidder for this project with your company name, address, phone, fax, contact person and e-mail address. Bidders must be registered to submit a Bid; failure to register may be cause to find a Bid non-responsive. • (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be removed from the bound Bid Document and used to submit a bid. (f) 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. (g) 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: Marcus Fuller, Assistant City Engineer, by fax to (760) 322-8325, or by e-mail to: • Marcus.Fuller@palmspdngsca.gov. Questions must be submitted by 2:00 PM, May 30, • 2012. Questions received after this date will not be accepted. • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL NOTICE INVITING BIDS • CITY PROJECT NO.09-10A PAGE 2 May 3,2012 • N-10 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 Manager at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer 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 OCR Date . David J. Barakian, PE Director of Public Works/ City Engineer City of Palm Springs RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL NOTICE INVITING BIDS • CITY PROJECT NO.09-10A PAGE 3 May 3,2012 • 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," bound herein. 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. 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 • 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. (c) 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 RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL . CITY PROJECT NO.09-10A INSTRUCTIONS TO May 3,2012 BIDDERS-PAGE 1 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 exception the Bid is premised upon performing the Work 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 days prior to the date of opening Bids may not be answered. Only questions that have been resolved • by formal written Addenda will be binding. Oral and other interpretations or clarifications . 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 RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL . CITY PROJECT NO.09-10A INSTRUCTIONS TO May 3,2012 BIDDERS-PAGE 2 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 bound herein, 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 in the • Contract Documents. Unless otherwise provided in the Notice Inviting Bids, in the event . there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of 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 comer with the name and address of the Bidder and shall bear the words '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 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. In case of discrepancy between the unit price and the total set forth for a unit basis • item, the unit price shall prevail, except as provided in (a) or(b), as follows: (a) If the amount set forth as 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 • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A INSTRUCTIONS TO May 3,2012 BIDDERS-PAGE 3 • w 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; • (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price • or item total, whichever most closely approximates percentage-wise the unit price or item total in the City of Palm Springs's Final Estimate of cost. 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 w 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 intedineation, 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. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as e 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 RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A INSTRUCTIONS TO May 3,2012 BIDDERS-PAGE 4 • • 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 will 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. 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. END OF INSTRUCTIONS TO BIDDERS- • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A INSTRUCTIONS TO May 3,2012 BIDDERS-PAGE 5 • i a • s 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. i S Bid (Proposal) Bid Schedule(s) S List of Subcontractors Local Business Preference Program Good Faith Efforts Non-collusion Affidavit • Bid Bond (Bid Security Form) Bidder's General Information SFailure 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. • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL . CITY PROJECT NO.09-10A COVER SHEET May 3,2012 BID FORMS-PAGE 1 • • BID • 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: RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL- REBID • CITY PROJECT NO. 09-10A 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 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. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: • 1 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. • • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A BID(PROPOSAL) May 3,2012 BID FORMS-PAGE 2 • • • • • To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, 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 therefore 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: • • • • • • • • • • i • • • • • • • • • • • • RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL CITY PROJECT NO.09-10A BID(PROPOSAL) May 3,2012 BID FORMS-PAGE 3 • • i BID SCHEDULE Schedule of Prices for the Construction of the: RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL - REBID • CITY PROJECT NO. 09-10A Item Estimated Unit No. Description Quantity Unit Price Amount 1- Initial Mobilization - -- LS $ 2• Traffic Control -- - LS $ 3. Install 12'W by 6' H Sloped Protection - -- LS Barrier(furnished by the City) $ 4. Construct Catch Basin (W=21', V=45) 1 EA $ $ 5 Install 30"x19" Elliptical RCP 160 LF (furnished by the City) $ $ 6_ Furnish and Install 30"x19" Elliptical RCP 16 LF $ $ 7. Construct 30"x19" Elliptical RCP Concrete 3 EA $ $ Collar g, Construction Storm Drain Connection at - -- LS $ Exist'no Catch Basin • 9, Install and Maintain Sheeting, Shoring, and --- LS $ Bracona r Eaumvalent . TOTAL OF ALL ITEMS OF THE BID SCHEDULE: $ i (Price in figures) . (Price in words) 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 Rem in its entirety, and receive full credit in the amount shown in the • Bid Schedule for the deleted Rem of Work. Name of Bidder or Firm RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A BID SCHEDULE May 3,2012 BID FORMS-PAGE 4 • • INFORMATION REQUIRED OF BIDDER . LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which • will be done by such subcontractor. 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. Bidders shall list the total%of Work to be performed by the Prime Contractor here: _(shall not be less than 50%) Contractor's Percent License of Total Work to be Performed Number Contract Subcontractors Name&Address 1. 2. 3. • 4. 5. 6. • 7. & RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL . CITY PROJECT NO.09-10A LIST OF SUBCONTRACTORS May 3,2012 BID FORMS-PAGE 5 • LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 09-10A 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: do • 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 is 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 RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL GOOD FAITH EFFORTS CITY PROJECT NO,09-10A BID FORMS-PAGE 6 May 3,2012 • • 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): SPublications 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 Date of Follow Up Methods . firms Initial and Dates Solicited Solicitation LOCAL BUSINESS PREFERENCE PROGRAM RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL GOOD FAITH EFFORTS CITY PROJECT NO.09-10A BID FORMS-PAGE 7 May 3,2012 • • • 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 Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) 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: s NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. LOCAL BUSINESS PREFERENCE PROGRAM RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL GOOD FAITH EFFORTS CITY PROJECT NO.00-10A BID FORMS-PAGE 8 May 3,2012 • • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER • AND SUBMITTED WITH BID State of California ) ss. County of ) ! I, being first duly sworn, deposes and says that he or she is of , the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not • directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder • or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the Contract of anyone interested w in the proposed Contract; that all statements contained in the Bid are true; and, further, that 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 i thereto, or paid, and will not pay, any fee to any corporation, partnership, company, • association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder BY Title Organization • Address s s RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL • CITY PROJECT NO.09-10A NON-COLLUSION AFFIDAVIT May 3,2012 BID FORMS-PAGE 9 • S BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal, and S as Surety, are held and firmly bound unto the City of Palm Springs, 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 Citys Contract Documents entitled: RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL- REBID CITY PROJECT NO. 09-10A 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 bound 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 attorneys fee to be fixed by the court. SIGNED AND SEALED, this day of 20_ PRINCIPAL: Check one: individual,_partnership, _corporation ` (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A BID BOND(BID SECURITY FORM) May 3,2012 BID FORMS-PAGE 10 w 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: ` 2. CONTRACTOR'S Telephone Number: ( ) Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification • State License Number(s) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address t Surety Company • Telephone Numbers: Agent( ) Surety( ) 5. Type of Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of: 7. 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: rRAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL . CITY PROJECT NO.09-10A BIDDER'S GENERAL INFORMATION May 3,2012 BID FORMS-PAGE 11 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: A 9. 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 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 11. Is full-time supervisor an employee contract services ? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A BIDDER'S GENERAL INFORMATION May 3,2012 BID FORMS-PAGE 12 CERTIFICATE OF INSURANCE • THIS CERTIFICATE ISSUED TO THE OWNER/AGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED • NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B • C D • TYPE OF WORK PERFORMED AND LOCATION • r�r LIMITS OF LIABILITY IN THOUSANDS(x1 000) TYPE OF INSURANCE POLICY NUMBER • EACH • OCCURRENCE AGGREGATE • COMPREHENSIVE GENERAL LIABILITY . Including: ❑ EXPLOSION AND COLLAPSE BODILY INJURY $ $ S ❑ UNDERGROUND DAMAGE PROPERTY DAMAGE $ $ • ❑ PRODUCTS'DOMPLETED OPERATIONS or ❑ CCNTRACTUAL INSURANCE • ❑ BROAD FORM PROPERTY DAMAGE • ❑ INDEPENDENT CONTRACTORS BODILYINURYAND PROPERTY • ❑ PERSONN.INJURY DAMAGE COMBINED $ $ • PERSONAL INJURY $ COMPREHENSWEAUTOMOBILE BODIMYINJ URY • LIABILITY EACH PERSON $ Inducing: EACH ACCIDENT • ❑ OWNED PROPERTY DAMAGE $ ❑ HIRED • ❑ NON-0WNEO or • BODILY INJURY PR=T❑ MOTORCARfUERACT AND Y DAMAGE COMBINED $ • EXCESS LIABILITY BODILY INJURY • Including: AND PROPERTY DAMAGE COMBINED $ ❑ EM1PLOYER'S LIABILITY • WORKER'S COMPENSATION STATUTORY am • W EMPLOYER'SS LIABILITY Including: EL $ (EACH • ACCIDENT)❑ L REMEN'SAND HARBOR WORKERS • OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS • The undersigned certifies Mat he or she is the representative of the abovenamed insurance companies,that he or she has the authority to execute and issue this certificate • to Certificate Holder,and accordingly,does hereby century on behalf of said insurance companies that policies of insurance listed above have been issued to the insured named above and are in force at this time, Notwithstanding any requirement,term,or condition of any contrad or other document with respell to which this certificate may be issued or may pertain,the insurance afforded by the policies described herein is subject to at Me terms,exclusions,and conditions of such policies. Copies of the policies • shown will be furnished to the Certificate Holder upon request. • This Certhicate does not amend,extend,or alter the coverage afforded by he policies listed. Cancellation:Should any of Me above described Whose be cancelled before Me expiration date thereof.Me issuing company will mail W days written notice to Me below-named certificate holder: • NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED • BY • •unomm��sEmx.nE os rawxa wwarEs.rramrwmuewoE . w K. • • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CERTIFICATE OF INSURANCE • CITY PROJECT NO.09-10A AGREEMENT AND BONDS-PAGE 9 May 3,2012 • • • • • • • • • • • • • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • PART II -- SPECIAL PROVISIONS • • RAMON ROAD DRAINAGE IMPROVEMENTS • AT BARISTO CHANNEL- REBID • CITY PROJECT NO. 09-10A • 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 • • • • • • • • • • • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL PART II—SPECIAL PROVISIONS CITY PROJECT NO.09-10A GENERAL CONTENTS-PAGE 1 • May 3,2012 • • CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS • RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL- REBID CITY PROJECT NO. 09-10A SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 GENERAL 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook"), 2012 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. 1-1.2 Supplementary Reference Specifications. - Insofar as references may be • made in these Special Provisions to the Caltrans Standard Specifications 2010 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"), 2012 Edition, as previously specified in the above . paragraph. 1-2 LEGAL ADDRESS 1-2.1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2.2 Legal Address of the Engineer. -The official address of the Engineer shall be the Director of Public Works/City Engineer, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the Engineer may subsequently designate in writing to the Contractor. 1-2.3 Legal address of the City's Project Representative. - The name and address of the City's designated Project Representative shall be the Senior Public Works • Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E. • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 1 -PAGE 1 • May 3,2012 • Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor. 1-3 DEFINITIONS AND TERMS 1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the • following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. • Engineer - The Director of Public Works/City Engineer of the City of Palm Springs, California. • Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the • time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner- The Owner shall be the Agency, as defined above. Working Day-A Working Day is defined as any day, except as follows: (a) Fridays, Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: . New Year's Day(January 1) Martin Luther King Jr. 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(Last Thursday in November) S Day after Thanksgiving Day Christmas Eve Day(December 24) Christmas Day(December 25) • (a) When a designated holiday falls on a Friday or Saturday, the Thursday before the holiday shall be a designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL TERMS,DEFINITIONS.ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 1 -PAGE 2 May 3,2012 • • • • • • (b) Days on which the Contractor is prevented by inclement weather or conditions • resulting immediately therefrom adverse to the current controlling operation or • operations, as determined by the Engineer, from proceeding with at least 75 • percent of the normal labor and equipment force engaged on such operation or operations for at least 60 percent of the total daily time being currently spent on • the controlling operation or operations. - END OF SECTION - • • • • • • • • • • • • • • • • • • • • • • • r r r r r r RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 1 -PAGE 3 r May 3,2012 SECTION 2 -- SCOPE AND CONTROL OF WORK . 2-1 GENERAL 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: • 20 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. Said period of time does NOT include time required to receive long-lead supplies, materials, and equipment • (i.e. irrigation and plant materials, etc.). The Contractor is directed to Section 4-2.2 of . these specifications for requirements related to placing orders. All orders for long lead items shall be ordered by the Contractor within 3 working days after the award of the contract by the Cify. 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. 2-2 CONTRACT BONDS 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes . or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of Cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2.2 EXECUTION OF BONDS Bonds shall be executed by either. (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties . and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's • certificate evidencing that it is an admitted surety insurer shall be submitted with the RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL SCOPE AND CONTROL OF WORK CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 2-PAGE 1 • May 3,2012 bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read . as follows: In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of S precedence shall be as listed below: 1. Change Orders or Work Change Directives S 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions • 6. Notice Inviting Bids 7. Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans • 10. Standard Specifications 11. Reference Documents 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 or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings r 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: "2-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the . general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data," the . Contractor may not rely upon or make any claim against the City, the . Engineer, nor any of the Engineer's Consultants with respect to any of the following: RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL SCOPE AND CONTROL OF WORK CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 2-PAGE 2 . May 3,2012 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any • aspects of the means, methods, techniques, sequences, and procedures • of construction to be employed by Contractor and safety precautions and programs incident thereto, or S 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data," or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." i 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during • progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its . own expense. 2-6 SURVEYING The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, fumish 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 cost ` thereof shall be included in the price of the bid for the various items of the Contract. 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. f The Contractor shall provide all construction surveying by a California registered land surveyor, including monument tie-out and comer record filing, as required by the ` Engineer or his representative. 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, r and no additional compensation shall be allowed therefore. RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL SCOPE AND CONTROL OF WORK CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 2-PAGE 3 May 3,2012 2-7 PROTECTION OF SURVEY MONUMENTS w It shall be the Contractor's responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including comer record filing, for the existing type of monument in question at the Contractor's expense. • Any existing monument shall not be disturbed. The Contractor shall maintain a survey location check on the monument without cost to the City. 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. Should the Contractor anticipate the removal of any survey monuments, it shall notify the Engineer prior to removal. The Contractor shall be financially responsible for reinstalling existing or installing new monument wells, after resetting of any disturbed survey monument. The cost to perform this work shall be considered as included in the various bid items, and no additional payment will be made therefore. • 2-8 AUTHORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, . (3)the manner of performance and rate of progress of the Work, (4)the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The Engineer's decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. 2-9 INSPECTION . The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall be subject to the Engineer's inspection. When the Work is substantially completed, a representative of the Engineer will make the final inspection. 2-10 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 either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents. • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL SCOPE AND CONTROL OF WORK CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 2-PAGE 4 May 3,2012 • • • • • • • • 2-11 FLOW AND ACCEPTANCE OF WATER S 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 - • • • • • • • • • • s • • • • • • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL SCOPE AND CONTROL OF WORK CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 2-PAGE 5 May 3,2012 t w SECTION 3 -- CHANGES IN WORK • 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided that the provisions for markup percentages for overhead and profit for extra work referenced • in subparagraph 3-3.2.3 of the Standard Specifications shall be deleted in its entirety . and the following substituted therefore: 3-3.2.3 Markup i The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit. + 1) Labor 24 percent(includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent ` 4) Other items and expenditures 15 percent 5) Subcontracts (1 st tier only) 5 percent • 6) Lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for • labor, one percent shall be added as compensation for bonding. - END OF SECTION - r 1 r RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CHANGES IN WORK CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 3-PAGE 1 May 3,2012 • • SECTION 4 -- CONTROL OF MATERIALS i 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard S Specifications shall be amended to read as follows: Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the a name of the manufacturer, such product shall be followed by the words "or equal." A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the • Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the • Engineer, the time for submission of data substantiating a request for substitution of an . "or equal" item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request . approval for "or equal' products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1.1, above. Data for approval of"or equal' products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4.2 MATERIALS 4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a • corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead . supplies, materials, and equipment within 3 working days after the award of Contract by the Citv. The Contractor shall furnish the Engineer with a statement from the vendors) that the orders) for said supplies, materials, and equipment has been received and accepted by said vendors) within 15 working days from the date of said award of Contract. - END OF SECTION - RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONTROL OF MATERIALS CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 4-PAGE 1 May 3,2012 r SECTION 5 -- UTILITIES . 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications: "In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a . part of the invitation for bids. The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with • reasonable accuracy and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances ` whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as . buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. S If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price" (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions shall be added to the end of Section 5-5 of the Standard Specifications: RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL UTILITIES CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 5-PAGE 1 May 3,2012 t • • • • • "If the Contractor, while performing the Contract, discovers utility facilities • not identified by the public agency in the Contract Plans or Specifications, • he or she shall immediately notify the public agency and utility in writing. • The public utility, where they are the owner, shall have the sole discretion • to perform repairs or relocation work, or permit the Contractor to do such • repairs or relocation work at a reasonable price." 5-2 UTILITY LOCATION AND PROTECTION • The Contractor shall be responsible for coordinating its work with all utility • companies during the construction of the Work. • All water meters, water valves, fire hydrants, Southern California Edison vaults, • General Telephone vaults, Southern California Gas Company valves, and other subsurface structures shall be protected by the Contractor as specified in the Special • Provisions. - END OF SECTION - • • • • • • • ! ! ! ! ! RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL UTILITIES CITY PROJECT NO.00-10A SPECIAL PROVISIONS-SECTION 5-PAGE 2 May 3,2012 SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES 6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the Standard Specifications shall not apply, but shall be as stated in the Agreement. 6-2 TIMES OF OPERATION 6-2.1 Hours of Operation. - It shall be unlawful for any person to operate, permit, use, or cause to operate any of the following, other than between the hours of 7:00 a.m. to 3:30 p.m., Monday through Thursday, with no work allowed on Fridays, Saturdays, Sundays, or City-observed holidays, unless otherwise approved by the Engineer: 1. Powered Vehicles . 2. Construction Equipment 3. Loading and Unloading Vehicles 4. Domestic Power Tools 6-3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and S substructures not less than 2 working days prior to commencing the Work. The following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS Mike Lytar, Senior Public Works Inspector (760) 323-8253 George Herrera, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Ms. Debbie Randall (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Frank Jasso (760)202-4278 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760)647-5452 RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL PROSECUTION,PROGRESS, AND ACCEPTANCE OF THE WORK CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 6-PAGE 1 May 3,2012 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 • SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 . UNDERGROUND SERVICE ALERT (800)227-2600 a 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub- contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre-Construction Conference. - END OF SECTION - PROSECUTION,PROGRESS, RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL AND ACCEPTANCE OF THE WORK CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 6-PAGE 2 May 3,2012 SECTION 7-- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: • 'The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or • tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals . having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or i decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the • Engineer in writing." 7-2 Apprentices on Public Works. - The Contractor shall comply with all applicable provisions of Sections 1777.5 and 1777.6 of the California Labor Code relating to . employment of apprentices on public works. 7-3 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 • through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of • any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. 7-4 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money • withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the • Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid RAMON RD.DRAINAGE IMPROVEMENTS-BARIs TO CHANNEL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 7-PAGE 1 May 3,2012 • to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. 7-5 Resolution of Construction Claims. - As required under Section 20104, et seq., of the California Public Contract Code, any demand of $375,000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work • done by or on behalf of the Contractor pursuant to this Contract, or payment of an • amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq., relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract. • Within 30 days of the receipt of the claim, the City may request additional • documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days of receipt, if the • amount of the claim exceeds $50,000, but is less than $375,000. Unless further documentation is requested, the City shall respond to the claim within 45 • days, if the amount of the claim is less than $50,000, or within 60 days, if the amount of the claim is more than $50,000, but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the 46 Contractor to respond, or 15 days, whichever is greater, after receipt of the information, • if the claim is less than $50,000. If the claim is more than $50,000, but less than $375,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, • whichever is greater. If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in • dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The 0 City shall schedule the meet and confer conference within 30 days of the request. • If the meet and confer conference does not produce a satisfactory request, the • Contractor may pursue the remedies authorized by law. 7-6 Payroll Records. - The provisions of Section California Labor Code Section • 1776 shall apply to this contract. RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 7-PAGE 2 • May 3,2012 0 0 7-7 INSURANCE AMOUNTS • Prior to Commencing any Work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work or • services. The types of insurance required and the coverage amounts are specified • below: A. Minimum Scope of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-parry • claims which may arise out of work or presence of a contractor, vendor and service provider on City premises. At a minimum this policy shall: • be written on a per occurrence basis; and • • include products and completed operations liability, independent contractors • liability, broad form contractual liability, and cross liability protection. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are • driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and cannot be waived. At a minimum this policy shall: ` • be written on a per occurrence basis; and • include coverage for Bodily Injury and Property Damage, Owned, Non-owned and Hired Vehicles; and f • include coverage for owned, non-owned, leased and hired vehicles. If an automobile is not used in connection with the services provided by the contractor, vendor or service provider, a written request to waive this requirement 0 should be made to the City's Risk Manager. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form available from the City's Risk Manager. At a minimum, this policy shall: • provide statutory requirements of the State of California; and • include $1,000,000 Employer's Liability. B. Minimum Limits of Insurance Coverage Required $1 Million per Occurrence/$2 Million Aggregate Umbrella excess liability may be used to reach the limits stated above. C. General Standards for Insurance Policies All insurance policies shall meet the following standards: 0 RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 7-PAGE 3 • May 3.2012 • 0 1. Insurance carrier is to be placed with duly licensed or approved non-admitted insurers in the state of California. 2. Insurers must have a Best's rating of B+, Class VII, or higher (this rating includes • those insurers with a minimum policyholder's surplus of $50 Million to $100 Million). Exceptions to the Best's rating may be considered when an insurance carrier meets all other standards and can satisfy surplus amounts equivalent to a B+, Class VI rating. • 3. Certificate must include evidence of the amount of any deductible or self-insured • retention under the policy. D. Verification of Insurance Coverage • All individuals, contractors, agencies, and organizations conducting business for the City shall provide proof of insurance by submitting one of the following: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs and Riverside County Flood Control District 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 and Riverside County Flood Control District, their • officials, employees and agents are named as an additional insured' ("as it relates to a specific contract" 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 and District may have" ("as it relates to a specific contract" or "for any and all work performed with the City and District" may be included in this statement). See Example A below. As an alternative to the non-contributory endorsement, the City will accept a waiver of subrogation endorsement on the General Liability policy. At a minimum, • this endorsement shall include the following language: "This insurance company agrees to waive all rights of subrogation against the City of Palm Springs and Riverside County Flood Control District, their officers, • officials and employees for losses paid under the terms of this policy which arise • from the work performed by the named insured for the City and District." 3. "The insurance afforded by this policy shall not be cancelled except after thirty • days prior written notice by certified mail return receipt requested has been given • to the City and District" 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. See Example B below. The Workers' Compensation and Employer's Liability policies shall contain waiver of subrogation clause in favor of City, its elected officials, officers, employees, agents • and volunteers. See Example C below. • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL RESPONSIBILITIES OF THE CONTRACTOR . CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 7-PAGE 4 May 3,2012 • • In addition to the endorsements listed above, the City of Palm Springs and Riverside County Flood Control District shall be named the certificate holder on the policy. . All certificates and endorsements are to be received and approved by the City and • District 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 works hall not waiver the contractor's obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form • specific to a particular insurance company that has similar wording) as long as the form is accompanied by a CG 20 37 10 01. In addition, the City will accept the following: A copy of the full insurance policy which contains a thirty (30) days' cancellation • notice provision (ten (10) days for non-payment of premimium) and additional insured and/or loss-payee status, when appropriate, for the City. Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of approval F. Endorsement Language for Insurance Certificates Example A: • THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN • IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF • THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. Example B: SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE • CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL €NB€RVBR TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT F.A.11-1-IRE TO MAIL SLIGH NCILTICE SHALL IMPOSE NO OBLIGATION C)R • I IAC I ITV OF ANY KIND UPON THE INSURER, ITS AGENTS OR • DC�GOCCA�I\�-3 • *The broker/agent can include a qualifier stating "10 days notice for nonpayment of premium." Example C: IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES • THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO. • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 7-PAGE 5 May 3,2012 • • G. Alternative Programs/Self-Insurance • Under certain circumstances, the City may accept risk financing mechanisms such • as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive insurance programs and self-insurance programs as verification of insurance coverage. These programs are subject to separate approval once the City has • reviewed the relevant audited financial statements and made a determination that • the program provides sufficient coverage to meet the City's requirements. The City has recently joined SPARTA (Service Providers & Artisans Trade Activities • Program) to accommodate smaller contractors and service providers who have • difficulty in meeting the City's insurance requirements. The SPARTA Program offers a general liability program that provides the $1 million limit and, upon request, will also provide auto insurance with the $1 million limit (only in conjunction with the • purchase of general liability insurance). SPARTA is only available during the time • your company is under contract with the City. Insurance is provided on a per project basis and is overseen by the Municipality • Insurance Services, Inc. Essex Insurance Company provides coverage and is an . A++ rated company. There is a 24-hour response time and coverage is immediate. • A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. Type of work covered: A. Personal services contracts; B. General contractors and their subcontractors(certain specialty trades excluded); C. Consultants; and • D. Providers of goods. H. Waiver of Modification of the Insurance Requirements Any waiver or modification of the insurance requirements can only be made by the City's Risk Manager or designee at City's discretion. If you do not believe that the insurance requirements apply to you (e.g., you do not have employees and therefore • are not subject to the State workers' compensation insurance requirements; you do • not drive an automobile in connection with the services you provide to the City; professional liability or errors and omissions liability insurance is not available for the type of services you are performing, etc.), please submit a written request for waiver • or modification of the insurance requirements and the reasons underlying your • request to the Risk Manager. All requests for waiver or modification will be reviewed and a final determination rendered by the Risk Manager. • 7-8 PERMITS • 7-8.1 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 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 • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 7-PAGE 6 . May 3,2012 • • Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. All other provisions of Section 7-5 of the Standard Specifications shall remain in force. 7-8.2 City of Palm Springs Construction Permit. The Contractor shall be required to • obtain and sign a City of Palm Springs Construction Permit prior to commencement of • the Work, but the fee for this permit shall be waived. The Construction Permit can be obtained from the office of the Engineer. • 7-8.3 National Pollution Discharge Elimination System (NPDES) Permit — This project is subject to the requirements of General Permit No. CAS000002 issued by the State Water Resources Control Board. This permit regulates storm water discharges associated with construction activities. The Contractor shall be required to prepare a Strom 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 • necessary in the preparation of a SWPPP for public works projects. The Contractor shall ensure that the SWPPP prepared for this project complies with the standards established by Caltrans and made available on the Caltrans website identified above. Upon approval of the SWPPP by the Engineer, the City shall submit a Notice of Intent (NOI) to the Regional Water Quality Control Board (RWQCB). Although this project is subject to General Permit No. CAS000002, the Contractor does not need to file a Notice of Intent for coverage under the State Water Resources Control Board's General NPDES Permit for Discharges of Storm Water Runoff Associated with Construction Activity (Statewide General Permit) provided the Notice of Intent is filed with the • RWQCB, in accordance with Board Order No. 2008-0001 NPDES No. CAS617002. • The City will designate the Contractor's Construction Superintendent as the individual directly responsible for the 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 Construction Superintendent • 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 RAMON D.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 7-PAGE 7 • May 3,2012 • Contractor's start of work, however, the Notice to Proceed shall be issued and working days shall commence, irregardless 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. A copy of the NOI and NOT forms is included in the Appendix. • Throughout the duration of the work, the Construction Superintendent shall ensure the • following construction monitoring actions are performed: 1. Conduct site inspections before and after storm events. • 2. The Regional Board may require the Contractor to conduct additional site inspections, submit reports and certifications, or to perform sampling and analysis. 3. 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 Storm Water Pollution Prevention Plan 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. 4. 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 a 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. • RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 7-PAGE 8 May 3,2012 • • 3. Inspect, at reasonable times, the construction site and related erosion and sediment control measures. 4. Sample or monitor, at reasonable times, for the purpose of ensuring compliance with the General Stormwater Permit. • 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 preparation of a Storm Water Pollution Prevent Plan • (SWPPP), and for establishing and implementing, Best Management Practices (BMPS), and monitoring and maintaining the BMP's identified in the SWPPP 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 the BMP's required by the SWPPP, and no additional compensation shall be allowed therefore. 7-8.4 Construction Activity Permit, California Division of Occupational Safety and Health (DOSH) — This project includes excavations greater than 5 feet deep. 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 this project. A copy of the Permit shall be provided to the Engineer at the Pre-Construction Conference. 7-9 DUST CONTROL AND SITE CLEANUP Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from • rubbish and debris and shall also abate dust nuisance. The use of water resulting in • mud on public streets will not be permitted as a substitute for sweeping or other methods. • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 7-PAGE 9 • May 3,2012 • • Materials and equipment shall be removed from the site as soon as they are no longer • necessary; and upon completion of the work and before final inspection the entire • worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractors bid. 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 rp olect• in conformance with City requirements, Section 7-8 of the Standard • Specifications, and to the satisfaction of the City Engineer. Full compensation for all work required in this section shall be considered as included in the various bid items of work and no additional compensation will be allowed therefore. - END OF SECTION - • RAMON RD.DRAINAGE IMPROVEMENTS-BARISTO CHANNEL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 7-PAGE 10 May 3,2012 • • SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) END OF SECTION - a • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 8-PAGE 1 • May 3,2012 • SECTION 9 - MEASUREMENT AND PAYMENT • 9-1 GENERAL 9-1.1 Payment. - Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in Section 9 of the Standard Specifications and these Special Provisions, and • as shown on the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor ' (OSHA). No separate payment will be made for any item that is not specifically set forth in the • Bid Sheets, and all costs therefor shall be included in the prices named in the Bid • Sheets for the various appurtenant items of work. 9-1.2 Partial and Final Payments. - Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgement by the • Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of . liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, a 5 percent retention will be withheld from each payment. All invoices and detailed pay requests • shall be approved by the Engineer before submittal to the City for payment. All billings • shall be directed to the Engineer. No partial payment will be made for any materials on hand which are furnished but • not incorporated in the work. Payments shall be processed in accordance with Section 9-3 'Payment' of the Greenbook Standard Specifications for Public Works Construction, provided, however, that the Contractor shall make an approximate measurement of the work performed i prior to the closure date of each month to serve as the basis of an invoice for making monthly payments. The closure date shall be established as the last day of the month in which work is performed. The Engineer shall review the Contractor's monthly • measurement of the work, and shall either reject or approve the measurements. If rejected, the Contractor shall revise the monthly measurement of work according to the Engineer's measurements, and resubmit for approval by the Engineer. The Contractor shall receive payment by mail to the Contractor's business address within 30 days of • the Engineer's approval of the Contractor's monthly measurement of the work. Payments shall not be made more frequently than once per month. • RAMON RD.DRAINAGE IMPROVEMENTS—SARISTO CHANNEL MEASUREMENT AND PAYMENT CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 9-PAGE 1 . May 3,2012 • • The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from . the Contractor and all subcontractors and material-men for all work and materials • included in any prior invoices. Waivers of lien shall be in the forms prescribed by California Civil Code Section • 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien • for the Contractor's work, together with releases of lien from any subcontractor or material-men. • 9-2 PAYMENT SCHEDULE 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheets for the respective items of work. The quantities of work or material stated as S unit price items on the Bid Sheets 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 amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional . Bid items. 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be • based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 10 days following the Notice to Proceed. • Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheet(s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump- sum, non-proratable payment, no part of which will be approved for payment under the • Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and . equipment, and the furnishing and erecting of plants, temporary buildings, and other • construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items: • 1. Moving onto the site of all Contractor's plant and equipment required for the first i month's operations. 2. Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8.4, "Sanitation"of the Standard Specifications. 3. Furnishing, installing, erecting, and maintaining all storage buildings or sheds required for the temporary storage of any products, equipment, or materials that have not yet been incorporated into the Work. All such storage facilities shall meet or exceed the material manufacturer's published storage requirements and . these Special Provisions, including any ambient temperature and humidity • controls, if recommended by the material manufacturer, and for all security and safety on and about the site of the Work. • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL MEASUREMENT AND PAYMENT CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 9-PAGE 2 • May 3,2012 • 4. Arranging for, and erection of, the Contractor's construction and storage yard per Section 7-10, "Public Convenience and Safety." . 5. Obtaining and paying for all required bonds, insurance, and permits. • 6. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. 7. Having the Contractor's superintendent at the job site full-time. • 8. Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications. • In addition to the requirements specified above, all submittals shall conform to the • applicable requirements of Section 2-5.3, "Submittals" of the Standard Specifications. No payment for any of the listed Initial Mobilization Work items will be made until all of • the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure . to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payment pursuant to the provisions of Public Contract Code 22300. • - END OF SECTION - • RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL MEASUREMENT AND PAYMENT CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 9-PAGE 3 May 3,2012 • SECTION 10 — CONSTRUCTION DETAILS ` 10-1 GENERAL 10-1.1 Preliminary Matters • The Contractor is advised that this project is a "re-bid" of a previously initiated effort to • complete the project in 2011. During construction, existing underground utilities were identified at elevations inconsistent with prior information. These utility obstructions required a revision to the approved design, requiring additional storm drain materials than originally required. Although the original Contractor had commenced with the Work, the City and original Contractor mutually agreed to terminate the original contract. The following summarizes the Work previously completed, and the Work to be completed under this new contract: S Work previously completed: • Excavation and installation of 32 feet (approx.) of 30" x 19" elliptical RCP storm drain, extending from the existing 7' wide catch basin on the south side of Ramon Road to • near the existing underground 4"water line; Work to be completed: • Excavation and installation of 162 feet (approx.) of 30" x 19" elliptical RCP storm drain • — of this total, the City shall furnish 160 linear feet which has been acquired from the original Contractor and is being stored at the City's Corporate Yard at 425 N. Civic Dr. The Contractor shall furnish 16 linear feet of 30" x 19" elliptical RCP storm drain as necessary to complete construction of the storm drain lateral — (the City is requiring • additional storm drain pipe to be furnished to be certain sufficient storm drain pipe is available to Complete the project); • Construction of concrete storm drain collars at angle points identified on the revised t♦ storm drain plan; • Drill and removal of the west side of the existing 7' wide catch basin located on the • south side of Ramon Road —the original Contractor has extended the outlet of the 30" x 19" elliptical RCP storm drain flush with the exterior face of the catch basin. The Contractor shall make the required connection to the existing elliptical storm drain ' pipe. • Construction of the new 21' wide by 4.5' deep catch basin located on the north side of Ramon Road. • Installation of the 12' W by 6' H sloped protection barrier at the existing outlet of Palm . Springs Storm Drain Line 8 located at the north side of the Baristo Channel, on the . east side of Sunrise Way, south of Ramon Road) — the City shall furnish the sloped protection barrier which has been acquired from the original Contractor and is being stored at the City's Corporate Yard at 425 N. Civic Dr. The Contractor shall furnish • additional materials as necessary to complete installation of the sloped protection barrier as required. RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS . CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 1 May 3,2012 10-1.2 Record Drawings • The Contractor shall maintain a complete set of record drawings at the job site. All • documents including contract and shop drawings shall be legibly marked showing each actual item of record construction including: . 1. Measured depths of elements in relation to fixed datum points. • 2. Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction • with reference to visible and accessible features of construction. • 4. Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications. 5. Any details not in original contract drawings developed by the City or the Contractor through the course of construction necessary to clarify or modify the contract drawings. The Contractor is advised that complete and accurate records of the construction of the storm drain improvements shall be required, including survey of "as-built" • conditions, including all flowline invert elevations, transition structures and . manholes, and in-place location of all facilities, as required by the Engineer. ' The Contractor shall legibly modify the contract specifications to reflect actual items of record construction including: 1. Manufacturer, trade name, and catalog number of each product actually installed, particularly optioned items and substitute items. 2. Changes made by addendum or modifications. The Contractor shall maintain all record information daily and make this information available to the Project Inspector upon request. The Contractors progress payment will not be approved unless project record drawings are current. Full compensation for compliance with the proceeding requirements shall be considered as being included in the various Contract items in the Bid Schedule(s), and no additional compensation will be allowed therefore. 10-1.3 Order of Work The first order of work shall be the ordering of pre-cast reinforced concrete storm drain . materials, and all other materials requiring long lead-times consistent with the requirements of Section 4-2.2 of these Special Provisions. The Contractor shall order all long lead-time supplies, materials, and equipment, within 3 working days after the award of Contract by the City. The second order of work shall be to install traffic control required for the work. The third order of work shall be to install initial project Storm Water Pollution Prevention • Control BMP's. RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 2 May 3,2012 i The order of the work is recommended by the Engineer as the most efficient process of completing the work in an orderly and timely manner. The Contractor may submit a • revised Project Work Order Plan at the Pre-Construction Conference, for review and approval by the Engineer, identifying an alternate sequencing of the Work preferred by the Contractor. A revised Project Work Order Plan must ensure that traffic impacts are • minimized to the greatest extent possible at major intersections within the working time allowance herein specified. Existing pavement shall not be removed from successive stages until the previous • stage has been base paved and temporary striping has been completed. Two lanes of traffic (one lane in each direction) shall be maintained during all construction, unless otherwise allowed by the Engineer, in which case a minimum of • one lane of traffic shall be maintained with flaggers for direction of traffic, for work • performed outside of the construction areas. Attention is directed to Section 10-2 "Traffic Control," of these Special Provisions, and • to the Traffic Control Plans. The Contractor shall secure the project area, any work sites, and open traffic if no controlling road work has occurred within 3 working days. The travel way shall be smooth and passable, subject to the approval of the Engineer. At the end of each working day, if a difference in excess of 0.25 feet exists between the elevation of the existing pavement and the elevation of any excavation within 5 feet of the traveled way, material shall be placed and compacted against the vertical cuts adjacent to the traveled way. During excavation operations, native material may be • used for this purpose, however, once the placing of the structural section commences, structural material shall be used. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 1:4 • (vertical:horizontal) or flatter to the bottom of the excavation. Treated base shall not be used for the taper. Full compensation for placing the material on a 1:4 slope, regardless of the number of . times it is required, and subsequent removing or reshaping of the material to the lines and grades shown on the Plans shall be considered as included in the various Contract items in the Bid Schedule(s), and no additional compensation will be allowed therefore. No payment shall be made for material placed in excess of that required for the . structural section. The new asphalt concrete pavement shall not be placed until all underlying storm drains have been installed. The top (final or cap) layer of asphalt concrete pavement shall not be placed until all asphalt concrete base paving has been completed. Final traffic striping and markings shall not be placed until all final asphalt concrete paving has been completed and deemed acceptable by the Engineer. RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 10-PAGE 3 May 3,2012 • 10-1.4 Inspection of Work and Testing Laboratory Description. Inspection of the work will be under the supervision of Palm Springs City Engineer and/or Chief Engineer of the Riverside County Flood Control and Water • Conservation District will include monitoring and enforcing compliance of materials, equipment, installations, workmanship, methods and requirements of the contract documents. The Engineer may be represented on the work site by Inspectors and other duly authorized representatives. All submittals and correspondence between the City and the Contractor, related to inspection of the work on this contract, shall be directed to the Palm Springs City Engineer and/or Chief Engineer of the Riverside County Flood Control and Water Conservation District or their representative. Testing Laboratory. The Palm Springs City Engineer shall be responsible for providing a certified laboratory for the testing of all materials and work on this project (as required). The Contractor shall notify the city engineer no less than two (2)working days in advance . of any required materials testing. Full compensation for compliance with the proceeding requirements shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed therefore. s 10-2 TRAFFIC CONTROL • 10-2.1 Maintaining Traffic — Attention is directed to Sections 7-10, "Public Convenience S and Safety," of the Standard Specifications. 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. 10-2.3 Construction Signing, Lighting and Barricading —Construction signing, lighting t 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 Pan`. 6 "Temporary Traffic Control' of the 2012 California Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways, or subsequent editions in force at the time of construction. Part 6 of the • California MUTCD is available on line at: • RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 10-PAGE 4 May 3,2012 • httplMnwu dotca.gov/hqtaibps/signtecWmLdcdsupp/pdf/Camutod2012tCAMUTCD2012_TTC.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 City 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 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 Notice to Property Owners or Businesses — The Contractor shall notify the property owners or occupants of affected properties with a written notice 48 hours prior • to the beginning of construction. Said notice shall be prepared and submitted to the • Engineer for approval prior to notifying property owners or occupants of 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. i 10-2.8 Traffic Signal Operations — The Contractor shall not modify the traffic signal timing. The Contractor shall notify the Engineer 2 working days in advance of any lane closures or detector loop removals so that the City can modify the traffic signal timing appropriately at any signalized intersection. 10-2.9 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 i allow for the full use of two lanes of traffic. • RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 5 May 3,2012 • Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. This work shall be included in the lump sum bid item price for "Traffic control," in the Bid Schedule(s), and no additional compensation will be allowed therefore. 10-2.10 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 item price for "Traffic Control," in the Bid • Schedule(s), and no additional compensation will be allowed therefore. 10-2.11 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-Dowered 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. i 10-2.12 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. 10-2.13 Pedestrians — The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone. Payment for installation of pedestrian signs and barricades shall be included in the lump sum bid item price for . "Traffic Control," in the Bid Schedule(s), and no additional compensation will be allowed • therefore. The Contractor shall coordinate with SunLine Transit Agency prior to affecting the use of any existing bus stops. The Contractor shall contact Anita Petke at (760) 343- 3456 a minimum of 15 days prior to commencing work that will affect any existing bus stop. 10-2.14 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. 10-2.15 Measurement and Payment — Measurement for payment for traffic control will . be based upon the completion of all planning, design, engineering, furnishing, and • construction, and maintenance and removal, of all traffic control 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. Payment for traffic control shall be made at the lump sum bid item price for "Traffic Control', and no additional compensation shall be allowed therefore. RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 6 May 3,2012 • 10-3 REMOVALS 10-3.1 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. . 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 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 curbs, gutters, sidewalk, curb ramps, drainage structures, asphalt concrete pavement and miscellaneous improvements, 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. Special Note: Payment for clearing, grubbing and miscellaneous removals, 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. 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 RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 7 May 3,2012 • 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 Disposal Site — The Contractor shall specify the route and the disposal site of the material that is required to be removed and hauled away. The Contractor shall provide this information at the Pre-Construction Conference. The Contractor shall not stockpile any removals on any adjacent lots, with or without the • property owner's approval. 10-4 EARTHWORK 10-4.1 Description — This section covers the following contract items: box excavation, pipe excavation, structure excavation, pipe backfill, box backfill, structure backfill, riprap and filter material. 10-4.2 General Excavation Requirements — Pipe Excavation shall be performed in accordance with Section 306 of the Standard Specifications. The Structure Excavation shall be performed in accordance with Section 300-3 of the Standard Specifications. 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. 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. The foundation for all concrete structures including concrete boxes will be inspected and tested after excavation. The subgrade shall be compacted to ninety (90) percent relative compaction prior to the placement of concrete. RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 8 May 3,2012 i • r 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. i Slides and materials eroding into the work shall be removed by the Contractor and the i slopes and grades refinished to original grades as specified. The Contractor shall dispose of all surplus excavated material outside of the limits of the • construction easements and permanent rights of way. 10-4.3 Structure Excavation — Structure Excavation includes the removal of all material • including asphalt concrete pavement, aggregate base, abandoned pipelines and concrete from within the excavation paylines as specified and as required for the construction and installation of the reinforced concrete box, junction structures, manholes and transition structures 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 i specified. i Payment - No quantities for structure 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 structure excavation shall be considered as included in the various bid items of work associated with the structure excavation, and no additional compensation will be made therefore. 10-4.4 Pipe Excavation — Pipe Excavation includes the removal of all material including asphalt, aggregate base, abandoned pipelines and concrete from within the excavation paylines as specified and as required for the construction and installation of the reinforced concrete pipe 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. 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 associated with the pipe ' excavation, and no additional compensation will be made therefore. 10-4.5 General Backfill Requirements — Whenever fill is specified or required (except i for pipe backfill)the work shall be performed as set forth in Sections 300-4.1 to 300-4.8 of the Standard Specifications. Backfill for pipe and box shall conform to Section 306-1.3 of the Standard Specifications. • 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 RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS i CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 9 May 3,2012 • i 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 will 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 may be determined by (1) Mechanical Compaction — Backfill shall be mechanically compacted by means of • tamping rollers, or other mechanical tampers. Impact-type pavement breakers (stompers), will mot 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. (2) Water Densification —As used in these specifications jetting shall be accomplished by the use of a jet pipe to which a hose is attached carrying a continuous supply of water under pressure. a. Jetting may be allowed for bedding, when approved by the Engineer, in conditions where soils of the trench walls have a sand equivalent not less that 15, provided the Contract takes appropriate action to drain the water. • b. Undensified lifts shall not exceed 4 feet. c. Suitable backfill material to be jetted shall have a sand equivalent of 30 or greater. d. If cast-in-place concrete pipe is used,jetting will not be permitted. e. Jetting of the top 4 feet of backfill measured from the subgrade plane will not be permitted in roadway areas. The work shall be performed in such a manner that water will not be impounded. Backfill shall be brought up uniformly on each side of the structure. Jetting methods shall be supplemented by the use of vibratory or other compaction equipment when necessary to obtain the required compaction. 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. RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 10 May 3,2012 • • All backfill and bedding around structures, pipes and boxes 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 and shall be compacted by Method (1). Trench bottoms for structures and pipe shall be graded to provide firm and uniform • bearing throughout the entire length of the structures and pipe. Pipe bedding shall consist of well graded granular material having a sand equivalent value of not less than 30 and be capable of being readily consolidated by jetting and vibrating. Pipe bedding shall be placed to 1-foot above the top of the reinforced concrete pipe as shown on the drawings. The Contractor may use onsite material for pipe bedding subject to the approval of the Engineer and provided it meets the requirements as set forth above. Should onsite material be unsatisfactory, the Contractor will be required to import suitable material. 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 structure backfill, pipe backfill, or unclassified fill, 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 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. t 10-5 SUBGRADE PREPARATION t 10-5.1 Subgrade Preparation — Preparation of subgrade shall conform to Section 301- 1.2 of the Standard Specifications. The subgrade shall have a minimum thickness of 24 • inches. Where indicated on the Plans, asphalt concrete pavement is to be placed on a specified layer of crushed miscellaneous base. The top 6 inches of subgrade material shall be compacted to a relative compaction of 95 percent in accordance with the City of Palm Springs Standard Drawing Number 110. However, subgrade material where curb, • gutter, and sidewalk are to be constructed shall be compacted to a relative compaction of S 90 percent in conformance with Section 301-1.3 of the Standard Specifications. 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, therefore, • there is no need to obtain reclaimed wastewater permits. 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. RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 11 May 3,2012 • • • i • • 10-5.4 Payment — Payment for preparation of subgrade shall be considered as included • in the various bid items of work, and no additional compensation will be made therefore. 10-6 AGGREGATE BASE i 10-6.1 Material — All base material shall be Class 2 aggregate base that has been i imported to the site. Base material shall conform to "%" Maximum" aggregate grading i requirements in accordance with Section 26-1.02A "Class 2 Aggregate Base," of the 2010 Caltrans Standard Specifications. Preparation of all base material shall conform to i Section 26 "Aggregate Bases," of the 2010 Caltrans Standard Specifications. Within all excavated trenches, the Contractor shall spread and compact a layer of aggregate base • equal in depth to the existing layer of aggregate base, or 6", whichever is less. Aggregate base shall be compacted to 95% relative compaction. i • 10-6.2 Payment — Payment for all base material used in this project shall be considered . as included in the various bid items of work, and no additional compensation will be made therefore. i • 10-7 ASPHALT CONCRETE • 10-7.1 Material — Asphalt concrete pavement shall conform to Section 39 "Asphalt Concrete," of the 2010 Caltrans 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, a minimum of ten (10) working • days prior to Construction of asphalt concrete pavement. The Contractor shall be • responsible for providing the Engineer with all required technical and material i 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 i required by the Engineer. Commencement of construction of asphalt concrete pavement i shall not occur until the Contractor has received the Engineers approval of proposed mix i designs. i All asphalt concrete pavement used on this project shall consist of Type B, % inch . Maximum, Medium, gradation. The Contractor shall repair all trenches and excavations in accordance with City of Palm Springs Standard Drawing No. 115, modified to refer to i the Caltrans Standard Specifications for asphalt concrete pavement and aggregate base specified herein. The Contractor shall construct trench repaving to a full depth equal to 1" i thicker than the existing asphalt concrete pavement. The Contractors attention is directed to the Log of Borings included in the Appendix, that identify the existing structural section of the asphalt concrete pavement at those specific locations. In accordance with i Section 2-4 "Subsurface Data" of these Special Provisions, the Contractor shall make its • own investigations regarding subsurface data represented by the Log of Borings included in the Appendix or the associated Soils Report available for inspection in the office of the i City Engineer. • • RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS i CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 12 May 3,2012 • i The Contractor shall spread and compact each layer of the asphalt concrete pavement in accordance with Section 39-6, "Spreading and Compacting," of the Caltrans Standard • Specifications. This mixture of asphalt concrete shall be placed on a prepared base course. Asphalt binder used in the asphalt concrete pavement shall comply with specifications for Performance Graded (PG) 70-10 asphalt binder, in accordance with Section 92 • "Asphalts,"of the Caltrans Standard Specifications. e 10-7.2 Aggregate Sampling and Mix Design — Laboratory tests shall be performed at the expense of the City, when required by the Engineer, to determine if aggregates at the plant fall within specifications. Correction to sieves may be necessary if proper percentages are not met. 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 a proposed mix designs approved by the Engineer. 10-7.3 Tack Coat— Tack coat shall be an SS-1 h 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. 10-7.4 Measurement and Payment— Payment for all asphalt concrete pavement used in this project shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. 10-8 PORTLAND CEMENT CONCRETE a 10-8.1 Material — Portland cement concrete of the class and type shown on City • Standard Drawings shall be used to construct new curb, gutter, access ramps, and sidewalk. Where class and type are not specified in the standard drawings or plans, t Portland cement concrete of type 560-C-3250 (6 Sack) shall be used for construction, in accordance with Section 201 of the Standard Specifications. i 10-8.2 Curb or Curb and Gutter — Construction of Curb or Curb and Gutter shall conform to the City of Palm Springs Standard Drawing No. 200. Portland cement concrete of type 560-C-3250 (6 Sack) shall be used for construction. Curb and gutter S shall be constructed to the dimensions as specked in the City's Standard Drawings, but application details and other specifications not explicitly shown or stated in the City's a Standard Drawings, shall conform to Section 303-5 of the Standard Specifications. Existing asphalt concrete adjacent to proposed curb or curb and gutter shall be saw-cut and removed prior to placement of concrete(where required). Use of the existing edge of pavement as a form for new concrete improvements will not be allowed. Payment— No quantities for curb or curb and gutter have been estimated for this project. It is the Contractor's responsibility to estimate all required curb or curb and gutter repair, RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 13 May 3,2012 i and to include the cost associated therewith in the Bid. Measurement and payment for all curb or curb and gutter repair shall be considered as included in the various bid items of • work, and no additional compensation will be made therefore. 10-8.3 Sidewalk — Construction of 4" 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 (6 Sack). Payment — No quantities for sidewalk have been estimated for this project. It is the Contractor's responsibility to estimate all required sidewalk repair, and to include the cost S associated therewith in the Bid. Measurement and payment for all sidewalk repair shall • be considered as included in the various bid items of work, and no additional • compensation will be made therefore. 10-8.4 Vandalism — 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. 10-9 REINFORCED CONCRETE STRUCTURES 10-9.1 Description — This section includes specifications regarding reinforcing steel and the various classes of Portland cement concrete to be used for storm drain improvements. s . 10-9.2 General Requirements — Concrete for all purposes shall be composed of • Portland cement, aggregates and water of the quantities and qualities herein specified and in the required proportions. The ingredients are to be well mixed and brought to the proper consistency and to have a compressive strength at the age of 28 days of not less • than the amount shown in the flowing tabulation for each type of work listed: CONCRETE MINIMUM SACKS TYPE OF WORK POUNDS PER CLASS CEMENT/C.Y. SQUARE INCH A 6 Catch Basins 3,250 B 5 Miscellaneous 3,000 • Concrete not ! otherwise specified i RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 14 May 3,2012 • • t 10-9.3 Material and Methods —All concrete materials, methods, forms and proportioning shall conform to Sections 51 and 90 and additionally, curb construction shall conform to Section 73 of the 2010 Caltrans Standard Specifications. Combined aggregate grading • for all concrete shall be in conformance with Section 90-3.04 of the Caltrans Standard Specifications and the following tabulation for each type of work listed: • TYPE OF WORK COMBINED AGGREGATE GRADING All other Concrete Structures 1-inch Maximum • Fly Ash may be substituted for cement, up to a maximum of 15 percent by weight for all • concrete. Fly Ash shall meet the standards of ASTM Designation: C-618. When Fly Ash is used, water reducing agents meeting ASTM Designation: C-494 will be permitted in S amounts recommended by the supplier and approved by the Engineer. • No other admixture shall be used in any class of concrete without written permission from the Engineer. • Supplementing Section 90-1.01 of the Caltrans Standard Specifications, prior to • placement of any concrete the Contractor shall submit mix design, for all types of concrete to be placed, to the Engineer for approval. Supplementing Section 90-6.03 of the Caltrans Standard Specifications, concrete delivered to the job site shall be • accompanied by a ticket containing the weight of each of the individual ingredients in the • mix. 10-9.4 General Reinforcing Steel Requirements — Reinforcing steel for reinforced • concrete boxes, transition structures and retaining wall shall be Grade 60 Billet-Steel. The reinforcing steel for use in structures constructed from State of California, Department of Transportation Standard Plans shall be of Grade 60 or as called for on e those plans. Cleaning, bending, placing and spacing of reinforcement shall conform to • the applicable provisions of Section 52 of the State Standard Specifications and to the • drawings. The Contractor shall furnish a "Certificate of Compliance"with the Specification of ASTM Designation A-615. All splices shall conform to the requirements of A.C.I. a Manual, Standard 318-02. Splices requested by the Contractor for his convenience shall be subject to approval by the Engineer. 10-9.5 Consistency — The consistency of the concrete shall be such as to allow it to be worked into place without segregation. Unless otherwise specified, the slump shall be 3- inches plus or minus 1-inch for all concrete. The slump test shall be performed in accordance with the requirements of ASTM Designation: C-143. Slumps greater than those specked may be cause for rejection of the concrete by the Engineer. 10-9.6 Placing—Supplementing Section 51-1.09 of the Caltrans Standard Specifications, • concrete shall not be placed except in the presence of the Engineer. The Contractor shall • give reasonable notice to the Engineer each time he intends to place concrete. Such RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS M CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 10-PAGE 15 May 3,2012 • • notice shall be far enough in advance to give the Engineer adequate time to inspect the subgrade, forms, steel reinforcement and other preparations for compliance with the specifications before concrete is delivered for placing. Formed concrete shall be placed in horizontal layers in lefts of not more than 20-inches. Hoppers and chutes, pipes and "elephant trunks" shall be used as necessary to prevent segregation of concrete. 10-9.7 Form Removal And Finish — Forms shall be removed only when the Engineer has given his approval. Forms shall be removed in such a way as to prevent damage to the concrete. Supports shall be removed in a manner that will permit the concrete to take • stresses die to its own weight uniformly. Forms shall not be removed sooner than the following minimum time or strength after the concrete is placed. These times represent cumulative number of days and fractions of days, not necessarily consecutive, during which the temperature of the air adjacent to the concrete is above 50 degrees Fahrenheit. If the temperature falls below 50 degrees Fahrenheit at any time after the concrete is placed in the forms, the Engineer will advise . the Contractor of additional time required before forms can be removed. ELEMENT TIME or STRENGTH • Catch Basin 16—24 hours The finish on all exposed formed surfaces shall conform to Section 51-1.1813 Class 1 Surface Finish of the State Standard Specifications. The exposed concrete surfaces • shall be brdomed in a transverse direction with a fine textured hair push broom to produce a uniform surface and eliminate float marks. Brooming shall be done when the surface is sufficiently set to prevent deep scarring. If directed by the Engineer, a fine spray of water shall be applied to the surface immediately in advance of brooming. ! Exposed corners of all concrete structures shall be finished with a 3/< inch chamfer. Concrete flatwork shall match adjacent surfaces. The concrete shall be struck off and tamped or vibrated until a layer of mortar has been brought to the surface. The top surface and face of curbs, gutters, catch basins and sidewalks shall be finished to match adjacent surfaces. 10-9.8 Curing —All concrete shall be prevented from drying for a curing period of at least seven (7) days after it is placed. Surfaces exposed to air during the curing process shall be kept continuously moist for the entire period or until curing compound is applied. Formed surfaces shall be thoroughly wetted immediately after forms are removed and shall be kept wet until patching and repairs and completed. Water or covering shall be applied in such a way that the concrete surface is not eroded or otherwise damaged. . Water for curing shall be clean and free from any substances that will cause discoloration of the Concrete. RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS . CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 16 May 3,2012 • • Concrete may be coated with curing compounded in lieu of the continued application of moisture. The curing compound shall comply with the requirements of Section 90-7.01 B of the State Standard Specifications. The curing compound shall be No. 5 White Pigmented Curing Compound conforming of the requirements of ASTM Designation: C- 309, Type 2, Class B for all concrete surfaces other than for flatwork which shall be coated with a clear or translucent curing Compound containing a red fugitive dye. The curing compound shall be sprayed on the moist concrete surfaces as soon as free water has disappeared, but shall not be applied to any surface until patching, repairs and • finishing of that surface are completed. The curing compound shall be thoroughly mixed • immediately before applying, and shall be applied at a uniform rate of not less than one gallon per 150 square feet of surface. No separate payment will be made for the curing compound or its application. • 10-9.9 Joints — Joints shall be made at the locations as approved by the Engineer. Construction joints, when required, shall be located between the transverse joints and unless otherwise specified by the Engineer, shall utilize ''/2-inch diameter deformed bars • 30-inches long, spaced at 24-inches centers at tie bars. The construction joints shall be • cleaned as set forth in Section 51-1.13 of the State Standard Specifications. Surfaces of construction joints shall be cleaned as set forth in Section 51-1.13 of the • State Standard Specifications. 10-9.10 Catch Basins with Local Depressions - The Contractor shall construct catch basins with local depressions, at the locations and dimensions shown in the plans, in • conformance with Riverside County Flood Control and Water Conservation District • Standard Drawing No. CB100 and LD201, and details shown in the plans. Measurement and Payment - Measurement and payment of catch basins shall include payment of construction of associated local depressions with each catch basin. Payment • for construction of catch basins, including local depressions, shall be made at the Contract unit prices listed in the Bid Schedule(s), and shall constitute full compensation S for construction of the catch basins, including local depressions, complete and in place, including excavation and backfill, disposal of waste, connection to pipes, and all • appurtenant materials specified in the referenced standard drawings; installation of • aggregate base and asphalt concrete pavement as necessary to repair excavations within existing asphalt concrete pavement; and removal and reconstruction of existing curb, curb and gutter, curb ramps, sidewalks, or other street improvements, and no additional • compensation will be allowed therefore. 10-10 REINFORCED CONCRETE PIPE 10-10.1 Description —This section covers the contract item Reinforced Concrete Pipe of the various sizes, as required for the work. Pipe materials, manufacture and quality, shall conform to ASTM Designation: C-76 and C-655. The Engineer shall be furnished a "Certificate of Compliance" signed by the manufacturer of the pipe certifying that the pipe RAMON RD DRAINAGE IMPROVEMENTS-BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 17 May 3,2012 • • • conforms to the ASTM requirements. All pipe and pipe material supplied by the Contractor shall be new. The Engineer will also require the D-load bearing strength test for new pipe, in conformance with Sections 207-2.9.1(1) and 207-2.9.2 of the Standard Specifications as a basis for acceptance of the pipe. Pipe shall be laid in a trench free of ponded water in conformance with Section 306-1.2.2, with joints in conformance with Section 306-1.2.4 of the Standard Specifications. ! Pipe ends shall be cleaned and moistened prior to making up joint. 10-10.2 Reinforced Concrete Pipe — The contract items for the various Reinforced Concrete Pipe include the fumishing and installing of the various pipes as specified, i including excavation, dewatering, placement of bedding, backfill, trench safety system, compaction (preparation of subgrade), pipe jointing, connection to structures, aggregate base covers Class 2; asphalt concrete, temporary resurfacing, adjusting all existing manhole covers to finish grade and adjusting water valve cover to finish grade. 10-10-3 Measurement and Payment — Measurement of reinforced concrete pipe shall • be per linear foot of reinforced concrete pipe constructed. Payment for reinforced concrete pipe shall be made at the Contract unit prices per linear foot listed in the Bid Schedule(s), and shall constitute full compensation for construction of reinforced concrete pipe, and all earth and trench work including excavation, dewatering, forming, placing of concrete, providing and placing reinforcing steel, placing bedding and back-fill to the paylines indicated, compaction efforts, pipe jointing, connection to structures, and joining existing storm drain pipe; installation of aggregate base and asphalt concrete pavement as necessary to repair excavations within existing asphalt concrete pavement; and removal and reconstruction of existing curb, curb and gutter, curb ramps, sidewalks, or other street improvements. Special Note: There are two separate bid items identified for reinforced concrete pipe. One item identifies payment for the Contractor's work to install reinforced concrete pipe furnished to the Contractor by the City, and all associated work as generally identified in the preceding paragraph. The second item identifies payment for the Contractor's work • to install reinforced concrete pipe to be furnished by the Contractor, and all associated • work as generally identified in the preceding paragraph. 10-11 TRENCH SAFETY SYSTEM 10-11.1 Description — This section covers the Trench Safety System. This item is defined as a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an excavation, or from the collapse of adjacent structures. Trench safety systems include support systems, sloping and benching • systems, shield systems, and other systems that will provide necessary protection. The RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 10-PAGE 18 May 3,2012 • item includes the furnishing and implementation of the safety system as required by Section 306-1.1.6 of the Standard Specifications or as directed by the Engineer. • 10-11.2 General — Excavation for any trench 5 feet or more in depth shall not begin until the Contractor has received approval, from the Engineer, of a detailed plan for worker protection from the hazards of caving ground during the excavation of the trench. The • plan shall show the details of the design of shoring, bracing, sloping or other provisions to • be made for worker protection including any design calculations done in the preparation of the plan. No such plan shall allow the use of shoring, sloping or a protective system less effective that that required by the Construction Safety Orders of the California • Department of Occupational Safety and Health Administration (CAL-OSHA). The plan shall be prepared and signed by an engineer who is registered as a Civil Engineer in the State of California, and the plan and design calculations shall be submitted for review at least 2 weeks before the Contractor intends to begin trenching operations. All safety plans shall reflect surcharges loadings imparted to the side of the trench by equipment and stored materials. Surcharge loads shall be monitored to verify that such loads do not exceed the design assumptions for the system. The Contractor should not assume that only one type of trench safety system such as a shield or"trench box" will be adequate for all trenching situations encountered on a given project. The Contractor should be prepared with alternative safety system designs (such • as solid sheeting) should construction circumstances dictate the use of such. 10-11.3 Approval — Trench safety system designs for support systems, shields systems, or other protective systems whether drawn from manufacturers data, other tabulated • data, or designed for this particular project must be signed by a civil engineer registered in the State of California prior to submittal to the Engineer for review. A shoring plan for the specific use of a shield shall be prepared. Catalogs or engineering data for a product should be identified in the plan as supporting data. All specific items or applicable • conditions must be outlined on the submittal. The State of California Department of Transportation 'Trenching and Shoring Manual'will • be used as a guide for plan review and approval. Also included in this item is the fencing and barricading of the open trench as required for the safety of pedestrians and vehicular traffic as directed by the Engineer. 10-11.4 Measurement And Payment — Payment for temporary sheeting, shoring, • bracing or equivalent method, will be based upon completion of all planning, design, engineering, furnishing, and construction, and the removal and disposal of all such temporary sheeting, shoring, and bracing required for installation of storm drain pipe and • facilities, and required for installation of storm drain laterals, shall be made at the lump • sum bid price, complete, as required under the provisions of any permits and in accordance with the requirements of CAL-OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor • Code. RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-t0A SPECIAL PROVISIONS-SECTION 10-PAGE 19 May 3,2012 • • 10-13 MISCELLANEOUS IRON AND STEEL 10-13.1 Description - This section covers all ferrous metal used in the various hydraulic structures. Materials, parts and fittings shall conform with the following: • (1) All Other Miscellaneous Metal— Per ASTM Designation: A36. (2) Galvanizing— Per Section 210.3 of the Standard Specifications. • Special Note: The sloped protection barrier will be furnished to the Contractor. The Contractor shall supply additional materials (if any) required to complete the installation of the sloped protection barrier as required. 10-13.2 Measurement And Payment — Payment for sloped protection barrier will be based upon the installation, complete and in place, and shall be made at the unit price • each for "Construct 12' W x 6' H Sloped Protection Barrier," and shall constitute full . compensation for construction of sloped protection barrier in accordance with the details shown on "City of Palm Springs, Palm Springs MDP, Line 8, Sloped Protection Barrier," placing all steel, connection to structures, and all other appurtenant work related thereto, • including furnishing additional materials not supplied by the City, and no additional • compensation will be made therefore. 10-14 TRAFFIC STRIPING AND MARKINGS 10-14.1 Temporary Striping — Whenever the Contractor's operations obliterate pavement delineation (painted lines, raised pavement markers, painted markings, or legends), such pavement delineation shall be replaced in kind by the Contractor by either permanent or temporary delineation before opening the traveled way to public traffic. • Temporary delineation shall consist of reflective raised pavement markers (Type "L") • which shall be applied in accordance with the manufacturer's most current published instructions. Temporary delineation shall be of the same color as the permanent delineation. Full compensation for temporary delineation shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefore. • 10-14.2 Paint — Paint for curbs and pavement shall conform to Section 210-1.6.1 • "General", Section 210-1.6.2 "Thermoplastic Paint, State Specifications", and Section 210-1.6.3 "Rapid Dry White, Yellow, or Black Traffic Line Paint" of the Standard Specifications. All permanent traffic striping, markings and legends shall be installed • using thermoplastic paint, unless otherwise indicated, after 10 working days of completion • of final asphalt concrete paving, or as directed by the Engineer. 10-14.3 Pavement Markings — Pavement markings shall conform to Section 210-1.6.1 • "General" and 210-1.6.2 "Thermoplastic Paint, State Specifications," of the Standard • Specifications and these Special Provisions. RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 20 May 3,2012 • • • 10-14.4 Applying Pavement Markings — Traffic legends shall be applied in accordance • with Section 310-5.6 of the Standard Specifications. 10-14.5 Removal of Existing Pavement Markings — Pavement markings to be removed shall be as shown on the Plans or as designated by the Engineer. The Contractor shall completely remove from the pavement surface all conflicting pavement markings, either • shown or not shown on the Plans by grinding. Where grinding is used for the removal of pavement markings, or for removal of objectionable material, and 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 grinding. Such removal shall be by • sweeping concurrently with the grinding operation. 10-14.6 Night Operations — 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 various bid items of work, and no additional compensation will be allowed therefore. 10-14.7 Compatibility—The Contractor shall use State metric stencils for all legends and arrows in the Work, and said stencils shall conform to the latest Bureau of Public Roads standards. The Contractor shall contact the Street Maintenance Supervisor of the City at • (760) 323-8169 a minimum of 2 working days before any legends are painted on City streets, to ensure that the patterns the Contractor is using match the patterns used by the City. No other patterns will be allowed to be used except those patterns that match the City's. 10-14.8 Payment — Payment for removal of existing traffic striping, installation of temporary traffic striping, and installation of permanent traffic striping, markings and a legends, shall be considered as included in the various bid items of work, and shall • include full compensation for all traffic striping, legends, and markings, including temporary striping, complete and fully installed, as indicated on the Plans and specified in the Standard Specifications and these Special Provisions, and no additional compensation will be allowed therefore. 10-15 RAISED PAVEMENT MARKERS 10-15.1 Pavement Markers — Pavement markers shall conform to Section 214, • "Pavement Markers," and shall be removed and placed in accordance with Section 312, 'Pavement Marker Placement and Removal," of the Standard Specifications and these Special Provisions. A flexible bituminous adhesive in accordance with Section 214-7 of the Standard Specifications, as required herein, shall be used for installation of all raised pavement markers. • RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 21 May 3,2012 • • • An approved flexible bituminous adhesive shall be a hot-applied thermoplastic bituminous adhesive, product "HE184 — Flexible Dotstick", manufactured by Henry Company, 2911 • Slauson Avenue, Huntington Park, CA 90255; (800) 486-1278; www.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. • All existing pavement markers shall be replaced, and new markers of either reflective or non-reflective type installed as necessary to meet the appropriate Caltrans standards for the required traffic striping within the project. All traffic striping delineated within the project shall be delineated with pavement markers and not with paint or thermoplastic. The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than '/2 inch in 50 feet from the specified alignment. • All additional work necessary to establish satisfactory lines for markers shall be • performed by the Contractor. All traffic striping using raised pavement markers shall be installed after 10 working days • of completion of final asphalt concrete paving, or as directed by the Engineer. 10-15.2 Blue Hydrant Markers — Blue hydrant markers shall be 'Bright Dot" round thermoset polymer pavement markers as manufactured by Clama Products, 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. 10-15.3 Payment — Payment for removal of existing raised pavement markers, and • installation of all new raised pavement markers, shall be considered as included in the various bid items of work, and shall include full compensation for removal and installation of raised pavement markers, complete and fully installed, as indicated on the Plans and • specified in the Standard Specifications and these Special Provisions. - END OF SECTION - • RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONSTRUCTION DETAILS • CITY PROJECT NO.09-10A SPECIAL PROVISIONS-SECTION 10-PAGE 22 May 3,2012 • • • • • • • • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT ! RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL • CITY PROJECT NO. 09-10A • PART III —APPENDICES • . Detail Agency Description • 115 City of Palm Springs Trench and Pavement Replacement Detail • 200 City of Palm Springs Curb and Gutter • 206 City of Palm Springs Curb Return, Spandrel and Cross Gutter • 210 City of Palm Springs Sidewalk Widths • CB 100 RCFC&WCD Catch Basin No. 1 • LD 201 RCFC&WCD Local Depression No. 2 • M 803 RCFC&WCD Concrete Collar • 360-0 APWA Sloped Protection Barrier • NPDES Notice of Intention (NOI) • NPDES Notice of Termination (NOT) Stormwater Pollution Prevention Plan (SWPPP) (to be inserted from Contractor) • • • • • • • • • • • • • • • RAMON RD DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CONTENTS • CITY PROJECT NO.09-10A PART III—APPENDICES May 3,2012 • ! ! a . N0. REVISIONS APPROVED DATE • • T' THICK ME C2-AR4000 OVERLAY INSTALL 4' LIFT OF TYPE C2-AR40DO A.C. PAVEMENT SEE NOTE N0. 4 (OR I' THICKER THAN EXISTING ADJACENT PAVEMENT) OVER 6' MISCELLANEOUS BASE AND COMPACTED EARTH FlIL • FOLLOW CROWN CONTOUR OF EXISTING PAVEMENT. — —10' (MIN.) • REPLACE BASE LAYER W KIND (6' MIN. THICKNESS) • ( EXISTING PAVEMENT TO BE NEATLY SAW-CUT ON • BOTH SIDES OF TRENCH VERTICAL SIDE SLOPES ( ) ♦ ARE REWIRED i MIN. N ♦ AT ALL TIMES • I.','. 4' MIN. ♦♦ 24' COMPACTED NATIVE ♦ i MATERIAL AT 96A RELATIVE COMPACTION • ♦♦♦ 1-1/2 SLOPED SIDES REWIRE w ♦♦ I I SLOPE PERMISSION OF THE CITY ENGINEER • � ♦♦ ' COMPACT NAIVE MATERIAL AT • ♦ � 90%RELATIVE COMPACTION COMPACT. TOP OF PIPE ♦♦ - i ' 90% RELATIVE SELECTED MATERIAL COMPACTION • 8UTTJOIN EXISTING PAVEMENT ♦♦ ''S + �" , WHEN NATIVE MATERIAL IS UNSUITABLE, (TYP.) INSTALL 6" OF APPROVED IMPORTED GRIND DOWN 1' V MIN, BEDDING UNDER PIPE • HAND EXCAVATE FOR BELL • ••. s : TYPE C2-AR4000 I' THICK OVERLAY • • 1� —TYPE B-AR4000 AC PAVEMENT (4 MINIMUM THICKNESS) CRUSHED MISCELLANEOUS BASE (THICKNESS TO MATCH EXISTING. 6' MIN.) • 4' IN. TYP. • - ----' -- FINAL OVERLAY DETAIL NOT TO SCALE NOTES: + • 1. TRENCHES SHALL BE PAVED PATH TEMPORARY A.C. PAVEMENT IMMEDIATELY FOLLOWING WORK, AND SHALL BE PERMANENTLY PAVED WITHIN ONE WEEK, UNLESS APPROVED BY THE CITY ENGINEER. • 2 A MINIMUM OF I' OF EXISTING PAVEMENT SHALL BE SAWCUT AND REMOVED. REMOVALS SHALL EXTEND • BEYOND ANY AREAS OF UNDERMINED OR COMPROMISED A.C. PAVEMENT. 3, PERMANENT A.C. PAVEMENT SHALL BE INSTALLED WITH A MINIMUM 4' THICK LIFT OF TYPE B-AR4000 A.C. • PAVEMENT, OR 1" THICKER THAN EXISTING A.C, PAVEMENT. 4. A FINAL 1" THICK OVERLAY WITH TYPE C2-AR4000 A.C. PAVEMENT SHALL BE INSTALLED TO A MINIMUM • WIDTH OF 10', EXTENDING 4' PAST TRENCH SIDES USING A BARBER GREEN PAVER, OR EQUAL EXISTING A,C. PAVEMENT SHALL BE GROUND 1" FOR FINAL OVERLAY WHERE REQUIRED. . 5. FLOATERS OF A.C. PAVEMENT 5' IN WIDTH OR LESS BETWEEN EDGES OF TRENCH AND EXISTING EDGE OF • PAVEMENT, CURB OR GUTTER SHALL BE REMOVED AND REPLACED. 6. ALL SHORING, SLOPING OR BENCHING SHALL BE DONE IN COMPLIANCE WITH CAL-OSHA CONSTRUCTION . SAFETY ORDERS: SOILS WITHIN THE CITY OF PALM SPRINGS ARE TYPICALLY CLASSIFIED AS CLASS C: CHECK JOB SITE SOIL CONDITIONS. • 7. ALL EDGES OF CONSTRUCTION ('BUTT' JOINTS) SHALL BE MADE ON LANE LINES OR AT THE CENTER OF TRAVEL LANES; EDGES SHALL NOT BE ALLOWED WITHIN THE WHEEL PATH OF VEHICLES USING THE STREET. • 8. ASPHALT BINDER USED IN THE ASPHALT CONCRETE PAVEMENT SHALL COMPLY WITH SPECIFICATIONS FOR PERFORMANCE GRADED (PG) 70-10 ASPHALT BINDER, IN ACCORDANCE WITH SECTION 92 "ASPHALTS" • OF THE CALTRANS STANDARD SPECIFICATIONS. CITY OF PALM SPRINGS APPROVED: DATE: 'J PUBLIC WORKS & ENGINEERING DEPARTMENT _ 2 931 • CITY ENGINFER R.C.E. TRENCH AND PAVEMENT DRAWN BY: G,F,F, FILE NO, STANDARDS • REPLACEMENT DETAIL CHECKED BY: M.L.F. I DWG. NO. 115 NO. REVISIONS APPROVED DATE • 6' 1 1/2" 6- 2" • R= 1/2" R= 1/2' 6' 24'_ A.C. PAVEMENT. 1 1/2" m • R-1/2" 1/4 LIP (TP) • A.C. PAVEMENT /2" I -=-� .R-1/2. f Al A2 A3 A. PA MENT J • 6" 24- 6" 12' . R-112" 1 1/2- • h i/2 1 1/4" LIP (TP) . R 1 1 • � mo � �R I � .. • R=I/2" ONSITE ONLY ONSITE ONLY • A4 A.C. PAVEMENT BI B2 • —24' •• I ^1 - 3 3 ��2R I 1/2� 6• SLOPE _SLOPI, • ,I �I'R r. . ••~ FLOWUNE •..,6. .: ..•..<.'. OF GUTTER 6' CROSSGUTTER-SECONDARY RIOROUGHFARE /2 FIBER EXPANSION JOINT Cl — END OF CURB D1 • 4' �'- 4 10" 1---.... 2" 2.' !' SLOPE �1/2 SLOPE & f :1 a 'I • 8 CROSSGUTTER-MAJOR THOROUGHFARE 1 E l 0 D2 A.C. PAVEMENT NOTES: . 1. TYPES Al, A2 AND El ARE BARRIER CURBS. 2. TYPES A,B,C AND D ARE CONSTRUCTED OF CLASS 560-C-3250 PORTLAND CEMENT CONCRETE. • 3. TYPE E1 IS CONSTRUCTED OF TYPE D2-AR8000 ASPHALT CONCRETE. 4. TYPE B CURB AND GUTTERS ARE FOR ONSITE USE ONLY. 5. ALL EXPOSED CORNERS ON P,C.C. CURBS AND GUTTERS SHALL BE ROUNDED WITH A 1/2'• RADIUS. 6. EDGE OF A.C. PAVEMENT SHALL BE INSTALLED 1/4- ABOVE LIP OF GUTTER. • 7. FOR EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303--5.4 OF STANDARD SPECIFICATIONS FOR • PUBLIC WORKS CONSTRUCTION. SCORING SHALL BE DONE EVERY 5 FEET MAXIMUM NTH i' DEEP WEAKENED PLANE JOINTS PROVIDED EVERY 10 FEET. I CITY OF PALM SPRINGS APPROVED: DATE: - • PUBLIC WORKS & ENGINEERING DEPARTMENT 213981 CITY ENGINEER R.C.E. CURBS, GUTTERS, AND DRAWN BY: G.F.F. FILE NO. STANDARDS a CROSS-GUTTERS CHECKED BY. M.L.F. DWG. NO, 200 . NO. REVISIONS APPROVED DATE • • SHOW THUS ON PLAN • LIMIT OF TRANSITION SPANDREL • O y "v2 �_ i SPLASH PAD z a s � •• I TC.. ELEV EVFL . I •; ,��;., -5 _ • E.C.F. LIMIT OF SPANDREL 45• • �' O` CROSS- CUTTER i SPLASH • FLOW LINE v a PAD o STRAIGHT w GRAOE �G vai ci N o T.C. ELEV. • °��_ F.L. ELEV. • �m ELEV. • <w P.I.G. DIRECTION OF TRAVEL aw . � NOTES: w 1. WEAKENED-PLANE JOINTS SHALL BE INSTALLED AT BEGINNING AND END OF SPANDREL AND TRANSITION. • CROSS-GUTTER 2. SPANDREL, CROSS GUTTER AND TRANSITION SHALL BE CONSTRUCTED • WITH 8" THICK CLASS 560-C-3250 PORTLAND CEMENT CONCRETE. 3. CURB FACE HEIGHT SHALL BE 6" OR 8" AS SHOWN ON DRAWING AND CONSTRUCTED MONOUTICALLY WITH ADJACENT SPANDREL. 4. "W" SHALL BE SPECIFIED ON THE PLANS AS 6' OR 8' PER C.P.S. • STANDARD DWG. 200. • 5. SEE C.P.S. STD. DWG. 212 FOR ADDITIONAL REQUIREMENTS. & SEE C.P.S. STD. DWG. 110 FOR PAVEMENT REQUIREMENTS. CITY OF PALM SPRINGS APPROAPPRO�DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT 8931 • CITY ENGINEER R.C.E. • CURB RETURN, SPANDREL DRAWN BY: G.F.F. FILE NO. STANDARDS AND CROSS-GUTTER CHECKED BY: M.L.F. I DWG. NO. 206 00 * 00* 0s • 00000000 * 00000900000000009 * 00000000 Z O m w ZONE C.B.D. - FACE OF CURB TO PROPERTY LINE 11 O z ZONES R-2 THRU B, C. AND M - 8' N ZONE R-1 - 5' >n m ov A.C. PAYMENT 4' MIN. SIDEWALK SLOPE 1/4" 1' Z HILLSIDE STREETS 2 R r? H � m C p FOR FINISH SEE SECTION N O 303-&S OF THE STD. SPECS. SIDEWALKS SHALL BE CONSTRUCTED USING 4" THICK p '� CURB & CUTTER FOR PUBLIC WORK CONSTRUCTION CLASS 5600-C-3250 PORTLAND CEMENT CONCRETE Z 0 Z SEE C.P.S. STD. DWG. 20D LATEST EDITION. ymy 4] m Z NOTES: v� 1. FOR EXPANSION JOINTS SEE SECTION 303-5.4.2 OF THE STANDARD SPECIFICATIONS FOR PUBLIC o f) D m WORKS CONSTRUCTION, LATEST EDITION. THE SPACING FOR i" DEEP WEAKENED PLANE JOINTS SHALL BE 10 FEET. Sc 2. DECORATIVE SIDEWALKS SHALL BE ALLOWED IF STRETIGTM AND TEXTURE ARE EQUAL TO OR GREATER p Z m THAN THE PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, WK 0 mm LATEST EDITION, AND ARE APPROVED BY THE PLANNING COMMISSION. 3. PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS - SIDEWALK FROM FACE OF CURB TO tin PROPERTY LINE. 7 4. INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA - SIDEWALK FROM FACE OF CURB PROPERTY LINE. S w 5. SIDEWALKS IN EXCESS OF 5 R SLOPE, SHALL HAVE A MIN. 6' X 6' LANDING AREA EVERY 400' AT Z 'n A 27" SLOPE. D 6. A MINIMUM 48' CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. 7. MODIFICATIONS BASED ON SITE-SPECIFIC CONDI TONS SHALL BE REVIEWED BY THE DEVELOPMENT O p O y A c COMMITTEE. m SEE ALSO BIKEWAY REQUIREMENTS. COLORED CONCRETE IS REQUIRED FOR SIDEWALKS ALONG rn DESIGNATED STREETS. ti i N 9. FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS. p tV D m m D n W s m O M, in r • SEE STANDARD CO NO.103 • MANHOLE FRAME AND COVER FOR CATCH BASIN MEET EXISTING CURB- .CATCH BASF! OPENING = NORMAL CURB FACE + . #4 @ 6 E W 4" UNLESS OTHERWISE SPECIFIED. 2#4@2 p 41 6' • \ G�ON1 2#4@ 2 �0 • __ 4'-0" WARPED -GUTTER 6" R -MEET EXISTING PAVEMENT • •-SEE STANDARD DRAWING NO.LD201 • FOR APPROPRIATE LOCAL DEPRESSION T/ • �� 8 • NOTES PERSPECTIVE OF. 1. DIMENSIONS:UNLESS OTHERWISE SPECIFIED CATCH BASIN N0.1 V'= 6-@ W =T,9"@ W =14',12"@ W =21' V = SHALL BE SHOWN ON THE PLANS. • SEE STD.DRAWING CB105 W = SHALL BE SHOWN ON THE PLANS CATCH BASIN INLET FOR DETAILS. T = FOOT MIN.) 6" IF V IS 4'OR LESS. • I/q•• R T = 8" IF v IS LESS THAN v U .ANCHOR Yi' R T = 10" V IS 8'OR MORE. D = I8" UNLESS OTHERWISE SPECIFIED. • A'= 38" UNLESS OTHERWISE SPECIFIED. O 2. STRUCTURAL CONCRETE SHALL BE CLASS "A" ORB FACE P.C.C.16 SACK) e Z 114� 3. THE REINFORCING STEEL SHALL BE NUMBER 4 DEFORMED BARS.CLEARANCE SHALL BE 11/2• CONST.JOINT- FROM THE BOTTOM OF THE SLAB.SEE NOTE ]. STEP:SEE MH259 4. THE SURFACE OF ALL EXPOSED CONCRETE SHALL ;o AND NOTE 5 CONFORM TO SLOPE,GRADE,COLOR,FINISH AND . A, SCORING IN THE EXISTING OR PROPOSED CURB 8 WALK ADJACENT TO THE BASIN.THE BASIN FLOOR SHALL BE GIVEN A TIGHT WOOD FLOAT FINISH. 3" R CURVATURE OF THE LIP AND SIDEWALLS AT THE A, GUTTER OPENING SHALL NOT BE MADE BY • _== = PLASTERING.THE OUTLET PIPE SHALL BE TRIMMED TO FINAL SHAPE AND LENGTH BEFORE THE CONCRETE IS POURED. SLOPE TO OUTLET FROM ALL DIRECTIONS I 5. STEPSt PLAIN ROUND GALVANIZED STEEL STEPS • ry _ _ — _ SHALL BE INSTALLED 16" APART WHEN V EXCEEDS 4'-6"-THE TOP STEP SHALL • e — BE 6" BELOW THE TOP SURFACE AND SHALL o BE 211z' CLEAR FROM THE WALL . H ALL OTHER STEPS SHALL BE 4" CLEAR • FROM THE WALL.ONLY ONE STEP 12" FROM THE SEE STANDARD BOTTOM SHALL BE INSTALLED IF V IS 4'-6" o DRAWING OR LESS.ALL STEPS SHALL BE ANCHORED NOT LiT A T NO.C8109,SPECIAL LESS THAN 4" INTO THE WALL OF THE BASIN. e CONNECTIONS. ti 6. CURB,GUTTER AND LOCAL DEPRESSIONS SHALL . ? SECTION A—A BE CLASS "B" CONCRETE. 106 ]. SEE STANDARD DRAWING• FOR WALL &epol Ess, FLOOR STEEL REINFORCING, RNERSIUE COUNTY PL000 CONTROL ° AND WATER CONSERVAl1pN p5T0CT CATCH BASIN u 3 m • No.}2336 ¢ E.P. 13-]t-O6 i rwrzuvEP et:. NQ.1 97 CNR p2 Cx E e°p�nL`Eo A<Te. JPN to zoos X.E.w.ssne STANDARD DRAWING NUMBER C8100 • • • L.A.C.F.C.D.No.2-088 VMVHLE VMQLE i T I i T T i NORMAL C.F. c I �OPSIDEENPN� r BSIDA NG� SI E NORMAL C.F. II� OPENING BASIN BASIN FLOW STR.GR. Pfl� ALL CURB FACE r 4 _ GR I EOVAL SLOPE BREAK LINE m S�G STRAIGHT GRADE vl Imo—STRAIGHT RARE SEE NOTE 2 EXPANSION SEE NOTE 2 JOINT MATERIAL CASE A H T w T /CATACH BASIN OPENING / NORMAL CURB FACE - 4" GUTTER FLOW LINE NORMAL C.F. 6' SIDE 3' UNLESS OTHERWISE SPECIFIED OPENING ROUNQ OFF TOP OF CURB-, BASIN GUTTER DEPRESSION A FLOW STR.GR. TR.GR. oaE 4'-0" SECTION H tl,'I G� WARPED Jf a ZaaGtsl GUTTER -P NORMAL C.F. NOTES SEE NOTE 2 I/x" EXPANSION JOINT MATERIAL SEE NOTE 2 I. 'LOCAL DEPRESSION SHALL BE CASE B OTHERWISE CASE B SPECIFIED ON GENERAL PLAN. 2. ELEVATIONS AT OUTER CORNERS SHOWN ON MEETING EXISTING CURB T w T GENERAL PLAN.IF NO ELEVATIONS ARE SPECIFIED, THE OUTER EDGE OF LOCAL DEPRESSION SHALL NORMAL C.F. R' SIDE 6' NORMAL C.F. CONFORM TO FINISHED STREET SURFACE. OPENING 3. A- 4-UNLESS OTHERWISE SPECIFIED. BASIN T- SEE STANDARD DRAWING CB-100,NOTE I. W- SEE STANDARD DRAWING CB-100,NOTE 1. 4. WHERE NO CURB EXIST,CURBS SHALL BE FLOW STR.GR. STR.GR. FLOW CONSTRUCTED BETWEEN ENDS OF LOCAL SJ 1. DEPRESSION.CURB SECTION SHALL CONFORM TO �1 GfLPGr` WAR ED R,vOy k4e)• SEE NOTE 2 THAT OF CONTROLLING AGENCY. W t J .4a�G� GUTTER Oq�F 5. DEPRESSION SMALL BE CLASS "B" CONCRETE SEE NOTE 2 /r EXPAN510N aeao ess"o.,�., JOINT MATERIAL �6e�N 2<C p RIVERSERE COUNTY FLOOD CONTROL CASE C AND LOCAL DEPRESSION — 32336 m WATER CONSERVATION OISTRICT CATACH BASIN OPENING - E.R. 12-v-a a VPROVEO fir: NO. 2 NORMAL CURB FACE + 4" # # UNLESS OTHERWISE SPECIFIED °rf u`�I cn�coo-a` cei NaNL6 , oa6: s 2Doa R.CL.NO.32336 STANDARD DRAWING NUMBER LD201 • #4@ 12" • L CLASS "A" CONCRETE L/2 TYP. I (c'= 4000psi P. TY • N I ~ P. • 1 I 1 I 1 I / • 1 1 I 1 NEW OR 1 I o EXISTING PIPE. 1 /1 / Nf y 1 1 / OR 1 I / nziST/NG FLOW 1 I / W D L T / 12" 1.0' 4" . A 78" 1.0' S" • a 24" 1.0' 1 6" • *4 @ 12" 36" 1.5' e.. • 3 -# 4 CIRCULAR TIES 48 f 5 10 57" I.S. 10" • NOTES 60" 1.75' 11" I. A CONCRETE COLLAR IS REQUIRED WHERE THE CHANGE IN GRADE EXCEEDS • 0.10 FT.PER FOOT,OR IF CHANGE IN ALIGNMENT EXCEEDS 0.10 FT.PER FOOT, 66" 1.75' 111' 2. IF THE EXTREME ENDS OF THE PIPE LEAVE A CLEAR SPACE THAT IS GREATER • THAN I",BUT LESS THAN 6",A CONCRETE COLLAR IS REQUIRED (SEE DETAIL A THIS SHEET). IF THE CLEAR SPACE IS 6" OR GREATER,A TRANSITION STRUCTURE IS REQUIRED. • e4- 3. CONCRETE COLLAR SHALL NOT BE USED FOR A SIZE CHANGE ON THE MAIN LINE. C[f • �$oq f�S 4. WHERE PIPES OF DIFFERENT DIAMETERS ARE JOINED WITH A CONCRETE COLLAR, Of • L AND T SHALL BE THOSE OF THE LARGER PIPE. D=DI OR D2 WHICHEVER IS GREATER. • S. FOR PIPE LARGER THAN 66" A SPECIAL COLLAR DETAIL IS REQUIRED. • 6. FOR PIPE SIZE NOT LISTED USE THE NEXT SIZE LARGER. / 7. OMIT REINFORCING ON PIPES 24" AND LESS IN DIAMETER AND ON ALL PIPES WHERE ANGLE A IS LESS THAN 10'. • 8. WHERE REINFORCING IS REQUIRED THE DIAMETER OF THE CIRCULAR TIES SHALL • BED t (2 % WALL THICKNESS) * 8". INTERIOR SURFACE OF PIPE • 0 9. WHEN DI ISEQUAL TO OR LESS THAN D2JOIN INVERTS AND DETAIL "A" TYPICAL JOINTJOT FOR yn WHEN 0115 GREATER THAN D2JOM SOFFITS. REINFORCED CONCRETE PIPE a." 10. PIPE MAY BE CORRUGATED METAL PIPE,CONCRETE PIPE,OR V DELL REINFORCED CONCRETE PIPE. • �ti as RIVERSOE CWNTY FLOOD CONTROL CONCRETE COLLAR WATER CONSERVATKM OGTRICT FOR No.32336 PIPE 12 INCHES THROUGH 66 INCHES . 9f CIV II PP CX xCME f°f CPUF° ..E AO/i15 2004 RC.E,N0,M336 STANDARD DRAWING NUMBER M803 • • • • SYM. ABOUT ¢_ SEE HINGE DETAIL • F �� Ai (SH. 5. 6 B 7) • 4 x 4 FILLET. TYP. (SH. 4) IIIIIIIIII IIIII 11 �-I I' TOP FRAME MEMBER SIDE FRAME MEMBER 3' IIIIIIIIII I i I I I I I l I PL 3/8 SAND PLATE CLEAR I III III I I I I I 'I 9I II 1I I I I I I((''y�I,�II� I (OCEAN OUTLETS ONLY) TI I-r-rrtrrl nT rrrl MID-MEMBER i L 3 x 3 x 3/8' • 5/8' FLAT VERTICAL BARS ® 6' OC MAX. . BOTTOM FRAME J_ ITF MEMBER • MID-BUMPER, SAME i x<� NOTES: • SIZE AS BOTTOM A I. FOR FRAME MEMBER SIZES. 12 TZ FRAME MEMBER— ,N SEE TABLES I B 2. SH. 3. L• 2. FOR GENERAL NOTES. SEE SH. 8. THREE HINGED INLET/OUTLET BARRIER . FOR RCB LIFTING LUG, SEE LIFTING LUG DETAIL . SEE HINGE DETAIL SYM. ABOUT It A (SH. 5. 6 8 77) 12'-0' MIN. 1.1 H . � "•i �� SEE NOTE 9� h n SH. 8 r-- — -- .�J— + tsH. 4) — • - I I I I I I I I ( l� TOP FRAME MEMBERAT • SIDE FRAME MEMBER I/4 EVERY 3 IIIIII IIIIII EVERY I/4 BAR CLEAR I I I I I I 'I I Idl I +C(SH. 4) OTHER 125' m • _ LL I��J-� MID-MEMBER m_r� I y 1t I i 1 1y- '1� L3x3x3/8' . PL 3/8 SAND PLATE BOTTOM (OCEAN OUTLETS ONLY) i FRAME • 5/8' FLAT VERTICAL vx2 MEMBER BARS ® 6' OC. MAX. 'D(SH. 4) I' FOR H= 4.8 6'. FLOW F I 1/4 1 1/2' FOR H= 8'& 10' • x� Ai BOTTOM FRAME MEMBER LT2 f c W SEE BASE PLATE DETAIL ' (SH. 4) TWO HINGED INLET/OUTLET BARRIER SECTION A-A FOR RCB NOTE • FOR FRAME MEMBER SIZES. SEE TABLES 18 2, SH. 3. FOR CONNECTION DETAILS. SEE SH. 4. • AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER PUBLIC MRKS5 ANC os ING. FUSE SLOPED PROTECTION BARRIER STANDARD PLAN GREENBOOK COMMITTEE 360 - 0 . 993 WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 8 • • • • WH • 3' MAX. SIDE _SEE HINGE DETAIL CLEARANCE $YM. ABOUT ¢. G� (SH. 5. 6 B 7) \Jtl • • • • • BOTTOM \\ / MID-BUMPER SAME FRAME �� SIZE AS BOTTOM MEMBER W G FRAME MEMBER F FRONT ELEVATION NOTES • 1. FOR FRAME MEMBER SIZE. • ADD 4-•5 BARS 2SEE TABLE I. SH. 3. . FOR CONNECTION DETAILS in 20' LONG SEE SH. 4. • Z P • • 25. _ . RCP • I FLOW • 1 o z SECTION G—`j SEE BASE PLATE DETAIL (SH. 4) RCP OUTLET PROTECTION BARRIER • • AMERICAN PUBLIC WORKS ASSOCIATION-SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN 360 SLOPED PROTECTION BARRIER 200 • • • O TABLE I: INLET/OUTLET SLOPED PROTECTION BARRIER 33 BOX SIZE N W z H NO. OF HINGE VERTICAL BAR TOP FRAME SIDE FRAME BOTTOM FRAME 0 o N (FT ) HINGES SIZE SIZE (INCHES) MEMBER SIZE MEMBER SIZE MEMBER SIZE . - < vi o= 4.x4 2 12' Izl/2 C 40.25 C 4x7.25 TS 2x2x.250 w z 4x6 2 12' 2xl/2 C 4.7.25 C 4x7.25 TS 2x2x.250 • o -a a 4x8 2 12' 3al/2 C 5x9 C 5x9 TS 3x3x.250 t a N N m w wow 6x4 2 IS' Izl/2 C 4.7.25 C 4z7.25 TS 2x2x.250 . �� oomo 6x6 2 18• 2zl/2 C 40.25 C 4x7.25 TS 2.5x2.5x.250 w f-w m 6x8 2 18' 3xl/2 C 5x9 C 5x9 TS 3.5x3.5x.250 • na oow m a m F w g 6x10 2 18' 4 I/2zl/2 C 6x10.5 C 6z10.5 TS 4.5x4.5x.250 0 3 m W N 8x4 3 12' Ixl/2 C 4x7.25 C 4x7.25 TS 2x2x.250 ox w o o i 8x6 3 12' 2xl/2 C 4x7.25 C 4x7.25 ITS 2.5x2.5x.250 m r W, N 8x8 3 12' 3xl/2 C 5x9 C 5.9 TS 3x3x.250 w a =w o w 6x10 3 12' 4 1/2xl/2 - C 6x10.5 C 6x10.5 TS 4.5x4.5x.250 J Nm"' IOz6 3 18' 2zi/2 C 4x7.25 C 4x7.25 TS 2.5x2.5x.250 ow JnQ p a o z l 3 IOx8 3 18' 3xl/2 C 5z9 C 5x9 TS 3.5x3.5x.250 I\-= owwo IOx10 3 18' 4 1/2xl/2 C 6xIO.5 C 6zIO.5 TS 4.5x4.5x.250 w N N Z,2 z J aw =a 12x6 3 24• 2xl/2 C 5x9 C 5.9 TS 3x3x.250 o a w- x 12x8 3 24• 3xl/2 C 5z9 C 5z9 TS 3.5x3.5x.250 3 m- �wW _ aN mow, 12x10 3 24' 4 1/2xl/2 C 6x10.5 C 6x10.5 TS 4.5x4.5x.250 • w z a Zlo o w, 14 z6 3 24' 2zl/2 C 5x9 C 5x9 TS 3x3x.250 14x8 3 24• 3z1/2 C 6x10.5 C 6xIO.5 TS 4x4x.250 a w1-o 14x10 3 24' 4 1/2xl/2 C 7x12.25 C 7x12.25 TS 5x5x.250 . F TABLE 2: OCEAN OUTLET SLOPED PROTECTION BARRIER = BOX SIZE NO. OF HINGE VERTICAL BAR TOP FRAME SIDE FRAME BOTTOM FRAME r W x H HINGES SIZE SIZE (INCHES) MEMBER SIZE MEMBER SIZE (F T.) MEMBER SIZE • 3 � 4z4 2 12' 2 I/2x5/8 C 5x9 C 5x9 TS 3x3x.250 0 4x6 2 12' 3 3/4x5/8 C 603 C 6x8.2 TS 4x2x.313 x • F' 4z8 2 12' S 1/4x5/8 C 8x18.75 C 8x11.5 TS 6z2x.250 3 6x4 2 18• 2 1/2x5/8 C 6xl3 C 6x8.2 TS 4x3x.313 • ¢ 6x6 2 18' 3 3/4x5/8 C 6x13 C 6x8.2 TS 4x4x.500 w • ¢ 6x8 2 18' 5 1/4x5/8 C 8x18.75 C 8x11.5 TS 6x4x.375 a 6x10 2 I8• 6 1/2x5/8 C 9x20 C 9z13.4 TS 7x4x.375 . . m z 8x4 3 12' 2 1/2x5/8 C 5x9 C 5x9 TS 3x3x.250 0 8x6 3 12• 3 3/4x5/8 C 6x13 C 6z8.2 TS 4x3z.250 r u 8z8 3 12' S 1/4x5/8 C 8x18.75 C 8x11.5 TS 6x2z.250 w ~ 0 8x10 3 12' 6 I/2x5/8 C 9z20 C 9x13.4 TS 7z3x.250 • IOx6 3 18' 3 3/4x5/8 C 6z13 C 6x8.2 TS 4z4 z.313 a . wa IOx8 3 18' 5 1C4x5/8 C 8x18.75 C 8x11.5 TS 6x4x.313 F a IOxIO 3 18• 6 1/2x5/8 C 9x20 C 9x13.4 TS 7x3x.313 ow 12x6 3 24' 3 3/4x5/8 C 7xl4.75 1 C 7x9.8 TS 5x4x.313 • z m 12x8 3*24- I/4x5/8 C 8x18.75 C 8x11.5 TS 6x4x.375 a¢ w a 12x10 3 1/2x5/8 C 9x20 C 9x13.4 TS 7x4z.375 N V m w �p 14x6 3 3/4x5/8 C 8x18.75 C 8x11.5 TS 6x4x.375 J X z m oa 14x8 3 1/4x5/8 C SA8.75 C 8x11.5 TS 6x6x.375 a mw ~ 14xI0 3 1/2x5/8 C 9x20 C 9x13.4 TS 7x5x.500 AMERICAN PUBLIC WORKS ASSOCIATION-SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN 360 - 0 SLOPED PROTECTION BARRIER SHEET 3 OF • i i 3• I 3• fE I • _ 4 x 4 I- 3 .. I .• .� 3 .. i FILLELCL3EAR (TYP. (TYP. v \ F.. ADD 4-x5 BARS d x y E 20' LONG. BOTH WAYS (IN.) (IN.) (IN.) SECTION E—E • 5 2 1/2 3 1/2 6 • 6 3 4 1 1/4':I6 1/2' EYE BOLT. 7 3 1/2 4 1/2 SEAL WITH ASPHALTIC TOP FRAME BOND BREAKER SO BOLT MEMBER 8 4 5 I/4. CAN BE REMOVED AFTER CONCRETE CURES 9 4 5 ---- PL 11/2'x9x0'-9' 9. HINGE CLEARANCE DETAIL F? ?F BURN AND GRIND I SIDE i IB OLT OLT HOLE FOR ---- FRAME MEMBER - 5' SECTION B—B (sH. o LIFTING LUG 4�) DETAIL • SECTION F—F 5/8' VERTICAL BARS MID-MEMBER i ® 6' OC. MAX. L2x2x3/8 • \ BOTTOM FRAME MEMBER EVERY ——— ___--- OTHER 1-12 I/4 \ � BAR • TYP. /4 EVERY BAR PL 3/8 SAND PLATE irr—END WELDED TO SECTION C—C (SH. 1) FLANGES AND WEB OF t0 \� SIDE MEMBER I• FOR H= 4' 8 6' BOTTOM FRAME 1/4 N I I/2' FOR H= 8 5. 10' MEMBER PL 1/2 x 4 x 0'-8' i n I I I STAINLESS STEEL. i I I TYPICAL 3/4'0TYPIC z 5' LONG MEMBER SIDE 1/4 ANCHOR BOLT. TYP. — -- -- FRAME i BASE PLATE DETAIL (sH. 1 8 2) SECTION D—D (sH. I) • 7UBLIC WORKS ASSOCIATION-SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN r 360 - 0 SLOPED PROTECTION BARRIER SHEET40F8 • PLATE 0. SEE 1 1/4' SHEAR PIN. PLATE 0 DETAIL 1.0 BOLT STAINLESS STEEL 2.0 DOUBLE EXTRA STRONG STAINLESS ADD 4-•5 ;h o PL 1/2. 2' STEEL PIPE BARS 20' - STAINLESS i J LONG. BOTH i STEEL 3/16 WAYS :.: f TYP. STD.PI I 3. in • PIPE SLEEVE (TYP.1 .' o.t. NUT a PLATER I WASHER SOFFIT t z SEE DETAIL 'A' — rH r = SEr E SH.4 • SEE _ — SECTION H—H DETAIL 'B' in PL 1/4 x 1 1/2 • x 0'-1 1/2' 3' 6' 3• SHEAR PIN DETAIL 'B" 12" HINGE DETAIL (SH. Ia2) • PL 7/8 x 6 x 0'-9'. i STAINLESS STEEL. PLATE R t+ PLATE R J?T }J 1 vz 6• ; 1 1/2• SOfFIY l � � � � TYP. 3/16 i -- _—r- PL I/2 3/16 TYP. • 1/2' f-• 2'0 DOUBLE EXTRA • (TYP.) I STRONG STAINLESS - STEEL PIPE i DETAIL "A" SECTION 1 -1 i 6. • 3' 3' � _ I 1/1610 _ HOLE. TYP. • �' eo m io SECTION J—J PLATE Q DETAIL AMERICAN PUBLIC WORKS ASSOCIATION-SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN SLOPED PROTECTION BARRIER S - 0 SHEEi50F8 • • • PLATE S. SEE 1'0 BOLTS 2' 0 DOUBLE EXTRA i PLATE S DETAIL STRONG STAINLESS STEEL PIPE ADD 4-•5 2' • BARS 20' 1 1/4' 0 SHEAR o'X 5/16 i LONG. BOTH STAINLESS STE TYP, WAYS I'0 STD. PIPE • SLEEVES o 1 I TYP. PL 5/8 . PLATE T �� .a ? + NUT 8 WASHER • SOFFIT a SEE DETAIL 'C' K . 4 SEE DETAIL 'D' _ —____-- _ SECTION K—K ———— ——————— ~K • PL 1/4 x 1 1/2 4 1/2' 9' 4 1/2' x 0'-1 1/2' SHEAR PIN 18" HINGE DETAIL (sH. I a 2) DETAIL "D" PLATE T 4L 7/8 x 9 x 0'-9' Mf ?MPLATE T 1 1/2' 6' FPL 1 1/2' TYP. 5/i6 v ri N SOFFIT �-• PL 5/8 L F-5/16 2' 0 DOUBLE EXTRATYP. • I/2' (TYP.) STRONG STAINLESS + . STEEL PIPE DETAIL T" SECTION L—L i PL 7/8 x 9 x 0'-9' • 1 1/2ni 6' I I/2' I I/16'0 . HOLES. a TYP. _ ;D m ZD m • 1 1 N SECTION M—M PLATE S DETAIL [ AMERICAN PUBLIC WORKS ASSOCIATION-SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN • 360 - 0 SLOPED PROTECTION BARRIER SHEET 6OF8 i i • PLATE U. SEE 1'0 BOLTS 2 1/2. 0 DOUBLE 3• PLATE U DETAIL EXTRA STRONG PIPE . 5/16 TYP. • ADD ; en o 1 SHEAR PIN 20* BARS 20' A . STAINLESS STEEL j LONG. BOTH o . WAYS o M i I.0 STD. PL 3/4 PIPE 3' u SLEEVES I (Qyp,I NUT a PLATE V WASHER SOFFIT X i N Q � SEE DETAIL •E'--- ————— —f-= >i SEE _ _______ _ SECTION N-N DETAIL 'F' M . __—_ ___—_-- i ~N i PL I/4 x 2 6' 12• 61 x 0'-2' SHEAR PIN 24" HINGE DETAIL (SH. I a 2) DETAIL "F" PLATE V .0 PL 7/8 x 12 x 1'-0'. PLATE V • Pf fP 3' 6' 3 TYP. 5/16 SOFFIT v y I rn PL 3/9 0 I/2' (TYP.) 2 I/2' 0 DOUBLE +F+TYP. EXTRA STRONG PIPE DETAIL "E" SECTION 0-0 i12 PL 7/8 x 12 x 1'-0' I I/16'0 . HOLES. TYP. n • M 0 ry • M M A i • SECTION P—P PLATE V DETAIL AMERICAN PUBLIC WORKS ASSOCIATION-SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN 360 SLOPED PROTECTION BARRIER 700 • i • • • NOTES I. WHENEVER RCB SIZE FALLS BETWEEN SIZES SHOWN ON THE TABLE. • THE NEXT LARGER SIZE SHALL BE USED. 2. ALL FRAME MEMBERS SHALL BE ASTM A 36 STEEL OR BETTER. • 3. ALL HINGE ASSEMBLIES AND BASE PLATES SHALL BE STAINLESS STEEL. • 4. THE CONTRACTOR SHALL MAKE ANY NECESSARY MODIFICATIONS TO ALLOW FOR THE SIMPLE REMOVAL OR INSERTION OF HINGE PINS IN • ORDER TO INSTALL OR REMOVE THE PROTECTION BARRIER. ENDS OF HINGE PINS SHALL BE THREADED IN ORDER THAT NUTS AND LOCK WASHERS WILL BE FLUSH WITH THE HINGE PIPE. THREADS i BEYOND THE NUT FACE SHALL BE DAMAGED TO PREVENT REMOVAL. • 5. ALL FRAME MEMBERS SHALL BE GALVANIZED AFTER FABRICATION. 6. IF FIELD WELDS ARE NECESSARY, GALVICON, GALVALLOY OR AGENCY APPROVED EQUAL SHALL BE USED FOR COATING. 7. MID-BUMPER SHALL BE USED FOR 3 HINGED BARRIERS. 8. ANY DEVIATIONS OR MODIFICATIONS TO THIS STANDARD SHALL BE APPROVED BY THE AGENCY. 9. AT OCEAN OUTLETS OR WHEREVER THE TOP SLAB SERVES AS A PUBLIC WALKWAY. THE TOP SLAB THICKNESS SHALL BE INCREASED BY 3" IN ORDER TO PROVIDE A RECESS FOR THE HINGE TOP PLATE. THE RECESS SHALL BE BACKFILLED WITH GROUT AND SMOOTHED AS � • SHOWN. 10. PROTECTION BARRIERS FOR RCB CONDUITS SHALL BE SLOPED TO SWING OPEN IN THE DIRECTION OF FLOW. II. MEMBERS SHALL BE SELECTED FROM TABLE 1 UNLESS OTHERWISE • NOTED. 12. DESIGN LOADS: . A. INLET/OUTLET: BULKED EFD = 85 PCF B. OCEAN OUTLETS: • 1. 1800 PSF @ SAND PLATE AREA • 2. 600 PSF @ LOWER OPEN AREA • • • AMERICAN PUBLIC WORKS ASSOCIATION-SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN 3600 SLOPED PROTECTION BARRIER 80 • • NOTICE OF INTENT NPDES I. DESER TASK FORCE TO COMPLY WITH THE TERMS OF THE RSIDE COUNTY MUNICIPAL STORM WATER PERMIT FOR STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITIES ORDER NO. 117-2008-0001 (NPDES NO.CAS617002) CAUFORNIA REGIONAL WATER QUALITY CONTROL BOARD-COLORADO RIVER BASIN REGION MARK ONLY ONE ITEM 1. ❑ New Construction 2 ❑ Reconstruction 3 ❑ Change of Information for WDID# . I. OWNER Name Contact Person • • Mailing Address Title • city Stat LP Phone e - (a) 11. CONTRACTOR INFORMATION Name Contact Person Local Mailing Address Idle sCdy Stat Zip Phone e • Ill. SITE INFORMATION ffPr"qedTMe She Address Stet zip Phone e ent aam: (Month/Day!Year) C. Projected construction completion date: (Month/Day/Year) _ s D. Type of Work Q Utility. ❑ Flood Control ❑ Transportation ❑ Other(Specify) E. Total size of site: Desorption of Work Acres s • b IV. RECEIVING WATER INFORMATION r2. the storm water runoff from the construction ace dkdu W to(Check as that Wy): ❑ Indirectly to waters of the U.S. - ❑ Storm Water Conveyance system-Enter owners name: • ❑ Directly to waters of U.S. e.g..river,lake,creek,stream,bay,ocean,etc.) • V.IMPLEMENTATION OF NPDES-PERMIT REQUIREMENTS A. STORM WATER POLLUTION PREVENTION PLAN(SWPPP)(mark one) R. MONR0 NG PROGRAM (MP) (madk one) ❑ NIA ❑ A SWPPP has been Prepared for this tadtily,and le available for review ❑ A MP has been prepared for this facility and is available for review ❑ A SWPPP will be prepared and ready for review by(date): / / ❑ A MP will be Prepared and ready for review by(date) VI.VICINITY MAP must show site location in relation to nearest waterbodies,named streets,intersections,etc. • Have you Included a vicinay map witb this submafal?........__......_...._...._......................... ...... .._.._---- .......... _.............. ..._.......... ............... .................. ❑ YES ❑ NO • The distance between the project site and Its nearest waterbody Is approximately • VH.CERTIFICATIONS • 'I certify underpenalty of law that this documept and allattachments were prepared under my direction and supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the systdfrl,or those persons directly responsible for gathering the information,the information submitted is,to the best of my knowledge and belief, • tone,accrete,and complete. I am aware that there are significant penalties for submitting false information,including the possibility of fine or imprisonment In addition,I certify that Section E.5 of Order No.RT-2008-OD01,including the development and knpfementation of a Storm Water Pollution Prevention Plan and a Monitoring Program Plan,will be complied with.' 0 Printed Name: . Title: Signature: Dom: • 79432 s s • NPDES CAS617002 Order No. R7-2008-0001 ATTACHMENT B — NOTICE OF TERMINATION PDES ' DESERT TASK FORCE TO COMPLY WITH THE TERMS OF THE RIVERSIDE COUNTY MUNICIPAL STORMWATER PERMIT FOR STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCDON ACTIVITIES ORDER NO. R7-2008-0001 (NPDES NO. CAS617002) I. OWNER CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD-COLORADO RNER BASIN REGION Name Contact Person Mailing Address Title City State Zip Phone II. SITE INFORMATION A. Project Title Site Address • City State Zip Phone • B. Contractor Name Contact Person Local Mailing Address Title City State Zip Phone • Ill. BASIS OF TERMINATION _1. The construction project is complete and the following conditions have been met(Provide photograph of site to support the basis of s termination) ✓ All elements of the Storm Water Pollution Prevention Plan have been completed., ✓ Construction materials and waste have been disposed of property. ✓ The site is in compliance with all local storm water management requirements. ✓ A post-construction storm water operation and management plan is in place. . ✓ All disturbed areas have been stabilized by the following method. (Attach additional sheet if necessary) _2. Construction actrvdles have been suspended,either_temporarily or_indefinitely and the following conditions have been met. ✓ All elements of the Storm Water Pollution Prevention Plan have been completed. ✓ Construction materials and waste have been disposed of property. ✓ All disturbed areas and other areas of potential Erosion are stabilized. i ✓ The site is in compliance with all local stone water management requirements. Date of suspension_/_/ Expected start up date •IV. CERTIFICATION — 1 certify under penalty of law that all storm water discharges associated with construction activity from the identified site that are authorized by Section E.5 of Board Order No.R7-2008-0001 have been eliminated or that I am no longer the owner of the site. I understand that by submitting this Notice of Termination, 1 am no longer authorized to discharge stone water associated with construction activity under Board Order No. R7-2008-0001, and that discharging pollutants in storm water associated with construction activity to waters of the United States is unlawful under the Clean Water Act where the discharge is not authorized by a NPDES permit. I also understand that the submittal Of this Notice of Termination does not release an owner of liability for any violation of • Board Order No.97-2008-0001 or the Clean Water Act. • Printed Name: Tine: Signature: -ate: WV. REGIONAL WATER QUALITY CONTROL BOARD USE ONLY JThis Notice of Termination has been reviewed and approved. Primed Name: _ Thle: Signature: Date: WILE OF TERMINATION I CITY OF PALM SPRINGS CITY WOJECT 09-10A ,ND TNR V CINYUN XAy Tmc scn •• __ av6aS�x'[IXuh I PWI k WMFlIE ] E flYtryTO.W �111\ ,{ SLOPED PROIECTNNI BARRIER Dd 0 ON. I l� QMOT SPR/NaS Wb^ P/LY SPPoNC$ �T NIM"'1T0XM NNPONT £CT SITE R.C.F.C. & W.C.D. STANDARD DRAWINGS ]¢ SM AT IRIMEh5 H/AM s , W 201 LOGLL OEPRFSSKIN Na.Y 2 v� - ~"� CB 100 CAPUiONO EtE ft. 1 2 I AI100BOE CONCRETEN ft. 1I 2 $ u E NAA01H RD ��� Pf�l01L.MaD ,ram t� APWA STANDARD PLANS GY fJ D A � � vnAux 380-0 WIPED PROIECTIDx BAPoiINt SA E YFSO In AYE N INDEX MAP I � Nrs �y ACIMTY MAP u TUTS GENERAL NOTES 1.ME COMRALTM SHNL OMEOWT TIE FlDOD OMMOL INPRWEMCH9 SHOWN ON ME OPAWINGS N 11. Y Is ME DO,M OF ll E 01,OITM BARNS MEASURED FROM Me TOP OF CURB ro VAERF 01, C01SiMWWCE W1M THE REOIMRNQII9 W THE RNER4DE CWMY FLOOD IXAViPOt AND WATER CDNSEWAWN CpM1ECiOR PIPE DI41RMY3 M.O.U.ETANONVO SPECIFICATIONS GATED SEPIFT 198A,AND DESIGN LlAME4l SWII.AD S A DRAWINGS DATED N,2004. 12,UTO4 BAI EIINL BE IAGTF4 m MAT L DEPRESEION SIMLI.BEGIN AT"WHO ORS RETURN J .Misss OTrtRMBE SPECIFIED. 2.ALL SOMpNING REFERS M COIIQtlNE OF(ZNSMUCIION UM.E93 O)IEBNSE NOT,,. 13.ALL dMBs.IRRIOS,EDEWMI6.OMh11AY3 AND OREA EMSRNG IIIPROYEIIORS ro BE 1 WRINO CDON NSPECIIUJ MLL U PEAFDW/ED By TK ON W PIIL RFfAY41RUC1ED IN WO AND AT THE WE Ei£UM Nb IDUTION AS THE EXISTING IMPRd GNTS UM W ME PRIOR MMWS L NWT AT)80/JRJ-BR51 THE CITY MIST BE NOiITED ONIFRW6E NOTB. ONE WEEK%00R T1 CMSIMN:HpN. 14.MANAGE MuEss45 CNJID FOR ON ME%All A PROFILE SNALL COMFORY ro 0.4EC,h W.44 M. 4.MATN)WNG fOfl UTBV3 ANO CNWEf10R RPE REFER 101HE CENIRIWIE IIIE10'EM101I NA1KKLs. OaAW1W IIHILC4 O2HFRWSE N0TE0. 5.FOMY-EIGHT HONE BEFORE EXON ATON,C UEEPONONID BENI MEAT 1-800-227-26)0 fa THE COMRRCroB S REONREO TO CALL ALL UTILITY AOEHCIFS REG>NJOHO TDIFORIR!SHORING AND SUPPORT ROIMEYORS FOR THE VAROLKI UIIIEIY.INES SMWN ON THESE PUNS. S.OLL EIEVAlN11&SNONN ARE N FEET N!D DECWMS MEYW BASED ON US.C.6 CS UTIY. 18.DURING ROOM GRAdMO WEAAMNS AND INUM TO COISIRIIC M OF PERIMNENT DUNNAGE ).ALL OTIOSS 5EOTIOM ARE TANEN LUONNO BONNSTRUµ SMUOTURfs.TNPORORY DRNNWE CONTR0.SHOND BE PRT10E0 TO PREVENT I'MONG WATER AND DAWA E ro A4wE0'PRWOTEa a FIEVATONs W NIUNES ARE NRTDWw1E LN11LS5 OTHfRIYIY MTED. 17.APPINEER F THEY PUNS BY ME E OUT W PMAI (NORM.OFFS NOT RELIEVE RE MUIR QtlINEflI N BIM OF W N E ENGINEER TO N OE m IF FIEID CNV%S4 MF NEOIMED.rt VNL BE 9. SNBAR 5 REMBS TAOM ME pRRND W P,VB S NLEDREoOI%L W FTASTNIG GAVFRIa PPES OR TIE RF9TRACTORY W THE URE A FNOIINTS R LIARE TIE NECESSMV CORRECTIONS. EIMNN!SIxUCNRFS TO Y I4WCOHEO S4ML Y SFNID WITH 8'OF CLASS'B'CONCRETE. 1B THE CONTRACTOR SHUN SECURE ALL PEBWM REWIRED FOR TIIS PROJEW PRIOR TO TIE 10.BODIONGMNTRE pIS 'MIN IE58 THW TAD FEET DO CGYER D 2- CONFORM TO L09 ABRO C N M NENEE CGMIENCFIEM W/Jll'��. COMROL DISSHA OONFMO DRMWNGE INOO MO. AND WIE, FOR CONCREE BKNFBL IN IPFNNIES,ALL OTHER MPE SHAM CONFORM ro RCFCBWCO 510.DWG.N81a F&GINEERING n ra— BOON 4YM0 BASIS OF BUPoHG`.BRA4 cAN ON THE SOMHFASBAly TE BA4I.4 GF MANIC FOR THIS w.� CURB RETURN W FRONTAGE NO AT SMEETISME CENiERLMEOFNNISMRIY WAY.THEN As SVNRSE WAV.DEED.L-3 RESET 1B)] N MAW N PERCTY Y PMY SPINNOS. PER W 204/21. s N""' mom..�� CITY OF PALM SPRINGS �0"B PAW SPRINGS 7 m��'°- weucROTE¢ RMAON ROAD ORNNAGE INIPROVETAENT - 21-FOOT CATCH a4SINIWVWIG w:M' AND SIAPED PROlEC110N BARRIER R.CE hNwi SX[B N]. TIME sHEE! 7 w 4 1 fWSIWG CROUM Y -. OLL MU163 CRa9AN0 OR PNtLL4E1.WU 410 Q,SIORN pRNN - TN[WE IN6C OT(AY6E NOIm 405 C� -_ 0420'301le EwsOck RCV CI N sW.= 400 [ C: cAwc _ E RNYUN lwn.. EX161wC aRwsp e $-STORE 0PlY1 _ .._....- ... 41O 100A0 30'k l9'EwH,i x RCP 1?L F SRO dYf IIrr 405 PROFILE - IEAA 10 e J 2 Mx4LlA=Jry. B00 400 200 0 200 400 800 01 E—,O!ll¢xYptWf aNs PMwwa ��,j� DRIVEWAY SHOPPING CENTER ®EXImNO cAm wr 4 y m12 cavlRa4°"T�` ; ®"mm GTCN sow a> 1 ` � M.n�inolr Gm1 e�mi ro.! Pm xace9.cs F. _. 1 _ I: sQ Exlmxa x4-nai 5 RCP Is ®mEEwnm.mi(cm Nw mAN el In-1xCM Mamazr LOGL OFPRb50N PFR RCFOYNCO Sf0.p0. n _ / ca 13✓ � j PRpiE4 w 3i0 "W 4 IFIRIFU WX CU.YERT pALE N OB30 _ 0 "''1191 •' �••���. .ae{ -^.',. 1'_• O PIWIEC!W IR10E FtSiRIC CgIWA15 ^" NN'Yl H1Y O91431 W T �_•� o ElEVA '! JS 93- f]L r ® co EcT MY 9P.W v io.Rme PTm RCP TO t > 5 b 3 Y" R4 3, L 1#'s. t E - ➢s -- FlamNa GTCH 8V W -. �NwO ♦^-+- — - -f _ �•a -f s _ -,. E 2�w w ONE - RH m w Omm ocaw, CT OsOi1SETE ctc V PEfl RC m RAMON ROAD PLAN REY1r WRK a56 Oi OEMWC: U a 4 y 9RA55 CW ON WiE$WIXGi=FRET 1NE BNSis a 3EiH,w NR THIS �iw. CURB RETURN P`rNJVi.ICE Rp AL $I EEE1 5 THE L=Il:EAY.IhY„Y i THE wIERSFC OE Cf-N RO RO 197E SUNftSE WAV,T.V(EN A$ un� xV® .T VNRISE Y[4Y.9E$C,L-]FESET 19)3 M p'a342''N PER CITY OF Mm SHMN05. PER PM 204/2'. HOFIIFO T& IID 10ERTM� N��16 TgMfOR E Opp]x NOT SHOW am m ! CITY OF PALM SPRINGS _, .— '�" - _ Pa.M SPRINGS I{ IWI .bl �"`. wm:c wsR s T_. "KM ROAD URAN WPROVEMEN _ _ ao-�G wwao�rpX war '-_ I AT OARISTO CHANNEL y_Nlr 21-FOOT CATCH R451N an -�. __.__._._ _...... .. __. _ PlMI NIO PROFltE 2 cr 4 loaoo 11+W tz+W t5lav 14+00 J. Ho1c Pv{E — - a1D I ' Q— - 1 ✓]-„0 I RW ,CO'91REE! l I RW 29 p' ,i .° 11w 2sW �sD ago 4 '� -Nt "S T. ( i I �.1 1 G' - f 9:--� 1 jjl r V-_ WD 1_. _ - t 4 1 --.. I 390 • I ,2Wa6'H RCB -j _r •i -r } - r : -rRon1 sc GRDuw ' ) 1 I r I t- f r -: SECTION AT STATION 13+50 �___...1 .�__..1.._t_ •2 1 a- 7 xovr.n- FROM VA 12+71 1D VA 1W00 R/W - -- !� - - —�� a SUNRISE WAY N IIIffS 1 HIGH SLO INSTALL tY WIOE%8' PED PROTECTION ' - BARRIER(SEESHT I). --.—•- —id N - -W -R/W o i s � f / ' /,if CURVE DATA TABLEH TNNBR D' zD• a z]za'ze• u.ao• la]s 9az' q f�� r •% . ® PLAN B a�m'm• eaoo as.s9 ]z5c o.n 4-ua rmmm r IAaWO BASK OF fiF1T1NG GP OI!xIR Sp1RIFA41FN.r TIE 0'.ffi OF BFMWO FOR Ills ]1 B RETIRN oriROND6E RD AT SIREEt K TIE OEHRTLMF of j 001503E011p11 OF RVION RD Nq $IMRKE MY.TNVT m YMY,DESC L-]RLStT IBl] N OMYY W ! QN CF PNY SPRWGS MR W MHI21. ...r M9. 2 CITY OF PALM SPRINGS sL % RW1HC wW1W Tmo o%ma Fai.Ea xa CITY OF PALM SPRINGS I PALM SPRINGS MDP O9CE9 z"I 91 STA 10+00 TO STq 14+00 Tlar•^ 3 DF4 DW 12• 1.1 N I BOTTON saes TABLE 3 - HINGES J yg yq ,rn. MEMKR 60TH N0.OF HINGE rsc �m®w �s am W.N IrIM.E4 so D j6 2p HB DEAN SEE WSUPPORT 1.2 . 1.2m 1 P 300(12 'D':;iiiiiiiiiiliiii lil YOD En Fn 1.2 x 1.3 4'.8 R 300 1P NO% X MER RWD) SAW B12! AS x o D111 I I I i i i i i i i i t uxgc a6' YENBER F.A.3/4 i3 0011M MEMBER 1.2.2-4 4.5 2 300 Y ESD f+lA7E 3 M- - TTTIu- /.8%1.P 0'M P 400 1 1.0 x." 2 460 10• E BEA10N0 PLAT!•- to%2.4 0'%0 2 440 lir ',, ` - MATCH WITH a LL.d0 0 W ) P 430 .^. 24%12 3'M' 3 703 1Y DETAIL G 2.4. IA 0'Im 3 30012 I .e.a BENMG PIA 3.0 1 Is 3'x3 3 300 1 2.4 x d0 0'%IO 3 30O 12 SECTION N N 3.0 x lA ID'%0' J 430 t NR '-NIN DIN T/0 T BARRI R 3A x 2.4 ttl 3 400 %0 FOR RCB SECTION A-A d0.3A Tmnoj j 450 E%IS IKK CM1 -iN PACE CONCRETE 12%6 RED set J74A13.1111000 14.0� 33 OD Y4 %y���.%� PL 7f3 ..12 i P•0'. W'°^"'"•ti PLCTe Y 4.2 x 24 1PxT 3 NO 34 AM TOP MEUM3' 0• 3" 4.4%SO m 14'xt 3 00D 4' 0.107,M 1 YS•M DElM A) UNBERSFDE __,- TABLE 4 - HINGE 0.1WN,Y413- 0.,2112V4• sEc-noN C-C PE 3fA CLEARANCES f ) O 2CH=HNEs) 61NOYO Typ, D X Y + c 9 >Nw a.+¢ xm T 4 • 3n4 IO2 4 41 70((Y) 2 8• 10 mm 01 )4/a. - 1Y7 2 1/Y) 90 `3 1 Y) 0.12s12wTe' (^'P.) ILIR SECTION 0-0 ( 4 ) e3Rs ( �x DEr I neE, _ ----- - y e.)�� i 1 3 MODIFIED HINGE INSTALLATION T / 711 aYK r�10 mm -EYsrvn aBl'-w-n..cE m,nuE t2'rg'Rs RccF 0]wc-9 M7 ffi Ir�'a/e') sl=cnoN o-o Pt t FOR 0.%AND Y VNLES SEE TABLE 4 sown L .i. mrsON �'� - 0.1C IBkt)j E]E LLTNL A x.uuam{s iaT N rhos w mm{1,{y�FpR Y iiI�� Lf t]C n(f a.KI ».111AiTAPIn]II.3 16vIBN.�¢• SECTION F-E OE TAIL •E• HER IDOL xs-rz sroi (TTPJ ') Wb'.r TABIE t - STANEMIT INLET /OUTLET PL 6- 4 : em mi. IV BERV, BBE ImRTS was IGFR pyTE + 0•�r u.u. t D.n ro/YI 101.10J +H Cim.10.i M)i] RA.s1a R2S.PIw� MODIFIED LIFTING LUG u.0 iii' ryi.w rY en2.metu):zs; clm.ru tw:aj rsY.sl.e nzmozW NTa xsAr]¢nArz 3N[AR 4pti u.z. cm.n1 EAN EIn.1%, ss) rsR.R.s aa3mm ua zs.n I ero].1m<w.n) cR]a wecwm> rssla:r nimn: NOT aaai 13.BID.gw.xe hi"•�'A� r ,t u.Ia i'iC a.0 omn.laa txzrs) E+m.Ioa w»T nw.s..s wsmsa S (f/2•gYY) D .e.z. rp )i.n Y.I n.a.cS� t1n.n.LmT n]%.w.e >mLC LIRE CONfMCLOR SIWl WSTNL Hrtn SFNNLESS SiEfL%B-rz (3/lb'T �. iLO.i0 e"m IR.U._I /n C W.lib C hIW C 1m a 16I 4> R IN.Il..i cALSM1'pC e�e�yli .y5"PER 2006 M R NORM NIERMBI PRODIXT 2 MR OFARME PNR DETAIL F . T '''''TTTTT n.13 1.)3'L C]m v TEA C..3]6T) E 1Bf.10.i C w B] R sl.61.i R 3.AD]50) 1 w35 C W.ICi C w l3 R 6.v w.. R i50.br]LN iECHNIPAL OUOE)Hf CONMKTOR SFWL REFER iD THE N&n i:.iA / 1il/Yf•1 HE I.LYERB TECHNIC&WIDE:FOR NtJDUCT BPFLIEIGINY6 A11D 41NWBY v 3E i II...3 A•J m.ISa C yPtgTO) c tl>t RB n 1...tl•v[ EWE DIIPMOE, pvl y..uwmus0.,®w 6ENp1 YyN: geAS qe BEARONx SE.�i CwI;;4iCw nu.wai RLa.is.i>m) ME CONRYCIgi fi NOD"ME WCBWW(DWRCT)IN -vs m xwa BBMS CM ON THE SOUTHEASTERLY THE W S BE BEARING FOR MIS SP.LC ttln H.U 1 .yEl c AI.Ri itlh6T C M2 v t5.t 410.A 311..11..6 ISM WRMNG A]LNWUY OF M M'FFIIS BEFORE BEGINNING CURB RETURN OE FROMAGE RD AT STREET IS THE CEN(fRLLNE OF LTINSIRUCTNIN.INO 6WV1 NOT MIN CONSIMICIION BEF'CRE ME INRASECTON OF RNbN flD AND SUNRISE WAY.TIWEN A$ R m.en.i 3 30.3[ IYO IN.I311 Al Clm..]a cA10.p c.'I.CMI 1311..�H.[ .a.a OBTNNWG.WMOflWTNW TO GflOCEfD. SUNRISE WAY.MC.L-3 RESET 1973 N W0642•W ]a ti ! ]1.IS 1 C R>.R C C i}I E II 1. ii2Au3 SPRINGS. PFR PCIN 2FIsuc xaRAs rcrum RINGS__.__._- __. -- :L uN ° '•u r, m cm:e=e st �la:�ax°ni�iTRnmaeL IND. L S Mm N� CITY OF PALM SPRING _ RPM PALM SPRINGS MOP .sae um M a..eceax W " / f W �."'� �«e.n,,,.n,I. - cm FxtwFFs LINE 8 6-3- _ ++a,�n.1°` / SLOPED PROTECTION BARRIER x 4 EF 4