Loading...
HomeMy WebLinkAbout06096 - DBX INC SAFE ROUTES TO SCHOOL CYCLE 8 CP 09-07 DOC # 2011-0526644 11/30/2011 08:32A Fee:NC Page 1 of 2 Recorded in Official Records County of Riverside Larry W. Ward fissessor, County Clerk $ Recorder I IIIIII IIIIIII IIII IIIII IIIII IIII IIIIIII III IIIII IIII IIII 0\00 S R U I PAGE I SIZE DA I MISCI LONG1 RFD COPY Recording Requested By And r\ \\ ExAM When Recorded Return To: �( M A L 1 465 426 PCOR NCOR SMF NCH City of Palm Springs Attn:City Clerk �Ln T: CTY UNI P.O.Box 2743,Palm Springs CA 92263-2743 (SPACE ABOVE THIS LINE FOR RECORDING USE) ` (EXEMPT FROM RECORDING FEE PER GOV.CODE§6103) RpV4. NOTICE OF COMPLETION �,� NOTICE IS HEREBY given that: 1. The City of Palm Springs,California,is a municipal corporation,organized and incorporated pursuant to the laws of the State of California. 2. 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. 3. 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). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 13th day of October,2011. 5. The name of the contractor(if named)for such work of improvement was:DBX,Inc.,42024 Avenida Alvarado,Suite A,Temecula,CA 92590 6. The public work of improvement,which was completed in the City of Palm Springs,County of Riverside,State of California,is described as follows:Safe Routes to School-Cycle 8 7. Nature of Interest:Fee Owner 8. The property address or location of said property is:Various locations within the City of Palm Springs and within the vicinity of Vista Del Monte,Cielo Vista,Cahuilla and Katherine Finchy Elementary Schools. tjw 0XVk(18 J-r 9. City Project No.09-07,Agreement Number:6096 P q CITY OF PALM SPRINGS: REVIEWED BY: `+� DATED: Senior Public Works Inspector M' hael K.Ly[az BY: C/ DATED: Director of Public Works/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. 41111 City Clerk-James Thompson Index No. 1411 SR2SL 5282 (036) SAFE ROUTES TO SCHOOL—CYCLE 8 PROJECT IN PALM SPRINGS Attachment to Notice of Completion dated 11-09-2011. The work under this project consisted of: - Sidewalk construction on Calle Santa Cruz from Sunny Dunes to Calle De Ricardo (east side) - Sidewalk construction on Frances Drive from Via Miraleste to Sunny View Drive (south side) - Sidewalk construction on the north side of Francis Drive east of Starr Road (along one property) - Sidewalk construction on the east side of Camino Real south of South Riverside (along one property) - Installation of solar powered in-pavement flashing crosswalk lights and beacons on: - Francis Drive, east of Via Miraleste -Avenida Caballeros south of Francis Drive, and - Calle Santa Cruz east of Camino San Simeon - Installation of audio and countdown signals at the following signalized intersections: - Racquet Club Road /Avenida Caballeros - Racquet Club Road / Sunrise Way, and - San Rafael Road/ Sunrise Way. - Crosswalk striping at the following intersections: - Francis Drive/Starr Road - Francis Drive/Via Miraleste - Francis Drive/Ave. Caballeros - Racquet Club Rd./Via Miraleste - Racquet Club Rd./Ave. Caballeros - Racquet Club Rd./Sunrise Way - San Rafael Rd./Sunrise Way - Calle Santa Cruz/Camino San Simeon - Calle Santa Cruz/Camino San Miguel - Calle Santa Cruz/Sunny Dunes - Calle Santa Cruz/Calle De Carlos - Calle Santa Cruz/Camino Parocela - Paseo Dorotea/Camino San Antonio - Paseo Dorotea/Camino Parocela - Paseo Dorotea/Calle De Carlos - Paseo Dorotea/Camino San Miguel - Paseo Dorotea/Camino San Simeon -Avenida Evelita/Camino San Simeon -Avenida Evelita/Camino Parocela - Camino Real/South Riverside Drive - Camino Real/North Riverside Drive - Camino Real/Sunny Dunes Road - Camino Real/Mesquite Avenue - Camino Real/Calle Palo Fierro - Calle Palo Fierro/ Mesquite Avenue - Tamarisk Road/Avenida Caballeros -Tachevah Drive/Via Miraleste e • x IIIIIII IIIIIII IIII(IIII 11111 IN1111111111111111111111111 11?�126442R �f'2 r a ' CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: DBX,Inc. Date: October 31,2011 42024 Avenida Alvarado,Suite A Project No.: 09.07 Temecula,CA 92590 Project: Safe Routes to School Cycle a Change Order No.: Two(2)- Contraot Purchase No.: 11-0727:0 Account Number: 134.4498-SOM 1344491.60264 Agreement No.: am Chances to Contract Schedule A A3 4" PCC Sidewalk -156 @$6.00/SF ($936.00) A5 6" PCC Curb 84 @$15.00/1-11F $1,260.00 A6 1' PCC Curb 121.6 @$17.00/LF $2,065.50 A7 1.5'PCC Curb 68 LF @$21.00/LF $1,428.00 A8 2' PCC Curb -170 @$24.00/1-F ($4,080100) A9 2.6 PCC Curb -70 @$28.00/1-F ($1,960.00) A10 PCC Driveway 80 @$10.00/SF $800.00 A11 Crosswalk Yellow 26 @$1.90/LF ($49.40) Al2 Crosswalk White 656 0$1.90/LF $1246.40 A13 Stop Bar White -80 @$2.50/1-F ($200.00) A17 Remove AC 163 @$10.00L/F $1,630.00 A19 Relocate Lights -2 @$150.00/EA ($300.00) A21 Relocate Sign -1 @$200.00/EA ($200.00) Sabtatal $704.50 Schedule B B3 . 4' PCC Sidewalk 284 @$6.00/SF ($1,704.00) .B5 PCC Driveway -23 @$10.00/SF ($230.00) B6 Crosswalk Yellow 142 @$1.90/LF $269.80 B7 Crosswalk White -885 @$1.90/LF ($1,681.50) B8 Stop Bar White -325 @$2.50/LF ($812.50) B10 6"PCC Curb/Gutter -21 @$20.00/LF ($420.00) B11 2.5"AC Pavement -508 @$7.00/SF ($3,556.00) B12 PCC Cross Gutter 9 @ 12.00/SF $10&00 B13 Remove AC 15 @$2.00/SF $30.00 Subtotal ($7,996.20) Schedule C C3 4' PCC Sidewalk 422 @ $6.00/SF $2,532.00 C5 Crosswalk Yellow -346 @$1.90A-F ($657.40) C6 Crosswalk White -143 @$1.901F ($271.70) C7 Stop Bar White -235 @$2.50/LF ($587..50) C10 6"PCC Curb/Gutter 9 @$20.00/1-F $180.00 C11 Remove PCC -67.05 @$3.00/81F ($201.15) 1 ORIGINAL BID AND/OR AGREEMENT r ♦ C12 Remove Roll Curb -5 @$5.00/LF ($25.00) C13 Relocate Sign -5 @$175/EA ($875.00) Subtotal $94 25 Schedule D D3 Crosswalk Yellow -181 @$1.90/LF ($343.90) D4 Stop Bar White -210 @$2.50/1-17 ($525.00) Subtotal ($868.90) Total—Contract Decrease Amount ($8,066.35) REASONS FOR CHANGES: All additions grid deductions shown above are due to the actual amount required to complete the work being more or less than the original estimate. This is a final/balancing change order. The quantities and associated costs indicated herein represent the final contract amounts. 13 working days are being added to the contract due to delays in receiving signal equipment. SOURCE OF FUNDS go G L•3S �L Account No. 134-4498-50283 will be credited in the amount of E� Summary of Costs Contract Time Original Contract Amount $391,382.50 Original Completion Date: September 16,2011 This Change Order: 48,068.35 Days Added for this C.C.O. 13 Previous Change Order(s): $7.311.92 Previous Days Added: 3 Revised Contract Amount: $390,028.07 Revised Completion DaW.. October 13,2011 I have received a copy of this Change p vai: Order and the above AGREED PRICES are acceptable to the contractor. Submitted uy Date S nlor Public Vyoft7raspector sA--^. Approved Data AL DBX Inc. City Engineer Attests Date 1 I Z OA City Clerk DistrRwtbn: Orlainal Executed Cooles Conformed-Foe Conry Contractor (1) Engineering File (1) city Clerk (1) Senior is Works inspector (1) Finance (1) APPROVED BY CITY COUNCIL 2 (A?6 vri$ APPROVED BY DEP MENrrTy{HHE�AD iylllC�. YC i� CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: DBX, Inc. Date: August 11,2011 42024 Avenida Alvarado, Suite A Project No.: 09-07 Temecula,CA 92590 Project: Safe Routes to School Cycle 8 Change Order No.: One(1) Contract Purchase No.: 11-0727 : 0 Account Number: 134- 498-50283 134- 491-60284 Agreement No.: 6096 Changes to Contract New Items: A. Add Voice on Location Message Hardware Lump Sum $3,211.92 B. Construct PCC Ramps Miraleste/Francis Lump Sum $4,100.00 Total — Contract Increase Amount $7,311.92 REASONS FOR CHANGES: A. Hardware for pedestrian push button voice messages was not included in the original scope of work. This item is for the purchase of hardware, recording of messages and installation in push buttons. B. Additional access ramps are necessary on the North side of Francis and Miraleste. The lump sum price indicated above is for removal of existing curbs and sidewalks and construction of 3 ramps, barrier curbs, sidewalks and detectable warning surface in dimensions necessary to meet ADA requirements. SOURCE OF FUNDS Account No. 134-4498-50283 will be charged $7,311.92 t ORIGINAL BID AND/OR AGREEMENT Summary of Costs Contract Time Original Contract Amount: $391,382.50 Original Completion Date: September 15, 2011 This Change Order: $7,311.92 Days Added for this C.C.O. 3 Previous Change Order(s): $0.00 Previous Days Added: 0 Revised Contract Amount: $398,694.42 Revised Completion Date: September 21, 2011 1 have received a copy of this Change City Approval: Order and the above AGREED PRICES O � are acceptable to the contractor. Submitted by lA,r a �/L�� Date Senior Public Works Inspector By � Approved by f4A Date DBBX, Inc. City Engineer Date O / Approved by S wj'� Date City Mana Atteste Date i t011 City Clerk Distribution: Original Executed Copies Conformed-File Copy Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) APPROVED BY CR COUNCIL �r�t. �i•t�.\� Abtf�b APPROVED BY DEPARTMENT HEAD 2 Q AGREEMENT THIS AGREEMENT made this U % day of �Vm/ in the year 2011, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and DBX, Inc., a California corporation, 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 Schedules of the City's Contract Documents entitled: SAFE ROUTES TO SCHOOL—CYCLE 8 CITY PROJECT NO. 09-07 The Work is generally described as follows: The Work comprises the construction of new sidewalks, curb ramps, curb and gutter, audio and visual countdown signals, solar powered pedestrian activated in-pavement lighted crosswalks, beacons, thermoplastic zebra stripe crosswalks, stop bars, advanced warning signs, and related improvements in the vicinity of Vista Del Monte, Cielo Vista, Cahuilla, and Katherine Finchy Elmentary Schools in Palm Springs. 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$690.00 for each calendar day that expires after the time specked in Article 2, herein. SAFE ROUTES TO SCHOOL-CYCLE 8 Alai)jute AGREEMENT CITY PROJECT NO.09-07 2/28/11 PAGE 1 ARTICLE 3 — CONTRACT PRICE $391,382.50 for Bid Schedules A, B, C and D 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 prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, 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 00 to 00, 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 as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and 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. SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 2/28/11 PAGE 2 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. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By APPROVED BY THE CITY COUNCIL: City Clerk APPROVED AS TO FORM: Date BYU 1� City Aj#ney Agreement No. Date 5 3 p CONTENTS APPROVED: By ( 2f City Engineer Date 19 i+ APPROVED BY CRY COUNCIL B Aft City Mana Date t5� / SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 2/28/11 PAGE 3 7 - ` 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. CONTRACTOR: Check one:_Individual_Partnership x Corporation Name: DBX. Inc. Address: 42024 Avenida Alvarado #A Temecula CA 92590 By B . &t— Signature(notarized) Signature(not ized) Name: Jim Perry Name: Jars Perry Title: President/Secretary/Treasurer Title: Vice President (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 California ❑ State of California ❑ County of Riverside ❑ss County of giversidA ❑ss On May 18, 2011 On May 18, 2011 before me,Phyllissa Martz, Notary before me, Phyllissa Martz, Notary personally appeared Jim Perry personally appeared James Perry who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(fir) whose name(g) evidence to be the person(s�)whose name(8) is/are is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/sheMiey executed acknowledged to me that he/sheAhey executed the same in his/heft& authorized capacity(ies), the same in his/hed#mifr authorized capacity(4es), and that by his/heFAthelr signatures(i) on the and that by his/heNH+eir signatures(8) on the instrument the person, or the entity upon instrument the person($), or the entity upon behalf behalf of which the person() acted, executed the of which the person(s) acted, executed the instrument. 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: - - - - - - - - - - - - - - - - - - - Notary Seal: Notary Seal: PHYLLISSA MARTz - Commission # 1806627 r Notary Public--California = PHYLLISSA MARTZ Riverside County Commission# 1806827 My Comm.Expires Aug 11,2012 r ® '` Notar y Publie--California = Riverside County My Comm.Expires Aug 1 t,2012 PAGE 4 Check a License - Contractors State License Board Page 1 of 2 Department of Consumer Affairs saw Contractors State Li e` oard Contractor's License Detail - License # 240547 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 infonnation that has not yet been entered onto the Board's license database. License Number 240547 Extract Date: 4/14/2011 DBX INC 42024 AVENIDA ALVARADO SUITE A Business Information TEMECULA,CA 92590 Business Phone Number:(951)296-9909 Entity: Corporation Issue Date 01/20/1966 Expire Date 07/31/2011 License status This license is current and active. All information below should be reviewed. Additional Status: CLASS DESCRIPTION Classifications: A GENERAL ENGINEERING CONTRACTOR C10 ELECTRICAL CONTRACTOR'S BOND This license filed Contractor's Bond number SC6045025 in the amount of$12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date:03/02/2009 Contractor's Bonding History Bonding: BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO) PERRY JIMMY RAY 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:01/13/1995 BQIs Bonding History This license has workers compensation insurance with the EVEREST.,NATIONAL.INSURANCE COMPANY https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=24... 4/14/2011 Check a License - Contractors State License Board Page 2 of 2 Policy Number:7600005857101 Effective Date: 10/01/2010 Workers'Compensation: Expire Date: 10/01/2011 Workers'Comoensatio_n History Personnel listed on this license(current or disassociated)are listed on other licenses. Conditions of Use I Privacy policy Copyright©2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/L,icenseDetail.aspx?LieNum=24... 4/14/2011 a e € $ u 888888 888 888888 ' 88 a8 x8 g g8 a8 8 888 '" " . xa a - � sa - s gr a spa^ e 8 8 � Ssm 8 ara $ & pS a $ sa g as o oa g » x »:x » 2 2 8 » o - � m , � 8 = saga saa sg ssa sg w ags 8gg as sa Qaaasssa s gsas � asssa s # ss - 8ag ass gas. 8osss e pm e "�a s - `ss €® 4 17 : u8 = 8u' fr8 dmE ' ca . 3uu � � �.:��s 38 € 8FB � uu 3rcrc ac s` i ' - STATE OF CALIFORNIA -DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 420603 San Francisco California 94142 FROM: AWARDING AGENCY EXTRACT OF City of Palm Springs PUBLIC WORKS CONTRACT AWARD 3200 East Tahquitz Canyon Way Palm Springs, CA 92203 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SECTION 1777.5 HAS BEEN AWARDED TO: 2. NAME OF GENERAL CONTRACTOR 3. CONTRACTOR'S LICENSE NO DBX, Inc. 240547 4. MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY 42024 Avenida Alvarado, Suite A Temecula 6. ZIP CODE 7. TELEPHONE NUMBER 92590 951-296-9909 8. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) Vicinity of Vista Del Monte, Cielo Vista, Cahuilla& Katherine Finchy Elementary Schools 9. CONTRACTOR PROJECT NUMBER 10. DOLLAR AMOUNT OF CONTRACT AWARD CP 09-07 Safe Routes to School-Cycle 8 $ 391,382.50 ETYPE NG DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) TH DAY YEAR MONTH DAY YEAR / 29 / 2011 4USE NUMBERS) 07 / 25 / 2011 / (USE NUMBERS) CONSTRUCTION(HIGHWAY,SCHOOL,HOSPITAL, ETC.) 14. and Traffic Signal Modification NEW CONSTRUCTION ALTERATIONS 15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) Class A, or C-8 and C10 license. Striping 1 s. Is language included in the Contract Award to effectuate the provision of section 1777.5,as required by the Labor Code?....................................................... Fx—] Yes FI No Is language included in the Contract Award to effectuate the provisions of Section 1776,as required by the Labor Code?........................................ FT] Yes No 17. SIGNATUR 18. TITLE 19. DATE �'�� Manager 5/24/2011 20. PRINTED OR TVP NA E 21. TELEPHONE NUMBERS Craig L. Gladdens, Procurement&Contracting Manager 760-322-8368 Duplication of this form is permissible DAB 13(rev.5/01) BID DOCUMENTS Only the following listed documents, identified in the lower right comer as 'Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. SAFE ROUTES TO SCHOOL-CYCLE 8 CRY PROJECT NO.08.07 COVER SHEET =811 1 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: SAFE ROUTES TO SCHOOL—CYCLE 8 CITY PROJECT NO. 09-07 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, at seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.M07 BID(PROPOSAL) V28111 &D FORMS-PAGE 2 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: .411111 t Bidder: [*X. -rriC. By: «--�— (Signature) Title: SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 BID(PROPOSAL) =8111 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO. 09-07 IMPROVEMENTS FOR VISTA DEL MONTE ELEMENTARY SCHOOL in Palm Springs, California Drawings No. 2f7 and 317. I Item Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilization 1 LS 2. Traffic Control 1 LS 3. Construct 4" P.C.C. Sidewalk 3,640 SF Q9 $ a1 ¢Abe ,i 4. Construct Type B Curb Ramp 2 EA $ a ID(7 $ 4 1�00 ✓ I 5. Construct 6" high P.C.C. Barrier Curb 35 LF $ $ Sa5°O> ✓ 6. Construct,1' high P.C.C. Barrier Curb 100 LF $ �-�°-" $ 7. Construct 1.5'high P.C.C. Barrier Curb 100 LF $ 8. Construct 2' high P.C.C. Barrier Curb 170 LF $ a4°o $ 40 O�" I 9. Construct 2.5'high P.C.C. Barrier Curb 70 LF $ a�pO $ %q to O� 10. Construct PCC Driveway 250 SF $ O°s' $ aS00�' ✓ 11. Crosswalk Striping-Yellow 2100 LF $ 1 qv $COO 3gg0� 12. Crosswalk Striping-White 3,060 LF $ I. — $ C5%1-,Of r✓ 13. Stop Bar Striping-White 80 LF $ aigo $ Furnish and install solar powered flashing in-pavement lights, beacons, i pedestrian push buttons, pull-boxe% CD 04 14. controllers, S1-1 signs, arrow sings 2 EA $10�i>;1646 $1 AM advanced warning signs(S1-1 and W16-9p)and install thermoplastic crosswalk strioina. SAFE ROUTES TO SCHOOL-CYCLE B CITY PROJECT NO.09-07 UNIT PRICE BID SCHEDULE 2/28/11 BID FORMS-PAGE 4 i 15. Furnish and install audio and 24 EA w �, !; countdown signals $ 1353 $ ,4 la I 16. 1 Furnish and install pedestrian barricade 2 FA $ Ulm $ I ,app, � I 17. Remove A.C. 130 SF F.8. Relocate Boulders 1 LS $Relocate Existing Ornamental Lights od(coordinate with owners) 6 $ I sd, $ a00— 20. Relocate Mailbox 1 FA $ 1S0W $ 1So" 21. Relocate Traffic Sign 2 FA $ ap0 $ TOTAL OF ALL ITEMS OF BID SCHEDULE A: 00 (Price in figures) j 'tlJJo h1.�dnQ(�. �our"�Rpm `�'h�US.6i.,�. t✓t hU�Y�:Y'� (Price in words) d� Dix. z�C. Narde of Bidder or Firm SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 UNIT PRICE BID SCHEDULE 2128/11 BID FORMS-PAGE 6 BID SCHEDULE B Schedule of Prices for the Construction of the: SAFE ROUTES TO SCHOOL—CYCLE 8 CITY PROJECT NO. 09-07 IMPROVEMENTS FOR CIELO VISTA ELEMENTARY SCHOOL in Palm Springs, California Drawings No.417 and 517. ttem Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilization 1 LS $ � ✓ 2. Traffic Control 1 LS $ 1,wc) ✓ 3. Construct 4" P.C.C. Sidewalk 3,290 SF $ lodD pb ✓ 4. Construct Type B Curb Ramp 9 EA 000° ✓ 5. Construct PCC Driveway 320 SF $ 1 OO° $ 6. Crosswalk Striping-Yellow 3,350 LF $ $ � c�� ✓ 7, Crosswalk Striping-White 1. 885 LF ao g. Stop Bar Striping-White 325 LF Furnish and install solar powered flashing in- pavement lights, beacons, pedestrian push 9. buttons, pull-boxes, controllers, S1-1 signs, 1 EA $SaSSa $ 5 otSSa ✓ arrow sings advanced warning signs (S1-1 and W16-9p) and install thermoplastic crosswalk striping., 10. Construct 6" PCC Curb and Gutter 190 LF $ apt' $ 3�00�' ✓ 11. Construct 2.5" AC pavement over V base 3,100 SF $ -1 $ a 1-100� ✓ 12. Construct Spandrel and Cross Gutter 745 SF $ $ a440�' �' ✓ �_ -3. Remove AC 2,050 SF $�_ $ 4 Vc OoC& +/ ,4. Relocate Traffic Signs 6 EA $ $ I OSO — :OTAL OF ALL ITEMS OF THE BID SCHEDULE: 1444 _-�A \ 00 v1 (Price in figures) ULk a �r S (Price in words) C Name of Bidder or Firm SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 UNIT PRICE BID SCHEDULE 2128/11 BID FORMS- PAGE 6 BID SCHEDULE C Schedule of Prices for the Construction of the: SAFE ROUTES TO SCHOOL-CYCLE 8, CITY PROJECT NO. 09-07 IMPROVEMENTS FOR CAHUILLA ELEMENTARY SCHOOL in Palm Springs, California Drawings No. W. item Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilization 1 LS 2. Traffic Control 1 LS $ 1 000Q-0 ✓ 3. Construct 4" P.C.C. Sidewalk 360 SF $ I DCD $ QO ✓ 4. Constrict Type B Curb Ramp 6 EA $OLXOC� $ 5. Crosswalk Striping-Yellow 2,220 LF $ \.OlP,_ $ 4 a11b C 6. Crosswalk Striping -White 700_ LF $ 1 .C&- $ 1330� ✓ 7, Stop Bar Striping -White 235 LF $ $ Sal ov / Furnish and install advanced bike! 9. /pedestrian crossing warning signs(WI 1- 1 EA $� $ 1 OIJCFL13 ✓ 15 and W11-15a). 10. Construct 6" PCC Curb and Gutter 25 LF $ ab� $ SOON' ✓ 11. Remove PCC 560 SF 12. Remove Roll Curb 40 LF $ 13. Relocate Traffic Signs 5 EA $ 1-jcbW $ L315°-° ✓ f TOTAL OF ALL ITEMS OF BID SCHEDULE C: / $ (Price In figures) S (Price in words) NB6 of Bidder or Firm SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 BID SCHEDULE 2128/11 BID FORMS-PAGE 7 BID SCHEDULE D Schedule of Prices for the Construction of the: SAFE ROUTES TO SCHOOL—CYCLE 8 CITY PROJECT NO. 09-07 IMPROVEMENTS FOR KATHERINE FINCHY ELEMENTARY SCHOOL in Palm Springs, California Drawing No. 717. kern Description Estimated Unit Unit Amount No. Quantity Price 1 Mobilization 1 LS $ �QC Q/ 2. Traffic Control 1 LS $ 500 cy.? zi 3, Crosswalk Striping -Yellow 2,130 LF $� qd $ Q Oq"( CIO 4. Stop Bar Striping -White 210 LF $ aso $ �jaSaO ✓ TOTAL OF ALL ITEMS OF BID SCHEDULE D: t/ (Price in figures) 4k1Dus& 4A 0 e ' by and d Se1e,�t,, -+wo dZ I klrS (Price in words) � TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH D(BASIS OF AWARD): $ 1 �8aso _✓ (Price in figures) �1,Y-ee.h�m�.r e(�. n�r.�tu orn��ise>I,,.d �1-tyre-e .►-p.d ei�� (Price in words) Name of Bidder or Firm SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09.07 BID SCHEDULE 2/2811 1 BID FORMS-PAGE 8 QUANTITIES OF WORK: The quantifies 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 hero, 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 arty bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. C�C1JX, Tom,c Name of Bidder or Finn SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 BID SCHEDULE 2/28/11 BID FORMS-PAGE 9 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-hall 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. Bidders shall list the total % of Work to be performed by the Prime Contractor here: OL\ (shall not be less than 50%). Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name &Address 1.5:'n� noa ,RIL176sh -144_1W6 CI J P 5AZr -rnc S'ar-, e Pot ux a Si n S e aarncrA, CA Ga�;a3 2. 3. 4. 5. SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 LIST OF SUBCONTRACTORS 2128111 BID FORMS-PAGE 10 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) } ss. County of N V Bt"S,AZ ) I, 5 i rat PXrr s� , being first duly sworn, deposes and says that he or-she is (PS C).D 1+ of �(3X f 5+�1 G 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 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. Bidde SPl By Title PreS kC)." Organization (ZrQ0cm,ri 197� Address .4 ao ).—.4 'AVPrU dial. A\VaMdZ -E�7A SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.OW NON-COLLUSION AFFIDAVIT 2128111 BID FORMS-PAGE 11 ALL-PURPOSE ACKNOWLEDGMENT State of Cn I � FDC n i CU County of �&Mrs; CU On I t _before me, s1 $S0.1, W 1 1 r30AW A P l i c Date n Name,Title of Officer personally appeared 1 CYl RPy'f NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose nan*jrj Ware subscribed to the within instrument and acknowledged to me that he/shehhey executed the same in histherAheW authorized capacity@*, and that by histher#heir signatures(6) on the instrument the person(g), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal PHYLLISSA MARTZ QhA'h'W non A Commission# 1806627 Si tune of Notary 1 V W Notary Public--CalNornia rY Riverside County Comm.Expires Aug 11,2012 ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document A)Q N COI(US i OM a f du v I MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above A- SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 NON-COLLUSION AFFIDAVIT 2/M11 BID FORMS- PAGE 12 BIDDER'S GENERAL INFORMATION The Bidder shall famish 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: ]�2 931�I Sr,c . 42.09A faV2n,do. PIVara SUdA-e, A Teynie 1`a cn ga.SgO 2. CONTRACTOR'S Telephone Number. (ft5 aCKv- gG1001 Facsimile Number. (Q^j1 ) 9 Cl In - qq7 3. CONTRACTOR'S License: Primary Classification State License Number(s) a40c�A- Supplemental License Classifications C- 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety 5nSuy-Q� Address 5500 4 . Sb,.� Cyro.. C.C➢ Gri (Ld.• 4au i C- 00.516-1 Surety Company `hr?(n kkOrOM-ee CmrY�rLru� 6�C 930r�}. en-)er I'c k USA Telephone Numbers: Agent (1A) a\- Surety( ) 5. Type of Firm (Individual, Partnership or Corporation): of OOrOZE C rn 6. Corporation organized under the laws of the State of- C(11 ,-COr rn i A 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: r PreS5\& d . !�Dcre)L;k u t-tot�r �meS C, VPCE4 Y',ce R esid r SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09.07 BIDDER'S GENERAL INFORMATION 2128/11 BID FORMS-PAGE 14 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three �related , projects completed to date: c a. Owner. mrC',d.a c Address bO,:Q� aCR Contact =von Me'\daaa- Class of Work 'Iro-R-c S 1 Phone QS\-R3-LDRM Contract Amount 1-i A. a13 .Ce Project wc,-\^AxkiDw�- Date Completed 6 j �q�►o Contact Person Telephone number Town oV b. Owner !Aunno ayl..t� Address S-IOc1O aR?4ms 6Ww h L voj� Contact z*,xg^e.6asaL�wt Class of Work- MMc. 54cI2� �dzoo A elfeAh Phone-flab-bkoPl- 1'-LL Contract Amount Lot-1 ,0S9 Project Caminede\e,elo Date Completed 6L3N\\O Contact Person Telephone number C. OwnerC'%.%%6—Q Address 3cm rnWr\ SA.4 (b uer'sidD Cra Contact Vl-P Q )7\t W&r& Class of Work S1c�raJ tYlodi ttQ 1DnS Phone Contract Amount X .09A a1O Project \—I UPGQjn OnS Date Completed \W6\\% Contact Person Telephone number 10. List the name and fide of the person who will supervise full-time the proposed work for your firm: �7y-of tik N t-lend 2 - J;E>r-e rr\o r1 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. SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 BIDDER'S GENERAL INFORMATION =8111 BID FORMS-PAGE 15 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CITY CLERK OFFICE: AGR# AMOUNT City Project No: Mo# DATE Dates Published: ��(fl�j GO 5' �7 a�0// DIV IND APP NOTICE Y ❑N ❑ Bid Date & Time: ✓/jam_ /� �G ll PROJECT: T S0. ,�o uTes r Sr I,�L - CUL Jr, {� *SUCCESSFUL: 1. I��x , �n L 6. 2. 7. 3. .T0� 7 /L 8. 4. �� �6=%1% 9. 5. 10. INCOMPLETE BIDS: (Non-responsive) WHY: CONTRACTOR BACKGROUND CHECK: , Required? Y ❑ N ❑ (ATTACH IF REOINR®1 Affidavit of Non-Collusion Signed & Notarized? Y ,J�"Cl , Information required of bidder page completed? Y YJ N ❑❑ // Type & Amount of Insurance Required: SPA Per, / /! /f/ (ATTACH AMOurnF AM WEOFIED) Contractors License No. Nosy / Type(s) Status A!�17 ye_ No. of days to complete work 38 Working C lendar Estimated Start Date:'Lku 1D : ll Estimated Completion Date: No. of days in which to execute contract after Notice of 61 Award (date City Clerk transmits contracts for execution): J5, 6ilPAd2/- DES Davis-Bacon Exhibits (Specify Exhibi�ts'to/be completed by Contractor?) Any Addenda? Y ❑ N U No. Addenda Signed by Contractor? Y ❑N ❑ BONDS: ����77 PERFORMANCE BOND !(N % PAYMENT BOND /845' % CORRECTION REPAIR BOND 0 % BID BONDS: BLANK BID SPECS. Successful Bidder: CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra sets of bid specifications for contract execution Unsuccessful Bidders: CASHIER'S CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Attached: Y ❑ N ❑ Which Contractor(s): ❑ Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y ❑/N ❑ Labor Code 1777.5 Y V N El Labor Code 1776 Y �N ❑ California Standard Specifications EDITION Standard Specifications for Public Works Construction EDITION DATE: BY: t�Q 1011/ DEPT: �II�J /ITT CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS & ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: SAFE ROUTES TO SCHOOL - CYCLE 8 STATE FUNDED PROJECT SR2SL-5282 (036) CITY PROJECT NO. 09-07 IN THE CITY OF PALM SPRINGS March 2011 PALM S ►� a O � A'Pi lam`: U _ cn ok RPOR A-f to cq� FO RV`P David J. Barakian, P.E., City Engineer Bids Open: April 12, 2011 low Dated: March 7, 2011 • • CITY PROJECT NO. 09-07 • The Special Provisions • contained herein have been • prepared by, or under the direct • supervision of, the following • Registered Civil Engineer: • • • • QF\OFESsm F. • George F. Farago`, P.E. Co Associate Civil Engineer • Civil Engineer C 62254 No.C-62254 • * UP:9-30-201( s� CIVIL �P • �rFOF CAL\F�P� • Approved by: • • • • David J. Barakian, P.E. • City Engineer • Civil Engineer C 28931 • • • • • • • • • • • • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.09-07 22a1t 7 SIGNATURE PAGE • A s s a � i . . cffyOF A A ..: % „ f%RT BIDDM, L tatmEdo 5 mfe BMWs .. a adfom.is BW . :. Bh*Ws ~ an Bpi d( fir'Fcr} 1 s ` CeAff of $ , �v Ak ti TOSCWEYk�-.CYCLE 8 4k= Pa? f CITY OF PALM SPRINGS • NOTICE INVITING BIDS For constructing SAFE ROUTES TO SCHOOL-CYCLE 8 City Project No. 09-07 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the "SAFE ROUTES TO SCHOOL- CYCLE 8", City Project No. 09-07 will be received by the Procurement and Contracting Division of the City of Palm Springs, California, until 3 P.M. on April 12, 2011, at which time • they will be opened and read aloud. The Engineer's estimate is $290,000. N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of new sidewalks, curb ramps, curb and gutter, audio and visual countdown signals, solar powered pedestrian activated in-pavement lighted crosswalks, beacons, thermoplastic • zebra stripe crosswalks, stop bars, advanced warning signs, and related improvements in the vicinity of Vista Del Monte, Cielo Vista, Cahuilla, and Katherine Finchy Elmentary Schools in Palm Springs. 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 on the basis of the total sum of Bid Schedules A through D, inclusive, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all • Bid Schedules. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs. • N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period • of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A, or C-8 and C10 Contractor license at the time of submitting bids. N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be • performed. A copy of said wage rates is on file at the office of the City Engineer. The • SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 NOTICE INVITING BIDS . 2128/11 PAGE 1 • Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent • of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the 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 $35.00 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 $15.00 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 FedEx 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 @ (760) 323-8253 x 8738 or by e-mail at kim.licon0palmsprinosca.aov. (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@paimspdngsca.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.palmsprings- . ca.gov1index.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.Fulter@paimspringsca.gov. • Questions must be submitted by 2:00 PM, March 30, 2011. Questions received after this date will not be accented. • SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.OM7 NOTICE INVITING BIDS • 2128111 PAGE 2 • • • 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 Division 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 ORDER OF THE CITY OF PALM SPRINGS • 3 7 �� • Date • By • David J. Barakian, PE • Director of Public Works/City Engineer • • • • • • • • • • • • • • • • • • • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT 140.09-07 NOTICE INVITING BIDS 228111 PAGE 3 • 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 i 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 r 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 Bidders 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 • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.09-07 INSTRUCTIONS TO 2128/11 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 (e) Provisions concerning responsibilities for the adequacy of data fumished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions i appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidders 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 Sto 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. (1) 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 • laaal or mrItirsnh mi affPrl SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 INSTRUCTIONS TO 2128111 BIDDERS-PAGE 2 • . 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a • certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall • use the Bid Bond form 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 bound herein. 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 nonresponsive 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 at 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: 101 If fhc Omni in* oaf fnrfh o ..nif 'Ai« i« „nrnnrl«L.In n- ��I.««�.:«« �..��..wr ;z 0....:44_A or is the same as the amount as the entry in the item total column, then the amount set i SAFE ROUTES TO SCHOOL-CYCLE B • CITY PROJECT NO.G9-07 INSTRUCTIONS TO =8111 BIDDERS-PAGE 3 • 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; r (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 govem and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are supplied '— only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract • -- Documents; provided, that on unit price contracts, increases of more than 25 percent, • decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID The Bid may be withdrawn by the Bidder by means of a . written request, signed by the Bidder or its property authorized representative. Such written . request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized • conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or • modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set -- forth in the Agreement and the provisions of the Special Provisions. • 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. — 16. AWARD OF CONTRACT- Award of Contract, if it is awarded, will be based primarily nn 0, In,unc4 nvnroll nne4 4n #Ke r i6• n-,4 ..rill i... . ,A1 M .. ..:L.L. O:.J.J... whose Bid complies with all the requirements prescribed. Unless otherwise specified, any • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.09-07 INSTRUCTIONS TO 2128/11 BIDDERS-PAGE 4 • • • • such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid • Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules ' which are alternative to each other, only one of such alternative schedules 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 fumish all certificates and bonds required by the Contract Documents within 15 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. - END OF INSTRUCTIONS TO BIDDERS- • • • • • • • • • • • • • • • • • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.09-07 INSTRUCTIONS TO 2128H 1 BIDDERS-PAGE 5 • BID DOCUMENTS . Only the following listed documents, identified in the lower right comer as 'Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. . • Bid (Proposal) Bid Schedules) . List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information • . Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. . • . . . . s a • • s • • • . . SAFE ROUTES TO SCHOOL-CYCLE 8 . CITY PROJECT NO.DM7 COVER SHEET 2128/11 BID FORMS-PAGE 1 0 • • 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: i • SAFE ROUTES TO SCHOOL—CYCLE 8 i CITY PROJECT NO. 09-07 • 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 i 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 i Work, the site, the locality where the Work is to be perfomned, 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 i the performance of the Work of this Contract. 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 t' SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO,09-07 BID(PROPOSAL) 2r211f11 BID FORMS-PAGE 2 • • • • 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 i • • • • • • • • • • • • • • • • • SAFE ROUTES TO SCHOOL-CYCLE a • CITY PROJECT NO.09-07 BID IPROPOSALI 228/11 BID FORMS-PAGE 3 • BID SCHEDULE A • Schedule of Prices for the Construction of the. SAFE ROUTES TO SCHOOL—CYCLE 8 CITY PROJECT NO. 09-07 IMPROVEMENTS FOR VISTA DEL MONTE ELEMENTARY SCHOOL in Palm Springs, California Drawings No. 2/7 and 3/7. Itwn Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilization 1 LS $ . 2. Traffic Control 1 LS $ 3. Construct a P.C.C. Sidewalk 3,640 SF $ $ 4. Construct Type B Curb Ramp 2 EA $ $ 5. Constrict 6- high P.C.C. Barrier Curb 35 LF $ $ 6. Construct 1' high P.C.C. Barrier Curb 100 LF $ $ 7. Construct 1.5'high P.C.C. Barrier Curb 100 LF $ $ 8. Construct 2' high P.C.C. Barrier Curb 170 LF $ $ 9. Construct 2.5' high P.C.C. Barrier Curb 70 LF $ $ ` 10. Construct PCC Driveway 250 SF $ $ 11. Crosswalk Striping-Yellow 2100 LF $ $ 12. Crosswalk Striping-White 3,060 LF $ $ 13. Stop Bar Striping-White 80 LF $ $ Furnish and install solar powered flashing in-pavement lights, beacons, pedestrian push buttons, pull-boxes, 14. controllers, S1-1 signs, arrow sings 2 EA $ $ advanced warning signs(S1-1 and ' W 16-9p)and install thermoplastic crosswalk strinina. • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.OM7 UNIT PRICE BID SCHEDULE 2rMll BID FORMS-PAGE 4 • Furnish and install audio and 15. countdown signals 24 EA $ $ 16. Furnish and install pedestrian barricade 2 EA $ $ 17. Remove A.C. 130 SF $ $ 18. Relocate Boulders 1 LS $ • 19 Relocate Existing Ornamental Lights 6 EA • (coordinate with owners) $ $ 20. Relocate Mailbox 1 EA $ $ 21. Relocate Traffic Sign 2 EA $ $ TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ • (Price in figures) (Price in words) • Name of Bidder or Firm S • SAFE ROUTES TO SCHOOL-CYCLE e • CITY PROJECT NO.09-07 UNIT PRICE BID SCHEDULE 2W11 BID FORMS-PAGE 5 BID SCHEDULE B Schedule of Prices for the Construction of the: SAFE ROUTES TO SCHOOL—CYCLE 8 CITY PROJECT NO. 09-07 • IMPROVEMENTS FOR CIELO VISTA ELEMENTARY SCHOOL • in Palm Springs, California Drawings No.4l7 and 5/7. Item Description Estimated Unit Unit Amount No. Quantity Price Mobilization 1, 1 LS $ 2. Traffic Control i LS 3. Construct 4" P.C.C. Sidewalk 3,290 SF $ $ 4. Construct Type B Curb Ramp 9 EA $ $ 5. Construct PCC Driveway 320 SF $ $ 6. Crosswalk Striping -Yellow 3,350 LF $ $ • 7. Crosswalk Striping -White 885 LF $ $ a. Stop Bar Striping-White 325 LF $ $ • Furnish and install solar powered flashing in- pavement lights, beacons, pedestrian push 9. buttons, pull-boxes, controllers, S1-1 signs, 1 EA $ $ arrow sings advanced warning signs (S1-1 • and W16-9p) and install thermoplastic crosswalk striping. Fp Constrict 6" PCC Curb and Gutter 190 LF $ $ 11. Construct 2.5" AC pavement over 4" base 3,100 SF $ $ 2. Construct Spandrel and Cross Gutter 745 SF $ $ 3. Remove AC 2,050 SF $ $ Relocate Traffic Signs 6 EA $ $ i :)TAL OF ALL ITEMS OF THE BID SCHEDULE: (Price in figures) (Price in words) • Name of Bidder or Firm • SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 UNIT PRICE BID SCHEDULE • 2128/11 BID FORMS-PAGE$ • • BID SCHEDULE C Schedule of Prices for the Construction of the: SAFE ROUTES TO SCHOOL—CYCLE 8, CITY PROJECT NO. 09-07 • IMPROVEMENTS FOR CAHUILLA ELEMENTARY SCHOOL • in Palm Springs, California Drawings No. W. item Description Estimated Unit Unit Amount • No. Quantity Price • 1. Mobilization 1 LS $ 2. Traffic Control 1 LS $ • 3. Construct 4" P.C.C. Sidewalk 360 SF $ $ 4. Construct Type B Curb Ramp 6 EA $ $ • 5. Crosswalk Striping-Yellow 2,220 LF $ $ 6. Crosswalk Striping -White 700 LF $ $ 7. Stop Bar Striping -White 235 LF $ $ Furnish and install advanced bike/ • 9. /pedestrian crossing warning signs(WI 1- 1 EA $ $ • 15 and W11-15a). • 10. Construct 6" PCC Curb and Gutter 25 LF $ $ 11. Remove PCC 560 SF • 12. Remove Roll Curb 40 LF $ $ =Relocate Traffic Signs 5 EA $ $ • TOTAL OF ALL ITEMS OF BID SCHEDULE C: • (Price in figures) • (Price In words) Name of Bidder or Firm • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.09-07 BID SCHEDULE BID FORMS-PAGE 7 • BID SCHEDULE D • Schedule of Prices for the Construction of the: SAFE ROUTES TO SCHOOL—CYCLE 8 CITY PROJECT NO. 09-07 IMPROVEMENTS FOR KATHERINE FINCHY ELEMENTARY SCHOOL in Palm Springs, California Drawing No. TR. • Item Description Estimated Unit Unit Amount No. Quantity Price 1 Mobilization 1 LS $ 2. Traffic Control 1 LS $ 3, Crosswalk Striping-Yellow 2,130 LF $ $ 4, Stop Bar Striping-White 210 LF $ $ • TOTAL OF ALL ITEMS OF BID SCHEDULE D: $ (Price in figures) (Pries in words) TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH D(BASIS OF AWARD): $ • (Price in figures) • (Price in words) • Name of Bidder or Firm • SAFE ROUTES TO SCHOOL-CYCLE B • CITY PROJECT NO.09-07 BID SCHEDULE 2/28/11 BID FORMS-PAGE 8 • • • 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 arty bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for • the deleted ftem of Work. • • • Name of Bidder or Firm • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • SAFE ROUTES TO SCHOOL-CYCLE 8 0ITY PROJECT NO-0907 810 SCHEDULE . 2/28111 BID FORMS-PAGE 9 • INFORMATION REQUIRED OF BIDDER UST 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 Subcontractor's Name &Address • 1. . 2. • 3. • 4. 5. • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.OM7 LIST OF SUBCONTRACTORS 2128111 BID FORMS-PAGE 10 • • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER • AND SUBMITTED WITH BID State of California ) • }County of ) ss. i• I, being first duly swom, 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 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. Bidder • By Title • Organization Address • SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 NON-COLLUSION AFFIDAVIT • 2128/11 END FORMS-PAGE 11 • • • • • • • • • ALL-PURPOSE ACKNOWLEDGMENT • State of County of • On before me, Date Name,Title of Officer • personally appeared • NAME(S)OF SIGNER(S) • who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed toe within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), • and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) • acted,executed the instrument • 1 certify under PENALTY OF PERJURY under the laws of the State of Califonnia that the foregoing paragraph is true and • correct • Witness my hand and official seal. • • Signature of Notary • • • • ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent fraudulent attachment of this certificate to unauthorized document • THIS CERTIFICATE Title or Type of Document • MUST BE ATTACHED TO THE DOCUMENT Number of Pages_DATE of DOCUMENT • DESCRIBED AT RIGHT: • Signer(s)Other Than Named Above • • • • • • • • • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.09417 NON-COLLUSION AFFIDAVIT 2/2a/11 BID FORMS- PAGE 12 • BID BOND • KNOW ALL MEN BY THESE PRESENTS, That as Principal, and i 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: SAFE ROUTES TO SCHOOL—CYCLE 8 CITY PROJECT NO. 09-07 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 12011. PRINCIPAL: • (Check one:_individual,man nership, _corporation) (Corporations require two signatures;one from each of the following groups:A.Chairman of Board.President,or any Mice President;AND B. Secretary,Assistant Seaefary,Treasurer,Assistant Treasurer,or Chief Financial Officer). _ By • SURETY: • Signature(NOTARIZED) Print Name and Title: By • By Signature(NOTARIZED) • . Signature(NOTARIZED) Print Name and Title • Print Marna onrl Titla- • • SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.0"7 810 BOND(BID SECURITY FORM) • 2128111 BID FORMS-PAGE 13 • • i i BIDDER'S GENERAL INFORMATION e 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. ( ) i Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification State License Numbers) • Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: i Name of Surety i Address • • i i Surety Company i Telephone Numbers: Agent ( ) Surety( ) i 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: i • S SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.09-07 BIDDER'S GENERAL INFORMATION 2/28/11 BID FORMS- PAGE 14 • • • • BIDDER'S GENERAL INFORMATION (Continued) i 8. Number of years experience as a contractor in this specific type of construction work: i i 9. List at least three related projects completed to date: i a. Owner Address • Contact Class of Work i Phone Contract Amount i Project Date Completed i Contact Person Telephone number i b. Owner Address Contact Class of Work i Phone Contract Amount i Project Date Completed i Contact Person Telephone number i C. Owner Address Contact Class of Work Phone Contract Amount i Project Date Completed i Contact Person Telephone number i 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 ? • i 12. A financial statement or other information and references sufficiently comprehensive i to permit an appraisal of your current financial condition may be required by the Engineer. • • i SAFE ROUTES TO SCHOOL-CYCLE B i CITY PROJECT NO.09-07 BIDDER'S GENERAL INFORMATION 2128/11 BID FORMS.PAGE 15 i AGREEMENT THIS AGREEMENT made this day of in the year 2011, by • and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: SAFE ROUTES TO SCHOOL—CYCLE 8 • CITY PROJECT NO. 09-07 The Work is generally described as follows: The Work comprises the construction of new sidewalks, curb ramps, curb and gutter, audio and visual countdown signals, solar powered pedestrian activated in-pavement lighted crosswalks, beacons, thermoplastic zebra stripe crosswalks, stop bars, advanced warning signs, and related improvements in the vicinity of Vista Del Monte, Cielo Vista, Cahuilla, and Katherine Finchy Elmentary Schools in • Palm Springs. 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$690.00 for each • calendar day that expires after the time specified in Article 2, herein. • SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.09-07 AGREEMENT FORM • =8111 AGREEMENT AND BONDS-PAGE 16 ARTICLE 3 — CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the . Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid • and Bid Schedule(s). ARTICLE 4-- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of • Subcontractors, 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 to , 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 S 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 as • amended by the Special Provisions will have the meanings indicated in said Standard • Specifications and 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 V$L\...d .. ..L .. ..� l.....a.a.al i.. ♦L.. ...A��L •L.-\♦L� �6��\ .I alt_ i_ _ 1• • •,.a..V VI Vw. w1�JV„\ 1Vnwra \v a..V Vn\VII\ a11J\ lllp GII4V\ VI LI IIJ IGJL1141IV 11 IIIQ�' Uri IIIIIIIriU by law), and unless specifically stated to the contrary in any written consent to an • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.09-07 AGREEMENT FORM 21211111 AGREEMENT AND BONDS-PAGE 17 0 A 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. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be ! executed the day and year first above written. A ATTEST: CITY OF PALM SPRINGS, . CALIFORNIA By • City Clerk APPROVED BY THE CITY COUNCIL: APPROVED AS TO FORM: a By Date City Attorney Date Agreement No. CONTENTS APPROVED: By City Engineer Date BY • City Manager Date • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.09-07 AGREEMENT FORM 2128:11 AGREEMENT AND BONDS-PAGE 18 • 0 • • • • 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. CONTRACTOR: Name: Check one:_Individual_Partnership _Corporation • Address: • • YBy: • B Signature(notarized) Signature(notarized) • • Name: Name: • Title: Tide: • (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 1 State of County of i ss County of i as On On before me, before me, • personally appeared personally appeared • who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory • evidence to be the person(s) whose name(s) evidence to be the person(s)whose name(s)is/are • is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed • the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies), • and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the • instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf • behalf of which the person(s)acted, executed the of which the person(s) acted, executed the instrument. instrument. • • 1 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: • • • Notary Seal: Notary Seal: • • • SAFE ROUTES TO SCHOOL-CYCLE 8 AGREEMENT FORM CITY PROJECT NO.09-07 AGREEMENT AND BONDS-PAGE 19 • 2/28111 • • • • • • • • • • • • • • WORKERS COMPENSATION CERTIFICATE • • (AS REQUIRED BY SECTION 1861 • OF THE CALIFORNIA LABOR CODE) • • • 1 am aware of the provisions of Section 3700 of the California Labor Code, • which require every employer to be insured against liability for worker's + compensation, or to undertake self-insurance in accordance with the • provisions of said Code, and I will comply with such provisions before • commencing the performance of the Work of this Contract. • Contractor • By • • Title • • • • • • • • • • • SAFE ROUTES TO SCHOOL-CYCLE 8 • CITY PROJECT NO.09-07 2/2aM 1 WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS-PAGE 20 • PERFORMANCE BOND • KNOW ALL MEN BY THESE PRESENTS, That as Contractor, And as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the"City," in the sum of: • dollars, 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 Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: SAFE ROUTES TO SCHOOL—CYCLE 8 • CITY PROJECT NO. 09-07 + NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, • then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be fumished, or changes • in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said • Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said • Surety. SIGNED AND SEALED, this day of 2011. • CONTRACTOR: (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: y • By B • Signature(NOTARIZED) t♦ Title Print Name and Titles• ....., SURETY .,.... , ., ,... ) • . SAFE ROUTES TO SCHOOL-CYCLE 8 CITY PROJECT NO.W07 PERFORMANCE BOND 2/28111 AGREEMENT AND BONDS-PAGE 21 • PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, i And as Surety, • are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," in the sum of. dollars, . 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 Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: SAFE ROUTES TO SCHOOL—CYCLE 8 • CITY PROJECT NO. 09-07 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the • Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the • Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, • companies, or corporations so furnishing said materials, provisions, equipment, or other • supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work • and materials therefore, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorneys fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in • Section 3181 of the Civil Code of the State of California so as to give a right of action to • thPm or thair a.q.qinn.q in anv .quit hrnunht anon this hand • PAYMENIBUNU AGREEMENT AND BONDS- PAGE 22 PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, • nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this day of 2011. CONTRACTOR: • (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 • Signature(NOTARIZED) Print Name and Title: • By • Signature(NOTARIZED) Print Name and Title: SURETY • By • Title {Jr]YIL MIVV IVV IMr11NL Ml.NVV YYLCWMC,V, Vr JUl,CI II • • PAYMENT BOND AGREEMENT AND BONDS- PAGE 23 CERTIFICATE OF INSURANCE • THIS CERTIFICATE ISSUED TO TIE OWNEWAGEb:S LISTED BELOW DESIGNATED BY THE CONTRACT V1TTH THE INSURED • NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A • B C • D . TYPE OF WORK PERFORMED AND LOCATION • can LIMITS OF LIABILITY IN THOUSANDS IxIOOOI Les TYPE OF INSURANCE POLICY NUMBER • EACH • COMPREHENSIVE GENERAL LIABILITY • lorlulling• ❑ E%PLOSHXI AND COLLAPSE BOO LY INJURY 8 9 • ❑ UNOEB MMO DAMAGE a b . PROPERTY MMAGE ❑ PRODUCTSn:WM1ETED OPERATIONS • w ❑ CONTMCIUAL MPUMNCE ❑ GOAD iOIM PROPETY DAMAGE • ❑ NOFF9IIENT CONTMCTORS f10gLY RNURY AND • PROPERtY b b ❑ PERSONAL INJURY DAMAGE COMNtEO • KMNAL INJURY It • COMPREHENSIVE AUTOMOBILE WIMLY INJURY • LIABILITY EACH PERSON 6 Including: EACH ACCIOEM • ❑ OWNED b ❑ HIRED PROPERTY DAMAGE • ❑ NOW OWNED p . ❑ MOTMCANPmR BpORY INJURY AND PROPEIN b • DAMAGE coM • EXCESS LIANU" POORLY INJURY Including: AND PROPERTY ❑ E DAMAGE COMBINED a • EMPLOYER'S LIABILITY • VJORXER'S COMPENSATION STATUTORY erld • EMPLOYER'S LIABILITY Including: EL S WACH ❑• ACCIOENTI LONG BMOREMBIS AND HAPBOII MIDN[ERS ' OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS • The undersigned certifies that he Or me,is the representative of the above-named insurance companies,that he or she foes the authority to execute and issue this • canifllam to Certificate holder,and accordingly,does hereby certify on behalf of mid 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 contact or what document with respect to which this certificate may be issued or may pertain,the insurance afforded by the policies desnibed barren Is subject to at the terms,exclusions,and conditions of • such policies. Copies of the policies shown will be furnished to the Certificate"dot upon request. • This Certificate does not amend.extend,Or after the coverage afforded by the policies listed. • Cwmeratbn: ShoWd my of the above described Pokam be conceded before me expiration date thereof,the issuing company will mail 30 days written notice to the below-Mmed cortiftwo WOW.. • NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY • .vMMa.v.nNwv...m or xwwvt mv..v.:..m.�awrwM • • SAFE ROUTES TO SCHOOL-CYCLE 8 CERTIFICATE OF INSURANCE • CITY PROJECT NO.09-07 AGREEMENT AND BONDS-PAGE 24 2/28111 • Vv3 v- - CrrY tF PALU SPR*M PUBLIC WOORKSAND DEPARTMENT FA I - SAFE ROUTES TO SCHOOL—CYCLE 8 C"PRCUIECr NO. -67 • Sermon 1 - Tee,Definitions, abbrevkMons,-and Symbols Section 2 -,Scope and Control of Work Section 3 - Gtm_m in Work Section 4 - Controt of Materials Section 5 Section 6 - Prosecution, Progress,and Acceptance of the Work Section 7 - Pasponsibilides of the Conbaclor 10 Section 8 - FaciEies.for Agency Personnel r Saeabn 9 - nt,VW Payrrnent Section 10 Detatts r SAFE aQU RES J a SCH OOL-4YCLt 8 - : PA TT HI -SPECIAL PRC?WIMONS CITY PR0:1ECT :09-07 GEMERAL CAMMM-PAGE l , WWI • • CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT • • • SPECIAL PROVISIONS NAME SAFE ROUTES TO SCHOOL—CYCLE 8 ! CITY PROJECT NO. 09-07 • • 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"), 2009 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, 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"), 2009 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. • SAFE ROUTES TO SCHOOL-CYCLE 8 TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 2128111 • 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. Tahquitz Canyon . Way, Palm Springs, Caldomia 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 Terns. - 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 53069.86, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each days 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 or 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 arty designated Legal holiday officially observed by the City of Palm . Springs.Designated legal holidays are: • New Yews Day(January 1) • Martin Luther King Jr.Day(Third Monday in January) Lincoln's Birftay(February 12) 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) Day after Thanksgiving Day • Christmas Eve Day(December 24) • Christmas Day(December 25) 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. (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. • - ENE) OF -SE%:r TiON - • • SAFE ROUTES TO SCHOOL-CYCLE 8 TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS • CITY PROJECT No.09-07 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 • 2/2811 1 • SECTION 2-- SCOPE AND CONTROL OF WORK a 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: 38 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. Said time of completion . does not include time associated with ordering long lead-time items. Contractor shall refer to Section 4-2.2 of these Special Provisions for requirements associated with ordering long lead-time items. • In the event one or more Bid Schedules are not awarded and included in the Worts, the Work shall be completed as indicated below, with the contract time being the sum of the • allowable working days specified for all of the Bid Schedules awarded. The Work identified in Bid Schedule A shall be diligently prosecuted to completion before the expiration of: 14 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule B shall be diligently prosecuted to completion before the expiration of: 14 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule C shall be diligently prosecuted to completion before the expiration of- 8 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule D shall be diligently prosecuted to completion before 2 WORKING DAYS from the date specified in the Notice to Proceed from the City. • SAFE ROUTES TO SCHOOL-CYCLE 8 SCOPE AND CONTROL OF WORK CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 2-PAGE 1 2f28/11 • 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 Cleric's certificate evidencing that it is an admitted surety insurer shall be submitted with the 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 precedence shall be as listed below: , 1. Change Orders or Work Change Directives 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 1. .f D=t:11 A..r....:......-.............w.wwwnrl Ar..A..r... 3. Addenda or Charge Order drawings govem over Contract Drawings 4. Contract Drawings govern over Standard Drawings • 5. Contract Drawings govern over Shop Drawings . SAFE ROUTES TO SCHOOL-CYCLE 8 SCOPE AND CONTROL OF WORK CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 2 -PAGE 2 2/28/1 1 • i2-4 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: 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 • 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." 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 SURVEY MONUMENT PRESERVATION GUIDELINES 2-6.1 NEW AND RECONSTRUCTION PROJECTS All work is to be performed by a person or under the supervision of a person authorized to practice Land Surveying, and shall adhere to the following guidelines: A. PRIOR TO CONSTRUCTION 1. The public survey records are to be researched for the location of all possible survey monuments within the scope of the project and copies shall be furnished to the survey crew. 2. The survey crew shall diligently search for all survey monuments of record above or below the surface, within the road right-of-way. It is suggested that this search would include • the use of a metal detector. When the detector indicates the possibility of a buried . monument, than digging below the surface to uncover the monument is required. 3. The survey crew shall property reference all found survey monuments, which may be uisiurueu ur wvereu during wnsiiuciiun, iv biauie suriaee puinis. SAFE ROUTES TO SCHOOL-CYCLE 8 SCOPE AND CONTROL OF WORK • CITY PROJECT NO.09.07 SPECIAL PROVISIONS-SECTION 2-PAGE 3 2/28!1 1 • 4. The authorized surveyor shall properly complete a Comer Record or Record of Survey for • the monuments noted in item 3, above. Prior to the start of any construction work, the original or a print of the Comer Record of Survey shall be submitted to the County Surveyor for review, signature, and filing. B. AFTER CONSTRUCTION AND PRIOR TO RECORDING THE NOTICE OF COMPLETION 1. All covered and disturbed monuments shall be reset with the same or more durable type of monument as the original, in the surface of the construction. Key monuments shall be • a minimum 1" inside diameter iron pipe of appropriate length. 2. A monument box or other protective structure is recommended to be placed around key e monuments(section comers, quarter section comers). 3. The authorized surveyor shall properly complete a Comer Record or Record of Survey for all set monuments with a charge in character, including tag number, and submit it to the County Surveyor for review, signature, and filing. 2-7 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. • 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. 2-8 AUTHORITY OF THE ENGINEER t 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 • SAFE ROUTES TO SCHOOL-CYCLE 8 SCOPE AND CONTROL OF WORK CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 2-PAGE 4 • 212811t • A 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. 2-11 FLOW AND ACCEPTANCE OF WATER Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. , 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. • 2.12 SUBMITTALS The following provisions shall replace Section 9-2 "Lump Sum Work" of the Standard Specifications: On lump sum items, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will serve as the basis for progress payments and shall be incorporated into a form of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Pre- construction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor. - END OF SECTION - • SAFE ROUTES TO SCHOOL-CYCLE 8 SCOPE AND CONTROL OF WORK • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 2- PAGE 5 2128/11 A SECTION 3 » CHANGES IN WORK 3-1 EXTRA WORK S 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 2009 edition shall be deleted in its entirety and the following • substituted: 3-2PAYMENT 3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to read e as follows: (a) Work by Contractor. 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. 3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2.1 of the Standard Specifications shall be revised to read as follows: • 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts: 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 fumished shall be paid for according to the unit price established for such work under the Contract Documents, • wherever such unit price has been established; provided, that an adjustment in the . Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. t 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate therefore by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract • Change Order specifying the compensation to be paid therefore will be paid for by • adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made as provided in Section 3- J.G VI lllu J1011V01V 111 L11=00. VIJOWW I IVYIaIVIIa. • SAFE ROUTES TO SCHOOL-CYCLE 8 CHANGES IN WORK CITY PROJECT NO.09-07 SPECIAL PROVISIONS- SECTION 3-PAGE 1 • 2128/11 • Such adjustment of the Contract Unit Price will be the difference between the i Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item of work include fixed costs, such fixed costs shall be deemed to have been recovered by the Contractor by the payments made for 125 percent of the Engineer's Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the . Contractor and the City. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less than $5,000 at • the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts: On unit . price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer's Estimate therefore, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, . unless covered by an executed contract change order specifying the compensation ! payable therefore, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these • Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City, provided however, that in no case shall the payment for such work be less r than that which would be made at the Contract Unit Price. Such adjustment of the contract unit price will be the difference between the contract • unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended ' in these Special Provisions, or such adjustment as will be as agreed to by the • Contractor and the City.. The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer's . Estimate of the quantity for such item at the original Contract Unit Price. 3-2.2.1(d) Eliminated Items on Unit Price Contracts: On unit price contracts, should any contract item of the Work be eliminated in its entirety, in the absence of �n ���n��nrl ��nimr.F �L.�nnn /l«in. nn.inrinn n„nh nliminnfinn nn„mnnF..rill hn mn`In to the Contractor for actual costs incurred in connection with such eliminated contract • SAFE ROUTES TO SCHOOL-CYCLE 8 CHANGES IN WORK CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 3-PAGE 2 2128111 item if incurred prior to the date of notification in writing by the Engineer of such elimination. • If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such • case, the material paid for shall become the property of the City and the actual cost of • any further handling will be paid for by the City. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for • returning the material. The actual cost of handling returned material will be paid for. • The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3.2 of the Standard Specifications, as • amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. 40 - END OF SECTION - • • Ill 40 is 10 0 0 SAFE ROUTES TO SCHOOL-CYCLE 8 CHANGES IN WORK • CITY PROJECT NO.09.07 SPECIAL PROVISIONS-SECTION 3-PAGE 3 2128/11 0 SECTION 4 —CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard 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 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 famish 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 i Schedule. 4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities . within 3 working days after the award of Contract by the City. The Contractor shall furnish • the Engineer with a statement from the vendors) that the order(s) for said supplies, materials, and equipment has been received and accepted by said vendor(s) within 15 working days from the date of said award of Contract. - END OF SECTION - SAFE ROUTES TO SCHOOL-CYCLE 8 CONTROL OF MATERIALS • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 4-PAGE 1 2/2811 1 • 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 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, a for the timely removal, relocation, or protection of existing main or trunk-line 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 contract documents shall include provisions to 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 contract documents shall include provisions that 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. ' Nothing herein shall preclude the public agency from pursuing any appropriate remedy against the utility for delays which are the responsibility of the utility. Nothing herein shall be construed to relieve the utility from any obligation as required either by law or by contract to pay the cost of removal or relocation of existing utility facilities. (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: "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 . .. repairs or relocation worts at a reasonable price." SAFE ROUTES TO SCHOOL-CYCLE 8 UTILITIES CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 5-PAGE 1 2t28/1 1 • Special Note: While the City endeavors to show all known utilities in the plans, the City's inclusion of this special provision with reference to Government Code Section 4215 is . made to advise the Contractor of the fact that not all utilities may be shown in the plans, and that by this reference included in the specifications, the Contractor assumes responsibility for protecting all known utilities that are shown in the plans OR identified by i location in the project area by markings provided by Underground Service Alert prior to • construction. The City will only compensate the Contractor, as required by law, for locating utilities that are shown in the plans or identified by location in the project area by markings provided by Underground Service Alert, and which can not be found in the general location identified. The City will not compensate the Contractor for locating and protecting utilities shown in the plans OR marked by Underground Service Alert prior to construction. The Contractor is advised to investigate and review all existing utilities in the project area, and in submitting a Bid, acknowledges its responsibilities as referenced herein. 5-2 TEMPORARY SUPPORT OF UTILITIES The Plans identify the approximate locations of existing utilities that parallel or cross the Work. These locations are based on the best information available to the City. The Contractor shall verify these locations. During construction of the Work, some of the existing utilities may fall within the prism of trenches. If the existing utility does fall within the Contractor's trenches, the utility involved e shall be supported properly by the Contractor to the satisfaction of the utility owner. The method of support of the utility, precautions to be taken during trench backfill and compaction, etc., shall be per the utility owner's requirements. The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities. 5-3 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete. The Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work. 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 which interfere with the Work shall be relocated or adjusted to grade by the Contractor. The Contractor shall notify each utility owner a minimum of 2 working days • before commencing the Work. - END OF SECTION - SAFE ROUTES TO SCHOOL-CYCLE 8 UTILITIES ` CITY PROJECT NO.09-07 SPECIAL PROVISIONS- SECTION 5-PAGE 2 . 2/28/11 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 City-observed holidays, unless otherwise approved by the Engineer. i 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 substructures f 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 Superintendent (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)674-5452 WHITEWATER MUTUAL Attention: Mr.Stan Clark (760)3255880 SPRINT Attnntinn• Adr I vnn r1 in tt (909)873-8022 • UNDERGROUND SERVICE ALERT (800)227-2600 • PROSECUTION, PHOGHESS, SAFE ROUTES TO SCHOOL-CYCLE 8 AND ACCEPTANCE OF THE WORK CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 6-PAGE 1 • 2/28/1 1 • • • • • 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 - • • • • • • • • • • • • • • • • • i • • • • • • • • • • • • • • PROSECUTION, PROGRESS, SAFE ROUTES TO SCHOOL-CYCLE 8 AND ACCEPTANCE OF THE WORK • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 6- PAGE 2 2/28/11 • 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 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 Hours of Labor. — Eight hours labor constitutes a legal days work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the • California Labor Code relating to working hours. The Contractor shall forfeit, as a penalty to • the City, $25.00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one- half times the basic rate of pay. 7.3 Prevailing Wage. - As required by Sections 1770 and following, of the Califomia Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which copies shall be made available to any interested party on request. The Contractor shall post a copy . of such determination at each job site. • The Contractor shall, as a penalty to the City, forfeit $50.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the • Contract by it or by any subcontractor under it. 7-4 Apprentices on Public Works. - The Contractor shall comply with all applicable r - � ,. • Nivna'v,is vi 3Vi 'LlUIIa i i f r.0 ailU 1111 .v vi ais vau'vuna "awl % wV icwull�j w employment of apprentices on public works. • SAFE ROUTES TO SCHOOL-CYCLE 8 RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT N0, 09-07 SPECIAL PROVISIONS-SECTION 7-PAGE 1 S 2/28/1 1 • 7-5 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, r said moneys shall not thereafter be withheld on account of such Stop Notice. • 7-6 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 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. 7-7 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract. - (a) As required under Section 7104 of the Public Contract Code, in any public S works contract of a local public entity, which involves the digging of trenches or other excavations that extend deeper than 1.2 meters (4 feet) below the surface, shall be subject to the following conditions: the Contractor shall promptly, before the conditions are disturbed, notify the public entity in writing of such conditions. S (b) It has been determined that the OSHA soil classification in Palm Springs has designated to be Type C soil throughout the City. All protective measures shall be based upon that determination. 7-8 Resolution of Construction Claims. - As required under Section 20104, et seq., of • the Califomia 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. I, A single written claim shall be filed under this Article prior to the date of final payment for all • UU1I iamb roauiuny UUL Ui LI IC 1WU11LI OUL. SAFE ROUTES TO SCHOOL-CYCLE 8 RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 7-PAGE 2 2128/11 0 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 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 Citys 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 Citys response, whichever occurs first. The 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. 7-9 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply fully with , the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete. Where the said • Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the Contractor shall employ a registered civil engineer for these purposes, and all costs therefore shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract S Documents. 7-10 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll • record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-10, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: SAFE ROUTES TO SCHOOL-CYCLE 8 RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 7-PAGE 3 • 2/28111 • 1. A certified copy of an employee's payroll record shall be made available for inspection, or furnished to the employee, or his or • her authorized representative on request. 2. A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a • representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations. w 3. A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the • Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to Section 7.10, paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the • Contractor, sub-contractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-10, herein, with the entity that requested the records within 10 days after receipt of a written request. Any copy of records made available for inspection as copies, and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, and social security number. The name and address of the Contractor awarded the Contract or • performing the Contract shall not be marked or obliterated. The Contractor shall inform the body awarding the Contract of the location of the records enumerated under said Section 7-10, paragraph one, herein, including the street address, City and county, and shall, within 5 working days, provide a notice of any change of location • and address. In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what • respects the Contractor must comply with this Section. Should noncompliance still be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon ,. I . _. .l al_ - n,.:-:_.- _r w------:---LC_ na_.-J__J_ _- LL_ n:.__:_... _t 1 -L-- MU 10MUZOL VI UIV vIVIO"11 VI r-WFI�91U ,6J1111./ VW11V�1uJ V1 NW VI�N1v,a v1 LuvVl VL4nVulus • Enforcement, these penalties shall be withheld from progress payments then due. • SAFE ROUTES TO SCHOOL-CYCLE 8 RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 7-PAGE 4 • 2/28/11 A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain the full name, address and social security number of each employee, his or her correct • classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee's address and social security number need only appear on the first payroll on which his or her name appears. The payroll shall be accompanied by a "Statement of Compliance," signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less than those required by the Contract. The "Statement of Compliance" shall be on forms furnished by the City, or on any form with identical wording. The Contractor shall be responsible for the submission of copies of payrolls from all • subcontractors. If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the 1 st of that month, the City , will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10,000, nor be less than $1,000. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the • monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. 7-11 INSURANCE The limits of liability for insurance, as required by Section 7-3 and 7-4 of the Standard Specifications, shall provide coverage for not less that the following amounts, or greater where required by laws and regulations: INSURANCE AMOUNTS 110 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-party 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 SAFE ROUTES TO SCHOOL-CYCLE 8 RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 7-PAGE 5 • 2128/11 • 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 • . 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 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 Reouired $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: 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 Bests 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 VII 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 tnaorsemenr t-orm ror me Giiv vi raim Sixinug ul (2) ail acceptable Certificate of Liability Insurance Coverage with an approved Additional • Insured Endorsement with the following endorsements stated on the certificate: SAFE ROUTES TO SCHOOL- CYCLE 8 RESPONSIBILITIES Of THE CONTRACTOR • CITY PROJECT NO. 09-07 SPECIAL PROVISIONS-SECTION 7 -PAGE 6 • 2128/11 1. ,The City of Palm Springs, its 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 may have" ("as it relates to a specific contract" or "for any and all work • performed with the City" 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, its 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." • 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." 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. • In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. All certificates and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of • 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 3310 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 3710 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 premium) 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 trom pate of approval SAFE ROUTES TO SCHOOL-CYCLE 8 RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 09-07 SPECIAL PROVISIONS-SECTION 7-PAGE 7 • 2128/11 • F. Endorsement Languaoe 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 13: • SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENBEA�FAR TO MAIL 30 DAYS' WRITTEN • NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN 8WT FAILURE RE 4:0 \AAII QI UYJ AI=- Gr-- RNAL4 IMPGRE NO O-RI IGATION 0 L IADII ITV Or ANY KIND UPON THE IAICI IDCD PfQ 'ENT.8% OR 'The brokerlagent 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. 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 Citys 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. • SAFE ROUTES TO SCHOOL-CYCLE 8 RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 7-PAGE 8 • 2/28/11 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.Then: 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.2soarta.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 Reauirements 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 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. • 7-12 PERMITS 7-12.1 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 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. • 7-12.2 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. 7-13 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. The Contractor shall also abate dust nuisance, as required in Section 7- 14 of these Special Provisions. The use of water resulting in mud on public streets will not • De permittea as a suDSikute iur bweGp4iy ul uikc, 11mU-m 13. • • SAFE ROUTES TO SCHOOL-CYCLE 8 RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 7 -PAGE 9 • 2/28/11 • r 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 Contractor's bid. Full compensation for all work required in this section shall be considered as included in the • contract prices paid for the related items of work and no additional compensation will be allowed therefore. 7-14 DUST CONTROL 7-14.1 General A. The Contractor shall be responsible for stabilizing the disturbed soil during construction. • The method which it will use must be approved by the Engineer. If a water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefore. B. The Contractor shall be responsible for maintaining the project site and providing adeguate dust control 24 hours a day, everyday, through the duration of the Project, in conformance with City requirements, Section 7-8 of the Standard Specifications, and to the satisfaction of the City Engineer. 7-14.2 Payment. - Full compensation for providing 24 hour dust control shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefore. - END OF SECTION - r r • SAFE ROUTES TO SCHOOL- CYCLE 8 RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 7- PAGE 10 • 2/28/11 • • • • SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL • • (BLANK) • • - END OF SECTION - • • • • s • • • • • • • • • • • • • • • • • • • • • • • • • SAFE ROUTES TO SCHOOL-CYCLE 8 FACILITIES FOR AGENCY PERSONNEL • CITY PROJECT NO. 09-07 SPECIAL PROVISIONS-SECTION 8-PAGE 1 • 2/2811 1 • r 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 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 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 10 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. 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; r 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. 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 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 al_ - __ MI%a ._a _[.1. 1.1 ........-.1:.... {w {L... C....:w���.. .www,....r..wr.r.{i. .....{ mr..{\w.i{ • LIIG II NIIU IIr IIIGUJ41 V111\i,l\ VI YYVII\ 4VWIVn.y .v uV � YJn wv � vvuv.n•�a.V. .v, �..� ,vv.-...•u• 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 • SAFE ROUTES TO SCHOOL-CYCLE 8 MEASUREMENT AND PAYMENT . CITY PROJECT NO.09-07 SPECIAL PROVISIONS- SECTION 9- PAGE 1 • 212811 1 r monthly measurement of the work. Payments shall not be made more frequently than once per month. 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall be DELETED and the following substituted therefore: w After 35 days of the Citys recordation of a Notice of Completion with the County Recorder, or as prescribed by law, the amount deducted from the partial payments and retained by the City will be • processed for payment to the Contractor.except for such amounts as are required by law to be withheld by properly executed and fled notices to stop payment, or as may be authorized by the Contract to be further retained. • 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 t, Sheet(s) for the respective items of work. The quantities of work or material stated as unit • price items on the Bid Sheet(s) 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 25 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheets) 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 month's operations. 2. Installing temporary construction power, wiring, and lighting facilities 3. Establishing fire protection systems as specified in these Special Provisions. 4. Providing on-site communication facilities for the Contractor and the Engineer. 5. r'IUVIUIIIy VIf-AIIC baIIIIOIy IPNIIIIGJ anV �/V auv,V aauw, .uV.uua..+. • 6. Obtaining and paying for all required bonds, insurance, and permits. SAFE ROUTES TO SCHOOL-CYCLE 8 MEASUREMENT AND PAYMENT • CITY PROJECT NO.09-07 SPECIAL PROVISIONS-SECTION 9-PAGE 2 • 2/28111 • 7. Posting all OSHA-required notices, and establishment of OSHA-approved • safety programs. 8. Having the Contractor's superintendent at the job site full-time. 9. 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 - • SAFE ROUTES TO SCHOOL- CYCLE 8 MEASUREMENT AND PAYMENT CITY PROJECT NO. 09-07 SPECIAL PROVISIONS-SECTION 9-PAGE 3 . 2/28/11 SECTION 10 — CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 RECORD DRAWINGS The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans 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. Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications. 4. Any details not in the original Construction Plans developed by the City throughout construction necessary to clarify or modify the Construction Plans. • The Contractor shall maintain all record infomtiation daily and make this information available to the Project Inspector upon request. The Contractor's progress payment will not be approved unless project record drawings are current. • 10-1.2 LOCATION AND PROGRESSION OF THE WORK The Work is located along school routes and in the vicinity of four elementary schools in Palm Springs: Cahuilla, Cielo Vista, Katherine Finchy, and Vista Del Monte Elementary • Schools. • 10-1.2.1 Description: The work under this contract shall consist of furnishing all labor, materials, vehicles, tools, machinery, equipment, etc., necessary for. - Construction of 5 foot wide Portland cement concrete sidewalk and ADA access ramps on the east side of Calle Santa Cruz from Sunny Dunes to Calle De Ricardo, on the south side of Francis Drive from Via Miraleste to Sunnyview Drive, • on the north side of Francis Drive east of Starr Road (along one property), and on the east side of Camino Real south of South Riverside (along one property). - Crosswalk striping (white and yellow), and stop bar striping at several intersections, as shown on the drawings. - Installation of solar powered and push button activated in-pavement flashing nmccwalk linhtc and heamns. skins. oull boxes, controllers, crosswalk striping, and advanced warning signs at the following three locations: -on Francis Drive, east of Via Miraleste SAFE ROUTES TO SCHOOL • CITY PROJECT NO.0"7 CONSTRUCTION DETAILS 2/28/11 SPECIAL PROVISIONS-SECTION 10- PAGE 1 • - on Avenida Caballeros south of Francis Drive, and - on Calle Santa Cruz east of Camino San Simeon - Installation of audio and countdown signals at the following signalized three . intersections: - Racquet Club Road /Avenida Caballeros - Racquet Club Road /Sunrise Way, and - San Rafael Road /Sunrise Way. • The project will also include curb and asphalt concrete removal and reconstruction, driveway and barrier curb construction, access ramps, sign relocation and installation, water meter adjustments, and all appurtenant work, as shown on the plans, and all other items necessary to provide complete and operational improvements to the satisfaction of the City of Palm Springs. Such items and details not mentioned herein that are required by the plans, Standard Specifications, these Special Provisions, or any addenda or clarifications, shall be fumished, placed, installed, or performed. 10-1.2.2 Restrictions. The Contractor shall not work during the ingress and egress of children at school • locations. 10-2 TRAFFIC CONTROL 10-2.1 Maintaining Traffic. -Attention is directed to Sections 7-10, "Public Convenience and Safety," of the Standard Specifications. 10-2.2 Field Operations. -- The Engineer retains the authority to initiate field changes in S 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 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 State of Califomia, Department of Transportation, • MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2009 EDITION, or subsequent editions in force at the time of construction. These signs and barricades shall be indicated on and be an integral part of the Traffic Control Plan. 10-2.4 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at I......i 7A I......., ti,h nn mnru 0,an AR hniim in Ariunn `a of the wnrk ThP ;Inn; ;hall hp placed no more than 100 feet apart on each side of the street and at shorter intervals if . SAFE ROUTES TO SCHOOL . CITY PROJECT NO.0"7 CONSTRUCTION DETAILS Z/26/t1 SPECIAL PROVISIONS-SECTION 10- PAGE 2 • 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 will be provided. All signs shall be • removed within 24 hours after the effective date. 10-2.5 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. 10-2.6 Traffic Disruptions. — For all road closures, road detours, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. All warning signs shall be manufactured with high intensity faces and legends, and shall be placed at least 7 calendar days prior to the commencement of construction. All work done on major and secondary thoroughfares shall utilize solar powered flashing arrow boards, and all signs . shall remain in place during nighttime hours. Any of the Contractor's work that may disrupt normal traffic signal operation shall be coordinated with the Engineer a minimum of 2 working days prior to the commencement of the Work. 10-2.7 Traffic Signal Operations. - The Contractor shall not modify the Signal Timing. The Contractor shall notify the City 24 hours in advance of any lane closures or detector loop removals so that the agency can modify the signal timing appropriately. 10-2.8 Travel lanes. - In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times. At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of two lanes of traffic. 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 Bid Item price for traffic control in • the Bid Schedule, and no additional compensation will be allowed therefore. 10-2.9 Detours. - The Contractor shall provide, install, and remove any detours for the routing of vehicular and pedestrian traffic as shown on the Drawings, as specified in the • Special Provisions, or as directed by the Engineer. Payment for such work shall be included in the Bid Item price for traffic control in the Bid Schedule, and no additional compensation will be allowed therefore. 10-2.10 Traffic Access and Control. - The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic around all work in the construction zone, including solar-powered arrow boards. All traffic controls shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to • MMIA/.P. nnv Hari of r fhccn m dr=m n*Q I nrAl AnM aaC ChA11 ha mnintninPri to Al mmnArtipm • ...r..-�.. .-.y r_.- _. ..._ ._I-.._ -.___-__ _ _ . fronting the Work at all times. SAFE ROUTES TO SCHOOL • CITY PROJECT NO.09.07 CONSTRUCTION DETAILS 2/28/11 SPECIAL PROVISIONS-SECTION 10-PAGE 3 • • 10-2.11 Access. - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the • affected property owner. 10-2.12 Pedestrians. - The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone. These signs and barricades shall • be an integral part of the Contract, and shall be included as part of the Traffic Control Bid • item, and no additional compensation will be allowed therefore. 10-2.13 Public Safety During Non-Working Hours. — Not-withstanding the Contractor's primary responsibility for safety at the site of the Work when the Contractor is not present, • the Engineer, at his option, after attempting to contact the Contractor, may direct City forces to perform any functions he may deem necessary to ensure public safety at or in the vicinity of the site of the Work. If such procedures are implemented, the Contractor shall be responsible for all expenses incurred by the City. 10-2.14 Measurement and Payment - Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, fumishing, 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. e Payment for traffic control shall be made at the lump sum price Bid for "Traffic Control", and no additional compensation shall be allowed therefore. 10-3 EARTHWORK 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 shall consist of removing all existing objectionable natural materials in the area of the proposed Work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away and properly disposed of. 10-3.1.1 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 slated for removal as part of the Contract, 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. Irrigation Systems: - The contractor is hereby made aware that there are existing irrigation a%mfama a.tlmrbanf to and within thr+ ni niw t limits Thin Contrar tar shall be responsible for the relocation of the irrigation systems that will be affected by the project improvements. • SAFE ROUTES TO SCHOOL CITY PROJECT NO.0"7 CONSTRUCTION DETAILS • 2IM11 SPECIAL PROVISIONS-SECTION 10-PAGE 4 • The existing landscaping and irrigation system outside of the work area shall be protected in place. 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 bikeway or 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. Any damaged traffic signal bop detectors shall be replaced by the Contractor within 72 hours of any damage at no additional cost to the City. 10-3.1.2 Trees Within Project Limits 10-3.1.2.1 General. - The Contractor shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within project limits, including private property, and street rights-of-way, and shall not trim or remove any trees • unless such trees have been approved for trimming or removal by the property owner, the City, or other jurisdictional agency. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the Contractor or a certified tree company under permit from the City or other jurisdictional agency and to the satisfaction , of said property owner, the City and/or agency. Tree trimming and replacement shall be • accomplished in accordance with the following paragraphs. • 10-3.1.2.2 Trimming. - The natural shape and form of the tree shall be preserved and enhanced; no stubs or splits or tom branches left; no topping or drop crouching; and , dean cuts shall be made close to the trunk or large branches. • 10-3.1.2.3 Replacement. - The Contractor shall immediately notify the property owner, the City, and/or other jurisdictional agency if any tree is damaged by the Contractor's operations. If, in the opinion of the City or said other agency, the damage is such that • replacement is necessary, the Contractor shall replace the tree at its own expense. The • tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the Contractor shall pay to the owner of said tree a compensatory payment acceptable to the tree owner, subject to the approval of the property owner, the City, or other jurisdictional • agency. The size of the trees shall be not less than 1-inch diameter nor less than 6 feet in • height. Fines will be assessed against the Contractor for trees removed without the City's prior written approval. The minimum amount of fine or restitution to the City will be the replacement of the tree removed, with one of equal or greater size and maturity and as approved by the property owner and the City. Larger fines may be assessed against the • Contractor depending upon the circumstances and type of tree removed, especially in the • race of oak trees. • SAFE ROUTES TO SCHOOL CONSTRUCTION DETAILS • CITY PROJECT NO.09-07 2/28/11 SPECIAL PROVISIONS-SECTION 10-PAGE 5 . • 10-3.1.3 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 t♦ give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise • protecting such improvements and for replacing same. Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damage due to its • operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other work. 10-3.2 Removals 10-3.2.1 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. 10-3.2.2 Asphalt Concrete. Remove sections of asphalt concrete located within the • City's right-of--way. Asphalt concrete pavement or driveway shall be neatly sawed in straight lines either parallel to the edge of pavement or at right angles to the alignment of the road. 10-3.2.3 P.C.C. Sidewalk, and Driveways: Portland cement concrete shall be removed • to neatly sawed edges, with saw cuts made to a minimum depth of one-half the thickness of said concrete. Concrete sidewalk or driveways to be removed shall be neatly sawed in straight lines, either parallel to the curb or at right angles to the alignment of the existing concrete flatwork. Concrete shall be saw-cut to the nearest cold joint, weakened plane • joint, or expansion joint in all directions, regardless of panel size or the distance from Qnwm it to inint SAFE ROUTES TO SCHOOL CITY PROJECT NO.09.07 CONSTRUCTION DETAILS • 2128/11 SPECIAL PROVISIONS-SECTION 10-PAGE 6 • 10-3.2.4 Concrete Cleaning. - Immediately after each saw-cutting operation, the Contractor shall thoroughly clean all surfaces of adjoining sidewalk of any dirt, dust, oil, grease, etc. The Contractor shall use "FSC Heavy Industrial Concentrate Cleaner," or • equal, in solution with 10 ounces of "Citrus SON," or equal, added per gallon of concentrate. The maximum residence time shall be no longer than 10 or 15 minutes. Cleaning shall be performed immediately after the saw-cutting operation and curing of the replacement P.C.C. at any one location. 10-3.2.5 Concrete Washing. - The Contractor shall perform a light power wash, (1500 p.s.i. at 5 to 10 gallons per minute), immediately after cleaning concrete surfaces with the above cleaning solutions. The Contractor shall allow a minimum of 1 hour drying time before pedestrian traffic may be allowed to cross areas that have been cleaned and • washed. The Contractor shall use whatever measures are necessary to protect the public and keep pedestrians away from cleaned and washed sidewalk at all times until completely dry. 10-3.3 Payment. Payment for Clearing and Grubbing shall be considered as included in the various items of work bid and no additional compensation shall be allowed therefore. Payment for removals shall be made at the unit price bid for each material (AC, PCC, • curb, boulders, ornamental lights), which price shall include full Compensation for saw- cutting, removal, and disposal thereof, and no additional compensation shall be allowed therefore. 10-3.4 Unclassified Excavation • 10-3.4.1 Unclassified Excavation - Unclassified excavation shall consist of excavation of native material in excess of the proposed sidewalk, ramp, and driveway sections, and any removals not specifically listed as removal items in the Bid Schedule. . The Contractor will coordinate his work with the property owners. At those locations where there is gravel along the curb, and the property owner wishes to reuse it, the Contractor shall stockpile the gravel on the property, outside the work area, at a location approved by the property owner. If there are rocks in the work area, the Contractor shall . relocate them next to the new sidewalk. • Excavation shall be done in accordance with Section 300-2, "Unclassified Excavation" of the Standard Specifications. 10-3.4.2 Payment. - Payment for unclassified excavation shall be considered as included in the various bid items of work, and no additional compensation shall be allowed therefore. SAFE ROUTES TO SCHOOL • CITY PROJECT NO-09-07 CONSTRUCTION DETAILS 2/M11 SPECIAL PROVISIONS-SECTION 10-PAGE 7 • • 10-3.5 Unclassified Fill 10-3.5.1 Unclassified Fill. - The Work shall conform to Section 300-4, "Unclassified Fill" of the Standard Specifications. However, the top 12 inches of subgrade and topsoil shall have a minimum relative compaction of 90 percent. 10-3.5.2 Payment - Payment for all unclassified fill shall be considered as included in the various bid items of work, and no additional compensation shall be allowed therefore. 10-4 CRUSHED MISCELLANEOUS BASE 10-4.1 Material. All base material shall be crushed miscellaneous base that has been imported to the site and shall conform to Section 200-2.4 "Crushed Miscellaneous Base" of the Standard Specifications. 10-4.2 Payment. - Payment for"Construct 2.5"AC Pavement over 4" base" shall include full compensation for construction of crushed miscellaneous base including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the standard specifications and these special provisions. 10-5 ASPHALT CONCRETE 10-5.1 Asphalt Concrete Asphalt Concrete Pavement: The asphalt concrete pavement shall be 2.5" thick (minimum) in accordance with the City of Palm Springs Standard Drawing No. 110, a copy of which is included in these provisions. 10-5.2 Material: The material shall conform to type C2-AR4000 asphalt concrete pavement. Alternatively, upon approval by the Engineer, performance grade (PG) asphalt binder may be used in lieu of Type AR4000 asphalt binder. Asphalt binder meeting performance grade standards shall comply with Specification Grade PG70-10, in accordance with Section 92 of the 2009 Caltrans Standard Specifications. All asphalt concrete construction shall conform to Section 203-6 "Asphalt Concrete" of the Standard Specifications. Tack coat shall be Grade SS-1h emulsified asphalt and it shall be applied to all clean, • existing asphalt areas prior to placing the new asphalt concrete for the raised crosswalks. The cost of tack coat shall be included in the price for asphalt concrete, and no additional • payment will be made therefore. • SAFE ROUTES TO SCHOOL CITY PROJECT NO.09-07 CONSTRUCTION DETAILS • 2/28/11 SPECIAL PROVISIONS- SECTION 10-PAGE 8 • 10-5.3 Asphalt Concrete Placement. Application of asphalt concrete shall conform to Section 302-5.6 "Distribution and Spreading" and Section 302-5.6 "Rolling" of the Standard Specifications. • 10-5.4 Measurement and Payment. Payment for asphalt concrete will be made at the unit price bid per square foot for"Construct 2.5"AC Pavement" constructed as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. No separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefore shall be included in the unit price bid for asphalt concrete. Payment for asphalt concrete shall include full compensation for construction of asphalt concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, [and preparation of subgrade] and tack coat, in accordance with the standard specifications and these special • provisions. • 10-6 PORTLAND CEMENT CONCRETE 10-6.1 Material. Portland Cement Concrete of the class and type shown on City Standard Drawings shall be used to construct new sidewalk, access ramps, barrier curbs, driveways, curbs, gutters, cross gutters, spandrels, and pull boxes. Where class and type are not specified in the standard drawings or plans, Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for construction. 10-6.2 Sidewalk. Construction of sidewalk shall conform to the City of Palm Springs Standard Drawing Number 210 and Construction Plans which provide sidewalk thickness requirements, and special notes for construction. The Construction Plans indicate where sidewalk is to be installed. Application details and other specifications not explicitly stated . or shown in either Standard Drawings or the Construction Plans shall conform to Section . 303-5 of the Standard Specifications. 10-6.3 Barrier Curb. Construction of 0.5% 1', 1.5', 2' and 2.5' high barrier curbs at the locations shown on the drawings shall conform to the Detail "A" shown on the • Construction Plans. 10-6.4 Curb and Gutter. Construction of new curb and gutter shall conform to the City of Palm Springs Curb and Gutter Standard Drawing Number 200. Type A2-6 Curb and • Gutter shall be constructed to the dimensions as specified in the City's Standard Drawing but, application details and other specifications not explicitly shown or stated in the City s Standard Drawing, shall conform to Section 303-5 of the Standard Specifications. 10-6.5 Roll Curb transition. Construction of roll curb transition shall conform to the City • of Palm CnrinnQ gt=ndArd nrnwinn Ni imhar 9n9 hl rt nnnliratinn dataiic anri nthar • specifications not explicitly stated or shown in the City's Standard Drawing, shall conform to Section 303-5 of the Standard Specifications. SAFE ROUTES TO SCHOOL • CITY PROJECT NO.09.07 CONSTRUCTION DETAILS 2/28/11 SPECIAL PROVISIONS-SECTION 10-PAGE 9 • • 10-6.6 Driveway Approaches. Construction of driveway approaches shall conform to • the City of Palm Springs Driveway Approach Standard Drawing Number 201. The details • specified in this Standard Drawing shall govern but, application details and other specifications not explicitly stated or shown on this Standard Drawing, or on the Construction Plan shall conform to Section 303-5 of the Standard Specifications. 10-6.7 Access Ramp. Construction of access ramps shall conform to the City of Palm Springs Type B Curb Ramp Detail Standard Drawing Number 213. This ramp detail conforms to ADA standards as called for in the Plans. The details specified in this Standard Drawing shall govem, but the Construction Plans shall be referred to for . application location details. ADA standards shall be referred to for other specifications not explicitly stated or shown on the City of Palm Springs Standard Drawing. Also, construction material and application details shall conform to Section 303-5 of the Standard Specifications. 10-6.8 Concrete Spandrel and Cross Gutter — Construction of 8" thick P.C. concrete spandrel and cross gutter shall conform to the City Standard Drawing No. 206. The Contractor shall install 6" of crushed miscellaneous base under the spandrel and cross gutter. The cost of the base shall be included in the price of this item in the Bid Schedule. 10-6.9 Adjust Existing Water Meters and Customer Control Valves. - The existing water meters and customer control valves will be adjusted to the new finished pavement grade or relocated by the Desert Water Agency. The City will pay the fee, but the Contractor shall coordinate the work with Desert Water Agency. 104640 Vandalism. The Contractor shall be responsible for protecting all new Portland cement concrete construction from vandalism. Any vandalism identified on new concrete construction shall be removed and replaced by the Contractor, as required and directed by the City Engineer. 10-6.11 Measurement and Payment. - Payment for construction of Portland Cement Concrete items will be based on the unit prices bid for the items shown in the bid schedule, for P.C.C. items constructed complete in place as shown on the plans, as • specified in the standard specifications and in these special provisions and as directed by the Engineer. ! Payment for P.C.C. Sidewalk per C.P.S. Std. Dwg. 210 shall be made at the unit price bid per square foot for"Construct 4" P.C.C. Sidewalk" and no additional compensation will be • allowed therefore. Payment for P.C.C. Barrier Curbs shall be made at the unit price bid per linear foot for "Construct 6" high P.C.C. Barrier Curb", "Construct 1' high P.C.C. Barrier Curb", • "Construct 1.5' high P.C.C. Barrier Curb", "Construct 2' high P.C.C. Barrier Curb" and "rnnctnlnt 2 5' hin_h P.C; C; RarriPr ri1rh" and no additional Como_ ensation will be allowed therefore. • SAFE ROUTES TO SCHOOL CITY PROJECT NO.09-07 CONSTRUCTION DETAILS • 2128(11 SPECIAL PROVISIONS-SECTION 10-PAGE 10 • f Payment for curb & gutter shall be made at the unit price Bid per linear foot for"Construct 6" Curb and Gutter" per C.P.S. Std. Dwg. 200, and no additional compensation shall be allowed therefore. • Payment for roll curb transitions per C.P.S. Std. Dwg. 209 shall be made at the unit price bid per linear foot for "Construct 6" Curb and Gutter" and no additional compensation shall be allowed therefore. Payment for 6" P.C.C. driveway approach per C.P.S. Std. Dwg. 201 shall be made at the unit price Bid per square foot for "Construct P.C.C. Driveway", and no additional compensation shall be allowed therefore. Payment for ADA access ramps per C.P.S. Std. Dwg. 213 shall be made at the Bid price per each ramp for "Construct Type B Curb Ramp", and no additional compensation shall be allowed therefore. Payment for P.C.C. spandrel & cross gutter per C.P.S. Std. Dwg. 206 shall be made at + the unit price Bid per square foot for"Construct Spandrel & Cross Gutter" per C.P.S. Std. Dwg. 206. The area measured and paid for at this unit price shall include the Curb returns. Payment for P.C.C. items shall include full compensation for construction of P.C.C. items including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, and protecting, complete in place, in accordance with the standard specifications and these special provisions. • No separate payment will be made for grading, preparation of subgrade, furnishing and setting of expansion joint material, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the bid. 10-7 SIGNAGE 10-7.1 General. The Contractor shall be responsible for the removal and relocation of existing signs and posts which interfere with the work, and for the provision and installation of all new regulatory, warning, and guide signs and posts as shown on the Drawings and as specified in the Special Provisions. The Contractor shall execute the utmost care to not damage the existing signs, and the Contractor shall replace any damaged signs at its . expense. • The shape, size, color, design, and verbiage of the proposed signs shall conform to the "CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2010 EDITION" or subsequent editions in force at the time of construction. The material of the e Sion. tvoe of letterina. and other details shall conform to the Citv of Palm Springs Siqn Installation Standard Drawing Number 624. SAFE ROUTES TO SCHOOL • CITY PROJECT NO.09-07 CONSTRUCTION DETAILS 21M11 SPECIAL PROVISIONS-SECTION 10- PAGE 11 • • 10-7.2 Sign Relocation. The Contractor shall notify the Engineer 2 working days in advance of specific locations in which existing signs require removal and relocation due • to construction- Signs shall be relocated where shown on the Drawings and as directed by the Engineer. Should any stop signs require removal, the Contractor shall temporarily re-erect them out of the immediate area of the Work, but at a location clearly visible and obvious to all pedestrian and vehicular traffic. 10.7.3 Advanced warning signs —The contractor shall furnish and install advanced S1- 1 and W 16-9P warning signs at the approximate locations shown on the project drawings. The contractor shall furnish and install advanced W11-15 and W11-15a warning signs • only on South Riverside Drive at S. Camino Real. The exact location of the signs shall be • determined in the field by the Engineer. r 10-7.4 Sign Post and Sleeve Installation. -- New and relocated signs shall be installed = using new telespar posts and anchor sleeves. Sign posts shall be 2-inches wide by 2- inches deep and of sufficient length to extend from the top of the sign(s) to a minimum of 8 inches into the anchor sleeve, and shall provide a minimum of 7 feet of clearance between the finished grade elevation and the bottom of the lowest sign. The anchor sleeve shall extend from 1 to 2 inches above finished grade and shall be 2-1/4 inches wide by 2-1/4 inches deep by 30 inches long. The sign post shall be attached to the anchor sleeve utilizing 2 "Unistrut," No. TL 3806, or equal, drive rivets at right angles to each other. The Contractor shall attach any signs to all posts using the drive rivets specified herein. 10-7.5 Pedestrian Barricade The contractor shall furnish and install pedestrian barricades Type I per Caltrans Standard Plan No. ES-7P at Francis Dr./Ave. Caballeros intersection, at the locations shown on the project drawing. The work shall include foundation construction, sidewalk widening, concrete block retaining curb relocation (at north-east comer), "No Pedestrian Crossing" (R9-3a) sign, "Use Crosswalk" (R9-3b) sign, and all appurtenant work. 10-7.6 Payment. Payment for traffic sign relocation shall be made at the unit price bid per each sign for "Relocate Traffic Sign", using new telespar posts and anchor sleeves as specified in the these special provisions, and no additional compensation shall be allowed therefore. • Payment for installing advanced warning signs shall be made at the lump sum price bid for "Furnish and install solar powered flashing in-pavement lights, beacons, pedestrian push buttons, pull-boxes, controllers, S1-1 signs, arrow sings, advanced warning signs (S1-1 and W16-9p), and install thermoplastic crosswalk striping", fully installed, as indicated on the plans and specified in the standard specifications and these special provisions, and shall include full compensation for providing and installing new signs and new telespar posts & sleeves, and all appurtenant work and no additional comuensation shall be allowed therefore. SAFE ROUTES TO SCHOOL CITY PROJECT NO.0"7 CONSTRUCTION DETAILS . 2128/11 SPECIAL PROVISIONS-SECTION 10-PAGE 12 • • • Payment for installing advanced W11-15 and W11-15a warning signs shall be made at the unit price bid per each sign for "Furnish and install advanced bikelpedestrian crossing warning signs (W11-15 and W11-15a)" fully installed, as indicated on the plans ! and specified in the standard specifications and these special provisions, and shall include full compensation for providing and installing new signs and new telespar posts & sleeves, and all appurtenant work and no additional compensation shall be allowed therefore. • Payment for furnishing and installing Pedestrian Barricades Type I per Caltrans ! Standard Plan No. ES-7P shall be made at the unit price bid per each barricade for "Furnish and install pedestrian barricade", including foundations, signs, sidewalk • widening, retaining curb relocation, and all appurtenant work, and no additional . compensation shall be allowed therefore. 10-8 STRIPING AND PAVEMENT MARKING 10-8.1 Pavement Striping and Markings — Crosswalk Striping and Pavement markings ! shall conform to the provisions in Section 210-1.6.1 "General" and 210-1.6.2 + "Thermoplastic Paint, State Specifications," of the Standard Specifications for Public ! Works Construction ("Greenbook"), and these Special Provisions. 10-8.2 Applying Pavement Striping and Markings —Crosswalk striping shall be ; applied in accordance with section 310-5.6 of the Standard Specifications for Public Works Construction ("Greenbook"), using yellow and white thermoplastic paint, at the locations shown on the plans and as directed by the Engineer. 10-8.3 Removal of Existing Pavement Markings. The Contractor shall completely remove from the pavement surface all conflicting pavement markings, either shown or not ! shown on the Drawings, by such methods as scraping, sandblasting, grinding, etc. Where sandblasting or 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 sandblasting or grinding. Such removal shall be by sweeping concurrently with the sandblasting or grinding operation. 10-8.4 Payment: ! • Payment for thermoplastic crosswalk and stop bar striping per Caltrans Standard Plan A24E shall be made at the unit price Bid per linear foot for "Crosswalk Striping — yellow" • "Crosswalk Striping — white", and "Stop Bar Striping - white), and no additional compensation shall be allowed therefore. Payment for removal of existing pavement striping and markings shall be considered as • included in the various bid items of work, and no additional compensation shall be • allowed therefore. • ! SAFE ROUTES TO SCHOOL • CITY PROJECT NO.0"7 CONSTRUCTION DETAILS 2128/11 SPECIAL PROVISIONS-SECTION 10-PAGE 13 • • t r 10-9 MISCELLANEOUS FACILITIES 10-9.1 LANDSCAPING AND IRRIGATION SYSTEMS: The contractor is hereby made aware that there are existing irrigation systems adjacent to and within the project limits. The contractor shall be responsible for identifying the extent of existing landscaping and irrigation systems, and shall relocate the irrigation systems that will be affected by the project improvements, including the irrigation valve boxes. The existing landscaping (turf, gravel, plants, boulders) and irrigation system outside of the work area shall be protected in place. • Payment for relocation of irrigation systems shall be considered as included in the various items of work in the Bid Schedule and no additional compensation shall be allowed therefore. The existing landscaping lighting shall be protected in place or relocated as necessary to S allow construction of new improvements. The Contractor shall coordinate the relocation of the existing landscaping lights from the work area with the property owners. The new s locations outside the work area shall be approved by the property owners. Payment for relocation of landscaping lights shall be considered as included in the S various items of work in the Bid Schedule and no additional compensation shall be allowed therefore. . 10-9.2 ORNAMENTAL LIGHTS - The Contractor shall coordinate the relocation of the • existing ornamental lights from the work area with the property owners. The new locations • outside the work area shall be approved by the property owner. Payment for relocation of ornamental lights shall be made at the unit price bid for "Remove/Relocate Existing Ornamental Lights", and no additional compensation shall be allowed therefore. 10-9.3 Mailboxes - Mailboxes shall be relocated as shown on the plans, and as directed by the Engineer. Payment for mailbox relocation shall be made at the unit price bid for"Relocate Mailbox", and shall include temporary relocation of mailboxes as required to maintain delivery service. 10-9.4 Fire Hydrant— The existing Fire Hydrant at the northeast comer of San Simeon and Camino Parocela interferes with the new ADA curb ramp, and needs to be relocated by Desert Water Agency. The City will pay the relocation fee, but the Contractor shall coordinate the relocation with Desert Water Agency. in-in S01 AR PAWFRM FI ARHINr. RFAMN SYSTFM 10-10.1 General Product Specifications SAFE ROUTES TO SCHOOL CITY PROJECT NO.09-07 CONSTRUCTION DETAILS • 2128111 SPECIAL PROVISIONS-SECTION 10-PAGE 14 1 r The solar powered standard single beacon system with wireless activation option shall be the Spot Devices SB410 Round Flashing Beacon with SC315 Controller (Contact information: Spot Devices, Inc., 888-520-0008, infoOspotdevices.cam, or via intemet at www.spotdevices.com), or approved equal. Total light emission per beacon shall be greater than 678 cd. The beacon shall draw attention at 1,000 feet during the day and 1 r mile at night. The beacons shall be wirelessly activated by pedestrians via controller. The controller shall be compatible with Windows-based software that allows the beacon to be configured with any of a variety of flash patterns. The wireless communication radio S shall allow selection of one of six sub-channels within the 916 MHz frequency range to minimize potential radio interference. . The solar beacon system shall provide more than 15 days of back-up battery power at standard usage levels. . 10-10.2 WARRANTY: - The solar powered flashing beacon system shall be supported by a minimum two year warranty. 10-10.3 PAYMENT: - The contract lump sum price for "Fumish and install solar j powered flashing in-pavement lights, beacons, pedestrian push buttons, pull-boxes, controllers, S1-1 sign, advanced warning signs (S1-1 and W16-9p) and install yellow thermoplastic crosswalk striping" shall include full compensation for furnishing all labor, • materials, tools, equipment and incidentals, and for doing all the work involved in , furnishing and installing Solar Powered Flashing Beacon System, complete and operational in place, as shown on the plans, as specified in the Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore. 10-11 SOLAR POWERED FLASHING CROSSWALK- HARD WIRED SYSTEM 10-11.1 GENERAL Provide and install in-road warning lights (IRWLs) system which shall consist of the i Spot Devices RS320 in-road warning lights and the Spot Devices SC320 controller (www.spotdevices.com, tel. 888-520-0008) or approved equal. IRWLs shall be wired, bi-directional, flush-mounted, and self-clearing. The LED modules shall accommodate at least six LEDs with a minimum luminance of 2.5 million cd/m2 per LED and a minimum total simultaneous light output potential unit of 12,000 candelas. The IRWL system shall be of a modular design, such that individual LED modules can be installed without the need for in-field wire termination, and can be . replaced easily, with the removal of two security screws. Each LED module shall be permanently sealed and shall connect to the power and control cable using a wet- mateable, self-purging plug. The IRWLs shall be secured with security screws and washers constructed of cast stainless steel. The lights shall be supported by a • minimum twn vPar warranty SAFE ROUTES TO SCHOOL CITY PROJECT NO.09-07 CONSTRUCTION DETAILS 2/28111 SPECIAL PROVISIONS-SECTION 10-PAGE 15 • • The system controller, which shall manage the activation and flash pattern of the IRWLs, shall be capable of being configured via remote network. The controller shall . have multiple activation input channels, remote data and automatic outage reporting e capabilities, and automatic individual IRWL identification functionality. 10-11.2 IN-ROAD WARNING LIGHTS (IRWLs) 1. Wiring Fixture: The power/signal cable shall not require any in-field terminations. Connections made between LED modules shall be hermetic. Connections made between the permanent anchor and the removable LED modules shall be self- purging and wet-mateabie, so that LED modules can be installed in rain and standing water. 2. Modular Design: The IRWL system shall be of a modular design, such that individual LED modules can be removed from the anchor and replaced by one person in less than five minutes, in rain or standing water. The replacement . procedure should be as follows: (1) power the system down, (2) remove two security screws, (3) replace the plug-in LED module, (4) reinsert two security screws, and (5) • power the system up. 3. Light Source: The lights shall accommodate at least six LEDs, with a minimum • luminance of 2.5 million cd/m2 per LED and a minimum total simultaneous light output potential per IRWL of 12,000 candelas. The lights shall draw attention while painting along the vector of oncoming traffic during bright sunshine at 500 feet. The LEDs shall be rated for 100,000 hours of use. 4. Within Fixture Light Independence: The lighting fixtures shall be able to be configured with patterns that independently illuminate at least two subsets of the LEDs in each fixture. i 5. Sequential Lighting Capability: Each individual IRWL shall accept a unique identifying address assigned by the system controller, which will allow the IRWLs in the system to be sequentially activated in 'chasing" flash patterns. 6. IRWL Control: The flash pattern, activation duration and/or activation schedule shall be determined by the system controller. 7. Sealing: The LED module part of the IRWL shall be completely sealed to prevent • moisture intrusion. 8. Durability: The IRWL shall be able to withstand the impact of all road traffic, including trucks and buses, without failure. 9. IRWL Anchors: The LED modules shall be mounted to corrosion-proof, polycarbonate anchors with vandal-resistant stainless steel security screws. Each anunvi 0i10i1 inJuiic O .v r......u... ... • module installed with it. s, SAFE ROUTES TO SCHOOL CITY PROJECT NO.09-07 CONSTRUCTION DETAILS • 2/28/11 SPECIAL PROVISIONS-SECTION 10- PAGE 16 • • A i • This anchored mounting approach shall permit removal and replacement of the LED module without wiring or disassembling the LED module. The anchors shall be adhered into the roadway per the manufacturers recommendations. 10. Fixture Height: No portion of the device, including the anchor, lighting fixture, or protector plate cover, shall extend above the surrounding road surface. The • presence of the IRWLs shall be undetectable to motorists driving over them. 11. Installation: The device, including anchor and cables, shall not extend more than 3.5 inches into the pavement. Lighting fixtures shall be installed with a concrete saw, using a single plunge motion. Cabling shall use hermetically sealed connectors between fixtures and wet-matable connectors between anchors and lighting fixtures. Installation of lights • in the roadway shall require no in-field wire terminations. The system shall be installed in accordance with the recommended practices specifications of the manufacturer. For detailed installation information consult the "SC320 Pedestrian Warning System — Installation Manual", attached in the Part III —Appendix. 12. Self-Clearing Design: The lighting fixtures shall have a self-clearing design to prevent debris accumulation. • 10-11.3 CONTROLLER 1. Enclosure Options: The controller unit shall be housed in either a NEMA 4X rated, pole mounted, 304 stainless steel cabinet; a NEMA 4X rated, 304 stainless steel • enclosure within an extruded 3/4" thick aluminum bollard with a 3/4" thick • polycarbonate faceplate; or a rack-mount enclosure that fits in an industry-standard 332 traffic control cabinet. f 2. Power Option: The controller unit shall be provided in a solar-powered configuration. Solar-powered controller systems shall be designed with a solar panel and backup battery source capable of running the system for 15 days without sunlight. 3. Remote Configuration Capable: The controller shall be GPRS + GPS cell modem manageable. Controller management shall be conducted via an internet-accessible A secure server, which is in turn connected via Virtual Private Network (VPN) • The controller shall provide accurate and secure system location and identification reporting, status monitoring, and proactive outage notification via the network. • C,rofcm rnnfin„rntinn onrl CrhPrilliP r.hAnnP.R -,hall hp Ahip.. to he.. done, via the • • SAFE ROUTES TO SCHOOL ,• CONSTRUCTION DETAILS CITY PROJECT NO.09-07 2/28/11 SPECIAL PROVISIONS-SECTION 10- PAGE 17 • • network. Configuration options shall allow for IRWL custom flash patterns, including "chasing" patterns created by sequential activation of individual IRWLs. 4. System Notification Capable, Remote Data Available: The system shall be able S to automatically transmit system notifications via e-mail. Usage data regarding successful activation times and dates shall be accessible via the network. The • system shall be able to automatically transmit this data via e-mail. Users shall also • be able to pull data from the system on demand. S. Dial Configurable: The network system controller shall offer optional manual • system configuration via dials within the controller cabinet. Configuration options shall allow for selecting from among various flash patterns and flash durations of 1 to 100 seconds. These configurations shall affect the IRWLs and any lighted system peripherals, such as LED signs and beacons. e 6. Multi-Activation Output Capable: The controller shall be capable of activating up to four peripheral devices upon activation of the system. 7. Multi-Activation Input Capable: The controller shall accept momentary or latched- contact closure inputs for activation purposes. It shall be able to distinguish at least two distinct input signals and associate them with different activation behaviors. The remotely configurable controller shall be able to send an activation signal to other remotely configurable controllers. This activation signal shall be transmitted via a GPRS cellular modem over a VPN to a centralized server. The server shall respond by sending the activation signal to initiate the appropriate preconfigured flash duration on the appropriate endpoint controller. 8. Calendar Capable: The remote configuration controller shall be designed to support calendar-based activations. i 9. Automatic Component Identification Capable: The remote configuration controiler shall be able to automatically identify installed IRWLs by location within a string and to assign an identifying address to each. This shall allow sequential flash patterns to be enacted, and shall allow for individual • IRWL diagnostics. Replacing an IRWL lighting unit shall result in an automatically renewed identifying • address. That is, IRWLs shall not require configuration when added to an existing • system or used as a replacement. 10-11.4 SOLAR POWER SYSTEM Solar power system shall be determined by the Manufacturer based on the number of units, orientation of the solar panel and amount of direct sunlight at each site. Top mount solar panei(s) si laii be ubari. • SAFE ROUTES TO SCHOOL CITY PROJECT NO.09-07 CONSTRUCTION DETAILS • 2128/11 SPECIAL PROVISIONS-SECTION 10-PAGE 18 • 0 10-11.5 STANDARD, STEEL PEDESTALS AND POLES: The Contractor shall furnish and install type 1-13 poles, sign panels and sign mounting hardware for pole mounted signs (as shown on Detail "U" of Caltrans Standard Plan ES- 7N), at the locations shown on the drawings. 10-11.6 CONDUIT: • Conduit shall be of size and material as specified in the Section 86-2.5 "Conduit' of the Caltrans Standard Specifications. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Installation of Conduit: - Conduit shall be installed by the trenching method as specifies in the "SC320 Pedestrian Warning System — Installation Manual' and in accordance with • Section 86-2.5C of the Caftrans Standard Specifications. 10-11.7 PEDESTRIAN PUSH BUTTONS The pedestrian push buttons shall be Type B, 2" ADA compliant, as manufactured by McCain Traffic Supply, Model No. MPB 02-ADA or approved equal. Push buttons shall be raised or flush, and shall be a minimum of 2-inches at the smallest dimension. Push buttons shall be located as close as practicable to the public sidewalk curb at a maximum height of 42-inches above the finished surface of the public sidewalk. • Pedestrian push button signs shall be 5" x 7" and shall not extend beyond the mounting framework. a The pedestrian push button housing shall be made of 356 aluminum heat treated to meet specification T-6. It shall be a telescoping vandal-proof design. The color shall be black, matching #17038, 27038, or 37038 of Federal standard #595B. The push button shall be made of polished stainless steel and assembled with all stainless steel components so as not to be corrosive. The actuator shall be conical in shape with the cone extending .404" above the bezel of the switch housing in the neutral position. The microswitch component shall be a dust proof, water resistant type. It shall be a single pole, precision, snap acting type. It shall be U.C. listed and SCA Certified; and meet the requirement for NEMA TS-1 and TS-2. The complete switching unit shall have an operating force of 3 lbs. and a minimum release force of 3 lbs. Pretravel shall be .062 inch minimum. Overtravel shall be .062 inch minimum. SAFE ROUTES TO SCHOOL CONSTRUCTION DETAILS • CITY PROJECT NO.09-07 2126/11 SPECIAL PROVISIONS-SECTION 10- PAGE 19 • • • i • i Pedestrian signage: At the pedestrian push button activation site, a strong yellow green, crossing sign i (covered with 3M VIP reflective material) shall be installed, and labeled thus: "PUSH BUTTON FOR PEDESTRIAN WARNING LIGHTS", two i way arrow "CROSS WITH CAUTION" at the bottom of the sign. i All materials and equipment shall be furnished by a supplier who is experienced in i providing this type system. At a minimum, support provided by the Supplier shall i include materials and equipment, engineering, product support, and field services. i 10-11.8 FOUNDATIONS: Foundations shall conform with the Caltrans Standard i Specifications Section 86-2.03 and these Special Provisions. Portland cement concrete • shall conform to Section 90-10, "Minor Concrete," of the Caltrans Standard Specifications, and shall contain not less than 335 kg of cement per m3 (564 pounds of i cement per cubic yard). i i The exact location of all foundations for signal equipment and the service and controller i cabinets shall be subject to approval by the City Engineer prior to the start of any excavation work. • i 10-11.9 SYSTEM SPECIFICATION S10-11.9.1 Operating Environment Where required, all components of the electronics shall operate correctly as defined in these specifications and manufacturers tolerances under the following i environmental conditions: i a. Ambient Temperature: The equipment shall function within an ambient temperature i range from —350C to +800C. i b. Relative Humidity: The equipment shall function within a relative humidity range from 18% to 90%. i c. Forms of Precipitation: The equipment shall function under all forms of precipitation i (rain, sleet, snow, etc.) • i 10-11.9.2 Repair and Maintenance The Contractor shall fumish from manufacturer a maintenance, and an operation manual i for the Solar Powered Flashing Crosswalk System. The maintenance manual and the operation manual may be combined into one manual and shall be submitted at the time i the equipment is delivered for testing. It shall include, but need not be limited to, the following items: A. Specifications B. Design Characteristics C. General operation theory i D. Function of all controls E. F. Block circuit diagram • i SAFE ROUTES TO SCHOOL CITY PROJECT NO.09.07 CONSTRUCTION DETAILS i 2/28/11 SPECIAL PROVISIONS-SECTION 10-PAGE 20 G. Geographical layout of components H. Schematic diagrams • I. List of replaceable component parts with stock numbers s The Contractor shall schedule a training session for the City for system maintenance and repair, and operation program. The training shall be conducted by the manufacturer. 10-11.9.3 Guarantee of Work And Materials - The Contractor shall assure and guarantee the work and material for the Solar Powered Flashing Crosswalk System for a period of two years form the date of the final Notice of Completion against any and all defective work done or defective materials furnished in the performance of the contract. 10-11.10 PAYMENT: The contract lump sum price for"Furnish and install solar powered flashing in-pavement lights, beacons, pedestrian push buttons, pull-boxes, controllers, S1-1 sign, advanced warning signs (S1-1 and W16-9p) and install yellow thermoplastic crosswalk striping" shall include full compensation for fumishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing Solar Powered Flashing Crosswalk — Hard Wired System, complete and operational in place, as shown on the plans, as specified in the Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefore. 10-12. AUDIO AND COUNTDOWN SIGNALS 10-12.1 The Contractor shall install audio and countdown signals at three intersections with existing traffic signals: Racquet Club Road !Avenida Caballeros, Racquet Club Road /Sunrise Way, and San Rafael Road /Sunrise Way. 10-12.2 Pedestrian Signal Faces. - Pedestrian signal faces shall be Countdown LED Type (as specified in section 86-4.05 of the Caltrans Standard Specifications) and shall have Aluminum Honeycomb Screen. The pedestrian signals shall be of the international • symbol type with 9" numbers. They shall be metal construction and powder-coated black in color. The modules for pedestrian signals shall be furnished and provided by the Contractor and shall be Gelcore Model PS7-CFF-01 A-18 or approved equal. Pedestrian signals shall not be"Clamshell"type. 10-12.3 Pedestrian Push Buttons. — Pedestrian push buttons shall be Navigator 2- Wire with 5"x7" pedestrian sign (Option B plate), by Polara Engineering, Inc., (www.polara.com), 888-340-4872, or approved equal. The pedestrian sign shall have Braille imprinting of the street name that the pedestrian shall be crossing when the button • is pushed. The pedestrian push button, when activated, shall provide an accessible pedestrian signal (APS) that provides a vibro-tactile ADA compliant 2" push button with a raised directional arrow and audible sounds during all pedestrian cycles. 171 1*h h,IHnn* *hall ha Inratarl ac rinca ac nmr.tirahip to the nllhlir. cidpwalk rllrh at a • maximum height of 42-inches above the finished surface of the public sidewalk. SAFE ROUTES TO SCHOOL • CITY PROJECT NO.09-07 CONSTRUCTION DETAILS 2MIl SPECIAL PROVISIONS-SECTION 10- PAGE 21 • 0 • • • • • 10-12.4 PAYMENT, - The contract lump sum price for "Furnish and install audio and • countdown signals" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in fumishing and • installing audio and countdown signals, complete and operational in place, as shown on • the plans, as speed in the Special Provisions, and as directed by the Engineer, and no • additional compensation will be allowed therefore. • - END OF SECTION - • • • • • • • • • • • • • • • • • • i • • • • • • • • • • • • SAFE ROUTES TO SCHOOL CONSTRUCTION DETAILS CITY PROJECT NO.09-07 • 2l28/11 SPECIAL PROVISIONS-SECTION 10- PAGE 22 cfnr OF PALm s i PUBLIC WORKS AND DEPARTnEwr • PAIN III - APPENDIX • SAFE ROUTES TO SCHOOL—CYCLE 8 CITY PROJECT I40.09d17 Vicinity Map S City of Palm Springs Standard Drawings: ` - Std. Dwg. No. 110-Street Pavement Requirements - SW. Dwg. No. 200-Curbs, Gutters, and Crowrgutlers ndard - 1 Std. Dwg. No. 206- Curb Return,Driveway pandrel and Cross-gutter - Std. Dwg. No. 209' ROD Curb Transition - Std. Dwg. No. 210- Sidewalk Widths - Std. Dwg.No.212 A-Curb RampGeneral Nees - Std. Dwg. No. 213-Curb Ramp Detail-Type B " - Std.Dwg. No. 624-Sign Installation Caltrans Strad Plans: - Std. Plan No.A24E Pavement Markings-Words and Crosswaks - Std Plan No. ES-7N Electrical System- Details No. 2 - Std. Plan No.ES-71? Eactrtal System—Pedestrian Barricades - Std. Plan No. ES-8 Electrical Systems— Pull Box Detalils e SC3M Pedestrian Wfaffing Systere-Installation Manual(33 pages) SAFE ROUTES TO SCHOOL - - - CTY PROJECT NO.OS6T CONTENTS 2I28/tf PART M i i IIIIIi • • •• ® IIIIII� w�� • r '1 • N0.1 REVISIONS 1APPROVED I DATE • STREET RIGHT OF WAY WIDTH • STREET WIDTH CURB FACE TO CURB FACE 2S SLOPE FROM CENTERLINE TO LP OF GUTTER 1 2% SLOPE FROM CENTERLINE TO UP OF GUTTER iq- P.C.C. CURB AND GUTTER PER C.P.S. STD. DWG.2DO 7ASPHALTONCRETE PAVEMENT OVER • COMPACTED CRUSHED MISCELLANEOUS BASE AS DESCRIBED BELOW MINOR STREETS: 2-1/2 INCHES OF ASPHALT CONCRETE (1 LIFT) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES AT 95R RELATIVE COMPACTION. ASPHALT CONCRETE PAVEMENT SHALL • BE TYPE C2-AR4000 PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. LATEST EDITION. COLLECTOR AND SECONDARY STREETS: • 3 INCHES OF ASPHALT CONCRETE (1 UFT) OVER 6 INCHES OF CRUSHED MISCELLANEOUS BASE AND A • MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. ASPHALT CONCRETE PAVEMENT SHALL BE TYPE C2-AR4000 PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. LATEST EDITION. MAJOR THOROUGHFARE STREETS: • 5 INCHES OF ASPHALT CONCRETE (2 LIFTS) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A • MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. ASPHALT CONCRETE PAVEMENT SHALL • BE TYPE B-AR4000 FOR THE FIRST UFT AND TYPE C2-AR4000 FOR THE FINAL UFT PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. r NOTES: • 1. THICKNESSES SHOWN ARE TO BE CONSIDERED A MINIMUM. ALL NEW PAVEMENT SECTIONS SHALL BE VERIFIED BY SOILS ANALYSIS OF THE NATIVE SUBGRADE BY A REGISTERED GEOTECHNICAL ENGINEER. • 2. ASPHALT RUBBER HOT MIX (A.R.H.M.) IS AN ACCEPTABLE SUBSTITUTE FOR THE ASPHALT PAVEMENT • SPECIFIED, SUBJECT TO VERIFICATION BY THE CITY ENGINEER. MIN. 2' NEW CONSTRUCTION • MIN. 1-1/2' CAP OVER EXISTING PAVEMENT & ASPHALT CONCRETE PAVEMENT SHALL BE INSTALLED PER STANDARD SPECIFICATIONS FOR PUBLIC • WORKS CONSTRUCTION, LATEST EDITION. • 4. PAVEMENT SHALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL. ` 5. A.C. PAVEMENT SHALL BE 1/4 INCH ABOVE UP OF GUTTER. • 6. 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 PUBLIC WORKS & ENGINEERING DEPARTMENT jw 8931 • CITY ENGINES R.C.E. STREET PAVEMENT REQUIREMENTS DRAWN BY. G.F.F. FILE NO- STANDARDS CHECKED BY: M.L.F. DWG. NO. J I • NO. REVISIONS APPROVED DATE • 8' 1 1 2' 6' 2' • R= 1/2" 1/2' 6' 11 24" • -`.- _.. I A.C. PAVEMENT. 1 1/2' R- • i - m 1/2' �.M•. 1_. : ice. 1/4" UP (1,1,P) p u R-1' a A.C. PAVEMENT "' •'� • 7 1/2 � a• Al A2 A3 A-C' PAVEMENT • 6' 24' 6' 12' 1. 1' 2' 1 i/2' Q • R 1/2 1A._; 6' • •e 1/4' LIP (TYP) R=1' � •: Rei/2' ONSITE ONLY ONSITE ONLY A4 A.C. PAVEMENT B 1 B2 24' 3. 3. • 2*R 8. SLOPE FLOWUNE 1/2' SLOPE 1'R •�•`.-,•.•' OF GUTTER 6' CROSSGUTTER-SECONDARY THOROUGHFARE • 1/2" FlBER EXPANSION JOINT Cl - END OF CURB D1 • 4 4 tD' *A.C. PAIEMEN"T • SLOPE 1/2" SLOPE 8" • 8' CROSSGUTTER-MAJOR THOROUGHFARE D2 NOTES: • 1. TYPES Al, A2 AND E1 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 WITH 1" DEEP WEAKENED • PLANE JOINTS PROVIDED EVERY 10 FEET. f i CITY OF PALM SPRINGS APPROVED: DATE: • PUBLIC WORKS & ENGINEERING DEPARTMENT 21801 AND CITY ENGINES R.C.F A . CURBS, GUTTERS, ND DRAWN BY: G.F.F. FILE NO. STANDARDS CROSS-GUTTERS CHECKED BY: MA-F. DWG. NO. 200 • • • REVISIONS APPROVED DATE • • • • CURB AND GUTTER "L" VARIES5'-1D' • SEE C.P.S. STO. DWG. 200 1/4" PER FT. • 1"uP .SLOPE • A.C. PAVEMENT ' 1 I1 SECTION A-A a 4' MIN I • � FAA IN N • • , • EDGE OF GUTTER I • • SHOWN THUS ON PLAN • A • 4' .X_ ' Y�C X. 4' • • _ z a � R s GS • wo ~ • a J • a A • CURB FACE CURB do GUTTER • • • NOTES: 1. ALL DRIVEWAYS SHALL BE CONSTRUCTED WITH 6" THICK CLASS 560-C-3250 PORTLAND CEMENT CONCRETE • 2. WEAKENED-PLANE JOINTS SHALL BE INSTALLED AT BOTH SIDES OF ALL DRIVEWAYS AND AT • APPROXIMATELY 10' (MAX.) INTERVALS. 3. W = A MINIMUM OF 10' FOR RESIDENTIAL DRIVEWAYS AND 24' FOR ALL OTHER DRIVEWAYS. 4. X=4' WITH 6" CURBS AND 5' NTH B" CURBS UNLESS OTHERWISE SHOWN ON PLANS. • CITY OF PALM SPRINGS APPROVED: DATE: • PUBLIC WORKS & ENGINEERING DEPARTMENT 8931 • CITY ENGINES R.C.E. • STANDARD DRAWN BY: G F.F. FILE NO. STANDARDS DRIVEWAY APPROACH CHECKED BY: M.L.F. DWG. N0. 201 • • • • N0. REVISIONS APPROVED DATE • • • • -7. SHOW THUS ON PLAN • a, • UMIT OF TRANSITION SPANDREL • F SPLASH �• • Z_ < - I PAD ... • T.C. ELEV. i lk • F.L. ELEV. 45 'e • E.C.R. UMIT OF SPANDREL • CROSS- •f WTTfR J SPLASH • FLOW LINE o STRAIGHT c 1 • N Z GRADE F G (IL A ci • Q^Z a 4 m F 0 • w T.C. ELEV. t • ao m ELEV.� <w P.I.G. • x DIRECTION OF TRAVEL •mil'. • NOTES: • !'� • 1. WEAKENED—PLANE JOINTS SHALL BE INSTALLED AT BEGINNING CROSS—GUTTER AND END OF SPANDREL AND TRANSITION. • 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 MONOU11CALLY 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. • 6. SEE C.P.S. STD. DWG. 110 FOR PAVEMENT REQUIREMENTS. • CITY OF PALM SPRINGS APPRo• PUBUC WORKS & ENGINEERING DEPARTMENT 8931 • CITY ENGINEER R.C.E. * CURB RETURN, SPANDREL DRAWN BY: G.F.F. FILE NO. STANDARDS AND CROSS-GUTTER 5iECKED BY: M.L.F. DWG. NO. 206 • r NO. REVISIONS APPROVED DATE 5 CURB AND GUTTER /N'`l, a • • e . e• • . . :• - MAINTAIN FLOWLINE GRADE • ISOMETRIC VIEW ROLL CURB • • MIN. 5' TRANSITION . ROLL BACK OF CURB • SECTION • As - • d •• •UP OF� •FLOWLINE WEAKENED GRADE PLANE • GUTTER JOINT (TYP.) PLAN VIEW NOTES: • I. CURB SHALL BE CONSTRUCTED WITH CLASS 560—C-3250 PORTUWD CEMENT CONCRETE IN ACCORDANCE MATH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. LATEST EDITION. • 2. SEE C.P.S. STD. DWG. 200 FOR CURB DETAILS; ROLL CURB NOT ALLOWED FOR NEW CONSTRUCTION. • / I CITY OF PALM SPRINGS APPROVE • DATE: • PUBLIC WORKS & ENGINEERING DEPARTMENT 8931 CITY ENGHREER R.C.E. ROLL CURB TRANSITION DRAWN BY. FILE G.F.F. NO. STANDARDS ECKED BY: M.L.F. DWG. NO. 209 • iiii � iiiiiiiiiiiiiiiiiiii � iiiiiiiiiiiiiiiii z 0 0 � rA ZONE C.B.D. - FACE OF CURB TO PROPERTY LINE !G'! ZONES R-2 THRU B, C. AND M - 8' In O ZONE R-1 - 5' R. Porn A.C. PAVEMENT 4' MIN. z PoHILLSIDE STREETS SIOEWAIK 7/4' 1' cl � 2 % m z CA m d a b FOR FINISH SEE SECTION 5 ►j m CURB & CUTTER 303-5.5 aF THE STD. SPECS. SIDEWALKS SHALL BE CONSTRUCTED USING 4" THICK FOR PUBLIC WORK CONSTRUCTION CLASS 5600-C-3250 PORTLAND CEMENT CONCRETE w D '�' SEE C.P.S. STD. DWG. 200 LATEST EDITION. z cn ;a0 y3 cn z NOTES: I. FOR EXPANSION JOINTS SEE SECTION 303-5.4.2 OF THE STANDARD SPECIFICATIONS FOR PUBLIC 2 oA 0 D WORKS CONSTRUCTION, LATEST EDITION. THE SPACING FOR I" DEEP WEAKENED PLANE JOINTS m > SHALL BE 10 FEET. A 2. DECORATIVE SIDEWALKS SHALL BE ALLOWED IF STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER 6pZ 0 THAN THE PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, a 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 rr m PROPERTY LINE. g 4. INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA - SIDEWALK FROM FACE OF CURB •rl r+i v TO PROPERTY LINE. = o > 5. SIDEWALKS IN EXCESS OF 5 % SLOPE, SHALL HAVE A MIN. 6' X 6' LANDING AREA EVERY 400' AT c A 2% SLOPE. D 23 F 6. A MINIMUM 46" CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. 10 _0U C z0 > 7. Ca lM CAE NS BASED ON SITE-SPECIFIC CONDITIONS SHALL BE RENEWED BY THE DEVELOPMENT 0 & SEE ALSO BIKEWAY REQUIREMENTS, COLORED CONCRETE IS REQUIRED FOR SIDEWALKS ALONG O DESIGNATED STREETS. SS 9. FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS r � cAi m • NO.1 REVISIONS APPROVED DATE GENERAL NOTES . 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' PLATFORM (LANDING), THE SIDEWALK MAY BE DEPRESSED LONGITUDINALLY OR MAY BE WIDENED. 2. IF SIDEWALK IS LESS THAN 6' WIDE. THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS • SHOWN ON DRAWING NO. 213. . 3. RAMPS SHALL HAVE A 12-INCH WIDE BORDER WITH 1/4-INCH GROOVES APPROXIMATELY 3/4 INCH ON CENTERS (SEE GROOVING DETAIL ON DRAWING NO. 212). . 4. CURB RAMPS SHALL HAVE A DETECTABLE WARNING SURFACE (TRUNCATED DOMES) THAT EXTENDS THE FULL WIDTH OF THE RAMP AND 3'-0' DEPTH OF THE RAMP. DETECTABLE WARNING SURFACES SHALL CONFORM TO THE DETAILS ON DRAWING NO. 212. DETECTABLE WARNING SURFACES SHALL • BE CONSTRUCTED UTILIZING A SINGLE PIECE, CAST-IN-PLACE PREFABRICATED WARNING DEVICE. • 5. THE EDGE OF DETECTABLE WARNING SURFACE NEAR THE STREET SHALL BE BETWEEN 6" AND 8" • FROM THE GUTTER FLOWUNE. 6. SIDE FLARE SLOPE (FOR TYPE A AND C RAMPS) VARIES UNIFORMLY FROM A MAXIMUM OF 10% AT CURB TO CONFORM WITH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP, • EXCEPT TYPE B (DRAWING NO. 213) • 7. TRANSITION FROM RAMPS AND LANDING TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND • FREE OF ABRUPT CHANGES. 8. RAMPS IN CURB RETURNS SHALL BE LOCATED IN THE CENTER OF THE CURB RETURN, UNLESS • OTHERWISE DIRECTED BY THE CITY ENGINEER. 9. EXISTING CURB FACE HEIGHTS, SIDEWALK AND GUTTER SLOPES AND DIMENSIONS WILL. VARY FROM LOCATION TO LOCATION. EXISTING PARAMETERS AND MAXIMUM RAMP SLOPES SHALL CONTROL • FINAL HORIZONTAL DIMENSIONS 10. RAMPS SHALL BE MARKED IN THE FIELD BY THE CONTRACTOR AND APPROVED BY THE CITY 1. ENGINEER PRIOR 70 SAW CUTTING. • 11. THE CONTRACTOR SHALL COORDINATE THE WORK WITH AFFECTED UTILITY AGENCIES OR OTHER PUBLIC AGENCIES TO RELOCATE OR ADJUST TO GRADE ANY U11UTY PULL BOXES, MANHOLES, VAULTS, AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE RAMP. • 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE CAUSED BY HIM TO EXISTING UTIU71ES OR IRRIGATION LINES. . I& MAXIMUM SLOPES OF ADJOINING GUTTERS, THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP OR ACCESSIBLE ROUTE SHALL NOT EXCEED 5 PERCENT WITHIN 4' OF THE TOP • AND BOTTOM OF THE CURB RAMP. 14. THE DETAILS SHOWN IN STD. DWG. NO. 212 ARE BASED UPON CONSTRUCTION WHERE A LEVEL CURB GRADE S17UATION EXISTS WHERE STREET GRADES SLOPE, STRICT ADHERENCE TO THE • MAXIMUM SIDE FLARE SLOPE OF 10 PERCENT MAY NOT BE POSSIBLE TO ACHIEVE. IN SUCH CASES, THE SIDE FLARES WILL BE PERMITTED TO VARY DEPENDING UPON CURB GRADE. THE FOLLOWING TABLE LISTS THE APPROXIMATE SIDE FLARE DIMENSIONS CORRESPONDING TO INCREASING CURB GRADES (FOR 6-NCH AND 8-INCH CURB HEIGHTS) N ADHERENCE TO A.D.A. MAXIMUM ALLOWABLE SLOPES. SIDE FLARES IN EXCESS OF 20 FEET WILL NOT BE REQUIRED. • CURB GRADE 6-INCH CURBS 8-INCH CURBS DOWNHILL SIDE UPHILL SIDE DOWNHILL SIDE UPHILL SIDE • 0 (LEVEL) 4.0 FT. 4.0 FT. 5.0 FT. 5.0 FT. • 2 PERCENT 4.0 FT. 4.4 FT. 5.0 FT. 6.0 FT. • 4 PERCENT 4.0 FT. 5.4 FT. 4.0 FT. 7.4 FT. • 6 PERCENT 4.0 FT. 7.1 FT. 4.0 FT. 9.6 FT. 8 PERCENT 4.0 FT. 10.2 FT. 4.0 FT. 13.9 FT. • 10 PERCENT 4.0 FT. 18.3 FT. 4.0 FT. 20.0 FT. 12 PERCENT 4.0 FT. 20.2 FT. 4.0 FT. 20.0 FT. CITY OF PALM SPRINGS APPROVED: DATE: PUBLIC WORKS do ENGINEERING DEPARTMENT 28931 • CITY ENGINEE R.C.E. CURB RAMP - GENERAL NOTES DRAWN BY: G.F.F FlLE NO. STANDARDS • CHECKED BY: M.L.F. DWG. N0. 212-A • NO. REVISIONS APPROVED DATE • VARIABLE HEIGHT RETAINING CURB, • 5' MIN. /IF NECESSARY AT EDGE OF SIDEWALK 1 • 2fi IMAX12' (TIP.) itL33i MAX. EXISTING P.C.C. Nn ~— 12-INCH WIDE BORDER • SIDEWALK 8.33% MAX_ SEE NOTE N0.3 OF SEE NOTE NO.2 OF STD. DWG. 212-A • sm. DWG. z12-A A M A • EXIST. CURB AND GUTTER FACE OF CURB (OR MONOLITHIC CROSS-GUTTER) 4' OVTFCIT —D — L TRUNCATED DOMES SEE NOTE NO.4 OF STD. DWG. 212-A EXISTING . CROSSWALK MPROX 3/4' 1/4" EXIST. PCC SIDEWALK 12-INCH WADE BORDER • GROOVING DETAIL TOP OF VARIABLE HEIGHT RETAINING • CURB (IF NECESSARY) • 8.33X Mo. __- • ___ 1.87" TO 2.35' 045'. " ... . ._ ._ ,._ . �... • �c 4" (TYP.) I Y T MIN. O 0 O " O OO © I"— SECTION A—A Q O ® O O m IL EXIST. P.C.C. CURB AND i ' RAISED TRUNCATED I EXIST. PCC SIDEWALK GUTTER CRO (R MONOLITHIC DOME PATTERN �— —tOVERCUT----dl 2R MAX.4" F� MATCH EXISTING VARIABLE HEIGHT RETAINING P.C.C. GUTTER • NOTES: CURB, IF NECESSARY SECTION B—B (6" MIN. THICKNESS) S 1, SEE CITY OF PALM SPRINGS STANDARD DRAWING 212-A FOR GENERAL NOTES • 2. P.C. CONCRETE SHALL BE MINIMUM 560-0-3250 CONCRETE (6 SACK) IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 20D6 EDITION. N.T.Sv CITY OF PALM SPRINGS APPROVED: DATE: �o PUBLIC WORKS & ENGINEERING DEPARTMENT 28931 . CITY ENGINEER R.C.E. CURB RAMP DETAIL - TYPE g DRAWN BY: G.F.F. FILE N0. STANDARDS • CHECKED BY: M.L.F. KWSM NWO- 213 . N0. REVISIONS APPROVED DATE . REGULATORY, WARNING OR WIDE SIGN .080 GAUGE ALUM. SIGN • MATH HI—INTENSITY LETTERS AND BACKGROUND COVERED WITH 3M 1150 GRAFFITI • PROOF OVERLAY a • I • SIGNS SHALL BE ATTACHED TO POST UTILRNiG TWO UNISTRUT • DRIVE RIVETS NO. TL 3808. 1 Be. A go. • 2' X 2' X 0.12 GAUGE TELESPAR • POST OF SUFFICIENT LENGTH TO _ EXTEND FROM TOP OF SIGN TO �` • 7' INTO SLEEVE AND PROVIDE • 7' OF CLEARANCE. m W • r Z � fTi 24' • IF S/W > 5' � m 72' PLAN VIEW IF S/W 5' • OR S/W S. r-9EE S. • FACE OF CURB _ 2° .• FRONT ELEVATION • FACE OF SIGN TELESP x SLEEVE x 30" z 1/4. • TELESPAR SLEEVE PER POLE 3-4" ABOVE THE EXISTING SURFACE. EXISTING SURFACE />if! 90° 88°0 POST INSTALLATION DETAIL SIDE ELEVATION CITY OF PALM SPRINGS APPROVED: OATS: PUBLIC WORKS & ENGINEERING DEPARTMENT Aw 28931 • CITY ENGINE R.C.E. SIGN INSTALLATION DRAWN BY. G.F.F. FILENO. STANDARDS CHECKED BY: M.L.F. DWG. N0. 624 • 1 1 II 11 IIII 1 111 111 III � 11 11111 . Ir �11� I 11' IIJ {IIII Ill 1 { IN{°' llili, II�1 11 11'll°II° !"11°`� ( °° I ii MIN 111 �j1 w,ljlll°° i;��lli,lj{rwq° Nei 1{� ii11►11�III° !li �illi 1{'��I 111 11 11 1 III 11rIi IN 1 1°{ �{ jll�{I{Ill 1{i111°°°lllllillllillli 11� 11�1i illli {ll, I;li 1 ql illl11111111°1 ,° '1� �° '�{Ill 1 IIII 1 1 11 II 111 ' °I1�llil i� l 'll�I {I ° il{ 1 111 Iw °I 111 111 il{ 111 1 .. HZu I j {� j°Mile'; ,:rlilIIRI ii iil! 11 Ir m n l 91� l 'iq►dl' i{ih �ill °°°ll°��� hll{°°{I�ll� " illll ��iii !I �wliil !j�'jl 11IG1"fli ';illll Ijil IllO �ILI{{IIII Illll IIII 61 iilll ill 1 1 ill 11 111 11 111 ill ' jljuijjj� ull III {III�ii) �I, a li�i li{Ij�' ° � il;u ° ,., I Ijl y'{I 'jll1 'ji I Ij ll 'jlll � IIt! I , {I iell"II IIII { �III�I� Ili ICI, IIII �`� .. 0 , 1 II151iIIl I IIIIIIIN°I1 �°- ill/ III 1 IIII II 1 IIII 1 • ! ! ! iilii ! ! • ! • ! ! liiiilA� ! ! ! ! i ! i ! iliiii ! liiili sof tY NCP-'A•P wlv Mn PrOv ICe removODle raintlgnt H(i Top f sign level Matl Mlf,nuf au1 look vOeKr. ,II��• Cq Iuf011 lt.n cronwl D.unl... pnniwlecfric u E I tlV, o «H le InalDOtea on Diana uN] '.ays....D, — I lRsm;- _ ._Pen ern T— -- — __- ®.P..eD.�w wn"'�ek"'er'.:'.m`"""...� O'S s,.a✓"a PrTII anO t�for W P _ e, etp scree eitn lack."I ,1/dam leplR Yfl,ex uM AtPnxp.�/wMY 1'/ NP5 x 0.105"GON Pipe CIOMD RemovODN e.P--.. PMfwlecirl0 Vnit ]'/) IPs v s'/i' VA.'P Only Wx MOa Mlt,nut Ono look ewMr Long atOWWd PIP* ]%f Vas PIP, 4' POFl mum STANDARD TOP s'/i'Iona u - In aneq eo _MOUNTING ADAP TF:R FOR PDxlmum -sign Pone, PIIOTOELECTRIC UNI7 sign wipnf y,^[Pi.n 2"P Vale- 44ibe 'j•x lg".o.1os•continuous POLE TOP DETAILS slot 6OIv ,ten Or olunin an CMeMI - [� ....}(1•'P GOIv alt,nut and Vg .— fiber Posner ALTERNATIVE �, —__ s•-g"Mga .._,! MOUNTING ADAPTER i1 REAR VIEW DCTAIL U SIDE VIEW _ Ye".M. ,s_ rna* a NPs PIP.,5-Iona SIGN MOUNTING DETAILS D xl� Steel elwva , �/"Plate vita 2'•0 D Mw.Nem to too of ewnaern. h ne 1'otol 10 �-2"Clr II�panl.ifellon Ll1 Pile clamp_.. 1 seryol ewve Of c.._ % o '-ry[n L or )z atunn,rO, Q O L «n vOIOOO leint- p Ir'�Pen' Si,rml OM 119Mil '/"x )'• It. ton of.nt My -eep•s-or T R«ai ring-- on DP larger fVan D s me"I"' P c" 'I a Ms eMMOrO Dlpe [ronM1 Ditcn dID I'-A" •Z Mo.~� Ion Ot .1"1..MM Prota.10DVI0 n11 for ' ns• nOOk P termlnatione DETAIL. T nmmlwted ov,,luoe.I,n-� �-PMteelenr'.:unit m' FOR UNIFORM TURF THICKNF.55 AT TUBE THICKNESS CHANGE _ : for lie S CTION A-A SECTIQN B-g, y 1 ng POLE SPLICES l xPs'te" Z j ton meun11n2_ C wu it ri 111ng Signal ..I,filter- see staOOgrd Pion Es-V0, _-t'/f NPs to Y NPS reducer 9r Owl,...d opining 11 fL11 j'aj� \ towOlf I-TytoI a15. 150. .21,210,30 or farrd DUAL PHOTOELECTRIC UNIT MOUNTING DETAIL NOTLS I!, wit Or.w oM onow, Wit al Etle Mv0 been revised. OCP"TMENT OF TRAV5PoRTATlp1 4 TM COMrwtor nMll verify wPerment ObRwIOM fw yJL we. to q fnt as on.xinl,w fwwntion.Mfere ELECTRICAL SYSTEMS ELEVATION (SIGNAL AND LIGHTING STANDARDS CAST-IN-DRILLED HOLE PILE FOUNDATION DETAILS NO. 2) 1 R.IMerc.d PH. NO SCA E ES-TN 000000000000000000* 09* 0000000000000*0000*00 • -KC fill w 1.F. N.m . Pemove srorp edges I-�ml'W- e Vi Min 9oIVOnlyN efael chin -1 WS i standard lepolm Cekn mg ykW mNa!'awpaW Lsign— ef.l pipe .1'- a 3-01 scree-on aeNl cap '• g 1P19 6 Dril Sign -PCC 0 rolaa c* Ni -� `'� � " • IV, NPS.galvanizes S+PMaM pIN- 1'-1"I' 1" � I /j� lo+pl6 `--2 NPS St.Muld pipe Note 2 II Ws slaws Nat setafl v � - P SN fare 2 GUARD POS T _ _ N Loup glNw Ner detail sl�Mfol -P CI PCC ~Wleea otNniea apscifiea 7. I�, a s iiil 4"le� v n TYPE U 2 NPS or 11h NPS Sea Dill Coat,gan'anizea M TYPE I 9 to % Mam,a It ei law v Mr l N FI.I. d grode" 9 1 � s r - Z NOTES: m •, I I .p 1. Pipe goat to M get 1'-b'back from «e or Nrb unless O+Nrkise 11puea0N PIN collar--_ /-� e ....-__ I i,a. Slaeva aD«I N. I VCC SiaeMlk --I/j'realDIOte See Note 3 2. Flron borrteade apple.are 1n"011ea in 00.tIng aoncreia aidwPlk,IN "d i Iv, I I,'. Net My W anala"ea M+O fM Stop at aen In IN "Fault g« rOge - FCC rep golf circle dimeletmr aMll N 1"minimum far Type 1 CarriNdO ELEVATION "` I-J• i- cra V minimum tur lype s NrNoa ia. 3. St NI.1.10 M aMetr«iea Yitb a dlaawier are" larger tnem Nst. "'are . • Y'all'hicknesa of Wawa to be song or poor or larger. —;ware . lmr Ekperelon ANa Ye'0 SLEEVE POST DETAIL 1. Dontr n«tor may suomtt aaro rtiy cem e ila tar aaprovot M IN:ngimer. Total A Va. anleas ofnarlp aNa Wid or 5. For minimum ptN ]laneeora and NII thickness refer to ASTg AN. M.on Dlmg alp M `6POR OF CALVOP dCPMlufki 1XFOPTArgH PLAN POST ANCHORAGE DETAIL ELECTRICAL SYSTEMS (PEDESTRIAN BARRICADES) NO SCALE E8 -1P_ 000000 * 00000 * 0000000a* * 00 * 000000009*00000009 LO LO wl M°Y I W role L I p ✓r`ov.,pall ,.ww r..«.nns.. 1naNINMe.wm.wmWP,y...alaw " NOTES ON PULL be p 1. Traffic WII Mx .MIN b phavlb0 with sisal Cover and special conmst. PYI I DpM ry lntorLeO I L' —1 R - faptin9•SMH epvm-erwu Mve em[a8ata Inn-'skis ppffern. 1Y /Brow Ylin Salvo Imo Y afalnleN elael - LefIYM 1°b 1'Yin 2. SMPI reiniOYC ng tMll M W regularly WN i0 Ito sfOndortl DrOOVCfa of I_- ---- r stud wit., fM respective mprWroctwer. 2-br RId.0 iraw - -- _ - -- 10 ]'Yax n19M1. and washers. Lilt MN8 SAW Nona L. ]. Top of WII W let tMll be flwM1 vNn eVrrWntlo9 grade'aM 17 0 aC]¢ent flelflOrCtd /[•Y n PM81 in Cap,,v Y'Rece Curb•a p",+ +Mf In unp°VaO as YMra WII post 16 nOlt dlalalY Idle COVer, of wntna orbr aalocmt 1e ord prtfacMd Oy O as 'he a IWM '11.h p0 e m omar D q f r nu protacflv0 COret,=..fM b0+atoll b DICCN a11n tie fYp 1'/"Move raps lLafi.n.See Nato s. �, TOP VIEW rwnallq araM.NMre Dracf mabl..WII Co+ea eMwn In alto vicinNy Yf TOP VIEW curbs shell b Aloha mjMmt fo fM bdcx cf wroI drq WII pores s1Ya11 fionm G,.Wlb bwnln adjacent ro.1olMOfON shell M placed b aide 0/fwndOf ion f°Cln9 Owl Iq jumper 9 9 from rrafm,mleN etMr.l°e mfm.NMn pml b°+ Is iMfmlea In �P Lenafn lap twin "oral ro Ma+ Li -Tap Flown.i h flnbMa .IOeYOIk are0.fM bpin OI TM WII M+ 8M be OOIVtIN 69 then blow wionized 2•00r INva Iuf TIT flnt, Vi I'i p erode (SAW Note J) top of fM WII OW It flush with Ito eidv°N. owed frome with bras. with (nee NAM J) 1. pull M+coverb 8MI1 N asrNO m f,0=:`SERVICE"Service C{rCVl ff. C.lt 1 —Sows wt.2 01vNn service yoinl ontl eervlcV tlletoww�ecl 5%11NXLER-CQYT11oL' SMinkler cmt'°I Clrwitef 5p V°r lesti'CLI °LN6' On°II P+1_I bakes. Pull w=- '�Oroul except WII he'.ue nwrke SPNMXLEP-CMAD I an "IELEPHONf r ' b SO m gaming jumMr T.I.^m Nr.l.. NANO ie 5 pr. :.; — m 9rwna{rp Wahines o)No.JI/ DOI bap. PCc- q"510NAC'lrofrlc°FAm,<iraNe wlfn°-YTIM.t sfmt°r sign a� Ex+A.lon i Ii9Ml ll n9 clrwa. s.v e: 2)"ST LIONT No'Street M .19. lighting cb'cuils Where wallops I Evlaneion he.b. lidless Is under Am V. tit 6"Win I II orwnoJ _ m a. lrmelMmeq btllmi,M b)Ad.5,6,9•K 9A WII pow. 4r —Clown crushed .ton epeclfia0 11"1RAif"SIGNAL"Troigc argml ctrWlfe Alin°r.IINwt .frost y IN ]"L n oil MgvgA Grunt Ock eUWP \_CINn.rushee rock sump .1gn ugnflnw airwll., .� Orals Mls Grounding mNitp around clasp _'_ G,.mI 9 elact cal Awn Mecified or 2)'STR[[T LIGHTING Street M sign light[nil clrcu Oa Yhere <^I prain Mle" Vnen bat homes frmefMmer vtMalJe It under 600 V. I SECTION A-A J) 'SIKET LIONTINO-HIGH VOLIACE"Street °- sign lighting SECTION 8-9ircuit. .Mrs vmf{pe ie show AM V. y No. 3%2(T) No. 5(T) AND Al"IRRwATIEx^Circuits M irrlV*i.M1I'011.1 lM V or mare. r No 6(T) TRAFFIC PULL BOX INSTALLATION DETAILS 51-RMO YETEN'Ramp mew cbv,itt. y 61'CIXaT STATION"tour or .wee.11ar Cl,.HO. .i TI'C [CITIM"Communlc911m ol'Wfs. 8I"TOS COWN CATIONS• TOS co°wunicatlone line m 91 TM POPE°"TOS power. 10)"TOC MEN' lelepnal.d...1c.fion cablMl power. U) I1)-CCW C wN Cir°ull telex"elan cirwit.. r DIMENSION TOLE Ii)"1M5"Infflt nnnifari,q station c cu't0. � -- — CON" t DM A. MI,aC BOX W�TEM N--CC COVED I])"CMS"CNngaoala l..Iy a 1. ccuit..L BOX Yln mum NY101mumDeDfnmorn Aw Nlnlmum Dn bowEEd s 41"HAP"NlgMay mvieory re010 cirwife.Tali:krnsi an ENfeMIOn RO LO TMCNMaa onp E+lain 1On L aTnlCxwes Taper5. RaIMln9 jumw' Ito metal cwNe shell pe ]'lap% 1' N°[afepelm 1' 1" 1'-6" 9•." MO ExNMiOn _ 1'- 1�" /� 6. The maliml d maMlm.01 eM Ocenln9 In which 1M Corer nH eMH o. Vo. s 1' i'.itl_ r-1 E' Y-z'/': --}f 6 .— 1'_I .. g h" the east h lM cover ormm.Sme ewwal rhe len9m aq.torn 1'-6"-- V- t i. C.verelab MXa beMII N Ill.l. 1peaple vlin Cal—Y'•D" - 9'iL Y-9j6" ){" ifdrnla o-lMdard Ala A EecludLp Consult web Ax TOO dinp.mlm and female gG9ae.When Intarahanwed with o stando'd mole or female Co a,ild, now surfaces shell be hush Within /t.lop htsiM ad"of t.covers ant Dull COA.° atoll Imve o l/ nlnlmum radius. i °. Pull bore Rbll not be installed within the pound.rlat 01 new M existing curb rows. Pull W... for'elecer°li°rep post proalgml elMmrae atoll be I..." ONrtNSION TALE ] 5"-O-frown the Station of the°cant alwdtrtllar,Wet M sign°I NON-p¢BOX [ nKKFPCC [HERS stMbrd.Pull W. shell be pla- adjacent to bock o1 curb tr ot fL - - — edge°I slloulwr ax°epf rinra tole 1. Iwracticpl.o COX nY N w 1 IR/0a"S I 2L0G'LL 1 IIX11'] 1•_�•1 l_YtnlauMn�sYlnp E1�.1e11alOn°w 2'J•. NIMB.. O. TnI Yst DlpCed In oMIMr eitoplB DroM1GfMI om OCCHtlbl6 IMOnICn. Pill BOX Yi Imum YInIANm ON1h°tun rose Taper Tf IGO E; 1 ant U .iM STATE d GALIEOpNIA Y ]/r111 1%t 1-O' 1 5 1 I-B /L 10$- 1 Ows N°1 App1Y I 6 f 1'-I>✓j 0 Hale OEPMIYENT M TPLNSPORTAllO1 to ni) tvX g• ELECTRICAL SYSTEMS rd 6gl -o" z 6 t :'-nW! 1 ny'•r r-5•• ode.xarADply1•-e- o vow' ,_ lion. (PULL BOX DETAILS)It Excluding candUlt web AA Top dimen.lan NO SCALE ES'S • • • • i • • • • • SC320 Pedestrian Warning System • Installation Manual • • • • • • • • • • • • • • • • • 1455 Kieppe Lane _pot Sparks,NV 89431 888.520.0008 Toll Free 888.520.0007 Fax • D E V I C E S w .apotdamea.<wnn Arrive Safely ! • • 0 • • • • • • Table of Contents • • 1 Introduction....................................................................................................3 1.1 Pedestrian Warning System Overview...................................................3 • 1.2 Installation Overview ..............................................................................3 • 2 Installation Equipment ...................................................................................4 2.1 RS320 Installation Equipment................................................................4 2.2 Equipment for Pole Mounting and Wiring ...............................................5 3 Installation Preparation..................................................................................6 • 3.1 Organize Components into Groups for Installation.................................6 • 3.2 Install Poles............................................................................................7 4 Road Spot Installation..................................................................................11 • 4.1 RS General Information........................................................................11 4.2 Cut a Trench for RS Connector Cables................................................13 4.3 Mark the Trench for RS320 Placement ................................................15 • 4.4 Cut a Hole for Each RS320 ..................................................................16 • 4.5 Connect the RS320s ............................................................................19 • 4.6 Fill the Trench with Liquid Conduit........................................................20 • 5 Mount Components to Pole and Run Wiring................................................23 5.1 Mount Signs and Pushbutton to Pole ...................................................23 • 5.2 Mount Controller on the Pole................................................................24 • 5.3 Run Wiring............................................................................................24 • 6 Controller Wiring..........................................................................................25 • 6.1 RS320 Wiring .......................................................................................25 • 6.2 Standard Pushbutton Wiring.................................................................27 6.3 Second Pushbutton Wiring...................................................................28 • 6.4 LED Lighted Sign Installation................................................................28 • 6.5 Beacon Installation...............................................................................28 • 7 Power System Hookup ................................................................................30 8 SC320 System Maintenance.......................................................................32 8.1 Replacing Individual Road Spots..........................................................32 • • • 2 • • • • • • • • • • • 1 Introduction • • 1.1 Pedestrian Warning System Overview • • Spot Devices roadway warning systems consist of: • • Road Spots (RS320s), warning lights that are installed directly in the roadway. • • Pole-mounted, flashing warning devices, including Spot Beacons and LED • signs. • • Actuation devices, including pushbuttons and talking pushbuttons. Spot Controllers (SC320s), pole-mounted devices contained in stainless steel • cabinets, which control the system's warning lights and devices. Some systems also include SC200 Series controllers. Installation of these controllers differs significantly from that of the SC320. Please see the SC210 • System Installation Manual for information on installing any SC200 Series • controllers. • • • • • • • Figure 1-A Spot Devices Pedestrian Warning System 1.2 Installation Overview • This manual covers the five main parts of the installation process: • • Preparation, Section 3. RS320 installation, Section 4. • • Placement of components and signs on poles, Section 5. • • SC320 wiring, Section 6. • ■ Power hookup, Section 6.5. • This manual also provides information on replacing individual RS320s, should • such maintenance be required. • 3 • • • • f • • • • 2 Installation Equipment • • 2.1 RS320 Installation Equipment Installation Equipment, Provided by Installer • Required: • a Chalk line, or another means of marking a straight line on the road. f • Downward-spraying spray paint, for marking the placement of RS320 holes. f • 20' or longer tape measure, for layout measurements. • • Walk-behind concrete saw with a 1"wide blade stack capable of cutting a 3.5" • deep cable trench. • ■ Walk-behind concrete saw with a 14" diameter blade, for cutting RS320 holes. • • EITHER a large saw with 5.5" wide stack of 14" diameter blades, OR a saw with a single, 14" diameter blade and a small jackhammer with a 2" to 3"wide f chisel blade,for cutting RS320 holes. • X Powerful shop vacuum or a powerful blower, to remove dust while sawing. • • Gas generator to run large power tools. • a Powerful electric drill with large mixing blade, for mixing Liquid Conduit • adhesive in 5 gallon buckets. • • Trowel, for working with Liquid Conduit. • Standard nut driver, for use with the Torx 5-lobe security bit provided by Spot • Devices. Recommended: Clear acrylic spray coat for coating chalk lines. • a 3"wide duct tape for masking the road around the holes and trench. • • 2"wide disposable putty knife for smoothing Liquid Conduit. • • Utility knife for cutting buckets open. • Rags or strong paper towels, for wiping and cleaning up Liquid Conduit. • • Light gloves, for use while working with the Liquid Conduit. • • Trash can or bag,for empty Liquid Conduit bottles and paper towels. • X Foam material, for blocking flow of Liquid Conduit in trench. • • Water hose supply,for reducing dust in the cutting process. • Note: Only use water on a warm day and when a method for drying the • RS320 holes is available. • • 4 • • • • • Propane-torch or high pressure air hose, for drying the RS320 holes, if using water Screwdrivers Installation Equipment, Provided by Spot Devices • • RS320 layout template. • • Torn 5-lobe security bit. • • Liquid Conduit ATTENTION • Liquid Conduit is the ONLY concrete and asphalt patching compound approved for use installing RS320s. Use of any other compound voids the • product warranty. 2.2 Equipment for Pole Mounting and Wiring Push Button and SC320 Installation: a Drill for installing pushbuttons ■ 1 3/4" hole saw 1/4-20 screw tapping wrench Wire strippers and cutters Strap band mounting tool, such as Band-It brand 3/4" stainless banding with clamps • Quick disconnect spades(provided by Spot Devices) Crimp tool for 10 AWG wire ■ Compass for setting the alignment of solar panels Signs Installation: • 5/16-18 bolts with rubber washers, for mounting signs Accessories: • • Wiring cable • ■ Stiff cable for guiding wire through pipes, such as a fish tape • ■ Screwdrivers • • Chase nipples or other hole edge wire protection Allen key bits or wrenches 5 • • • • • • • 3 Installation Preparation • • 3.1 Organize Components into Groups for Installation • • ATTENTION • It is EXTREMELY IMPORTANT that the correct devices be wired to each • controller, and that for orders containing more than one system, the correct • controllers are used in each system. The correct configuration is shown in the site-specific wiring diagram. • • A common installation mistake is to wire devices to the wrong controller. Another • common mistake, when multiple systems are installed at once, is to use the • wrong controllers in each system. • To avoid these problems, sort the controllers by letter and number. Figure 3-A, below, provides an example of this. The underside of each controller cabinet has • a label with a letter and a number, as shown in Figure 3-13, page 7. Consult the site-specific wiring diagram for information on which components are wired to each controller. • • Controller 1A Beacon Controller 2A LED Sign • • r � r � • Controller 1 B N Controller 2Bco N • W • o 6 • c c J J • • Crosswalk 1 Crosswalk 2 Figure 3-A Sorting Controllers by System Number • • • • 6 • • • • Figure 3-B ' Label for Installation Grouping RS320s are interchangeable and can be used in any system, unless they have been customized. Customized RS320s are labeled with their system number, • and must be installed with the correct system. 3.2 Install Poles Depending on the requirements of the site, install the pushbutton pole and poles • for any beacons. • For the pushbutton pole: 1. Install poles as necessary for the site. SC320 controllers and beacons require • a 4" (4 1/2"OD)Schedule 40 galvanized pushbutton. Standard placement of poles is on the left side of the crosswalk entrance. • This has two benefits: it forces pedestrians to look in the direction of oncoming traffic as they push the button and it places crosswalk signage in front of the crosswalk with respect to oncoming traffic. Poles typically should be 12' or taller for top of pole solar systems.This allows for at least 7' of clearance between the bottom of all signage and the ground. • See Table 3-A, Page 9 for more detailed information. Typically, poles are installed using J bolts placed in a concrete base. A mounting flange is leveled on the J bolts once they are set, and the pole is screwed into the mounting flange. Alternatively, some installations are done with 2 112" poles mounted directly into concrete in a hole. 2. Cap the pole to prevent water from entering it. • 7 • 3. Drill and tap holes in the pole for mounting the signs and the pushbutton. See Table 3-A, Page 9, and Figure 3-C, Page 10,for drill-hole locations. • 4. Drill holes in the pole for the controller connector and power cables. These holes should be placed such that the controller will face the roadway and will • be mounted near the top of the pole, above any signage. ATTENTION • In systems that employ more than one controller, make sure that each controller has a dear line of sight to the others, without a pole between them. Installing the controllers on opposite sides of the mounting poles • will interfere with wireless communication between them. • Controller holes need to be sized for: RS320 to SC320 connector cables These are .67 diameter, four-conductor cables. They have a female plug on one end and are not terminated on the other end. Separate holes for • each cable, if two cables are used, are easier to seal than one large hole. a The power cable and the activation input cable The power cable is either a solar panel input cable or an AC line input cable. The activation input cable is typically a two-conductor pushbutton • cable. Holes should be placed in such a way that there is a clear line of sight • between controllers for wireless RF communication. 5. If necessary, put in a stub out and pull box. 8 24" Sign 30" Sign 24" Sign, with two controllers • and beacon • To Sin Bottom 84" 84" 84" • First Sign,W16-7 12" 12" 12" • Second Sign, 34" 43" 34" W11-2 Beacon 0" 0" 24" SC320 Controller 12" 12" 12" Solar Panel, 0" 0" 12" side mounted Ca 2" 2" 2" Total inches 144" 153" 180" Total (feet) 12" 13" 15" Table 3-A • Pole Height Requirements Notes for Table 3-A: LED signs are typically 30"tall. Typical S1-1 school crossing signs are either 30"or 36"tall. Drill heights refer to heights from the ground and are provided as guidance • only. Adjustments must be made to account for flange and/or pole mount • height. 9 - ---------biz • Controller wire: � � 1$" • ------------- - 71I Sign attaching: 24 • 5/16"-18 tapped holes Ya _ • -- ----------6�/"-- • -----------_----- Standard Pushbutton f', _ 6" mount ` ----------- ----- 31W Y.-20 tapped holes Z • 40" 7 Figure 3-C • Drill-Hole Locations, Basic Solar Powered Pushbutton System • Solar panel on top of pole mount, facing—► — 12' top of pole Controller cabinet, 12"x 10"x 6", facing ► FF road WI 1-2 Sign . 24" sides, 34" • diagonal —8' 1" W 16-7 sign 24"wide, 12"tall bo m • bottom —Pedestrian pushbutton� {�o 40" at button 2 1/2" (2 7/8" OD)—► Figure 3-D • Common Pole Layout, Basic Solar Powered Pushbutton System . 10 • • • • • 4 Road Spot Installation • • Installation of the RS320s involves the following broad steps, which are • described in detail in this section. • 1. Make a trench for the connector cables. • 2. Mark the trench for placement of each RS320. • 3. Create a hole for each RS320. 4. Connect the RS320s with the RS connector cables. 5. Place the RS320s into the holes. • 6. Fill the trench with Liquid Conduit. • 4.1 IRS General Information • RS320 Components IRS Components • • Anchor with two male plug cables, each 9" long Light unit, including polycarbonate prism top and female self-purging plug on • bottom • • Black stainless steep protector plate • • Torx security screws (shipped separately) • a� • Figure 4A • RS320 Components • • • 11 • • • • IRS Cables • . Interconnect cables, 7' and/or 14', with dual female plugs. . • Sus cables, 40' to 100', with one female plug and one open end, for connection to the controller terminals. Female dummy plugs, for sealing off the plug at the end of a string of RS320s. Pushbutton connection cable, with one female plug and one open end for • connection to the pushbutton. • The pushbutton connection cable is provided for installations where a pushbutton is wired to the end of a line of RS320s. • RS320s are shipped ready to install. They come with rectangular polycarbonate hang plates attached with Phillips screws to their top. These plates are removed • near the end of the installation process. They also come shipped with a thin plastic protector sheet over the clear top . plate, underneath the hang plates. This should be removed after installation. IRS Dimensions • Length: 9.6" Width:4.3" • Depth: 2.5" • Height(above road): 0.0" 3.0' • • • Figure 4-B • RS320 Dimensions • . 12 IRS Installation Hole Dimensions • Length: 9.6" Width:4.3" Depth: 2.5" • Height(above road): 0.0" - 12.25" 0III ...-�-- -.....-..-.. 5.5" • '_3.5' • 1225'--::-- Figure 4-C • Installation Hole Dimensions 4.2 Cut a Trench for IRS Connector Cables To create the trench where the connector cables will lie, do the following: 1. Establish traffic control measures to divert traffic to free up at least one lane at a time for road work. 2. Mark the road where the trench will be. Using a chalk line, mark a line between 12" and 24" outside the edges of the • crosswalk. The nearest edge of the RS320 cavity will be approximately 6" • closer to the crosswalk edge than this trench line. This is shown in Figure 4-D. . 13 • RS320 ...................................... `....................... .... .......... Trench 18 I 12 � � . • Figure 4-1) Placement of RS320 Trench Relative to Crosswalk • 3. Use a thin-blade, walk-behind saw to score the road along the chalk line. . This step is optional, but makes cutting a straight trench easier. • An alternative to scoring is to spray the chalk line with clear coat acrylic spray • to make it more durable during saw-cutting. • 4. Cut a 1"wide, 3.5"deep trench. • The trench should run from the edge of the road to 12" beyond the RS320 that is farthest from the controller. Use a walk-behind saw with a 1" wide stack of diamond blades that is large enough in diameter to cut a 3.5" deep trench. ATTENTION • It is important to use appropriately sized saw blades. Using a 1/8" blade ' to cut two lines then chiseling out the material in between does not yield good results. • ATTENTION . Because the iBus cable must run from the RS320s to the pole where the • controller is mounted, the trench must continue AT DEPTH to the stub out. • 14 4.3 Mark the Trench for RS320 Placement Use spray paint to mark the pavement where holes for the RS320s will be cut. • Create the marks using templates provided or the dimensions noted on Page 13. Note that the holes are significantly larger than the RS320s. The outer dimensions of the hole should be 12.25"x 5.5". Spacing . Generally, RS320s are placed with one on each lane line, one in the center of • each lane, and one at the edge of each outside lane, in accordance with MUTCD guidelines. Angle • The RS320s should be installed at an angle that maximizes visibility for oncoming traffic. Depending on the road's approach to the crosswalk, this angle may not be perpendicular to the trench. Figure 4-E, Page 15, illustrates a • situation where the RS320s are not angled perpendicular to the crosswalk. Light from RS320s angled to maximize • visibility 0 0 0 Car i (Roadway: Approach notcular to crosswalk Figure 4-E • Angle RS320s to Maximize Visibility The hole for the RS320 is large enough to allow for about 100 of adjustment • within the hole. If the angle between an RS320 and the trench must be more than . 100 off of perpendicular, adjust the angle of the hole appropriately. • 15 For installations with BI-directional lights, note that the angle of the RS320s will affect visibility from both directions. 4.4 Cut a Hole for Each RS320 There are two methods for cutting the holes for the RS320s. . Preferred Method • Use a large, walk-behind saw with an extended arbor with 5.5" of stacked 14" • diameter asphalt or concrete blades. With this saw, each hole can be cut by simply plunging the blade stack into the • roadway to a depth of 3.5". i Acceptable Altemadve Method If a large, walk-behind saw is not available, acceptable results can be obtained • using a smaller walk-behind concrete saw with a single 1/8" wide, 14" diameter • diamond blade. . This method is more time consuming and results in a hole that is less clean. • Because the Liquid Conduit patching compound requires a very clean, dry surface, using this method requires careful cleaning of the holes. To cut a hole for an RS320 using a smaller saw, follow these steps: . 1. Cut a shallow line along the short sides of the painted rectangle marking the • placement of the hole. This will make the cut lengths for the longer sides easier to see and will make the front and rear edges cleaner. 2. Line up the outside of the saw blade with the outside of one of the long sides of the painted rectangle. 3. Limit the cut depth to 3.5"deep. This can be done either by using a depth-limiter on the saw, or by trial and error using a thin ruler and the depth guide. 4. Bring the saw blade down in the middle of the line to be cut. It is important that the arbor is centered over trench line so that the hole is centered over the trench. 5. Repeat steps 2 through 4 for the second long outside edge. • 16 6. Make two more similar cuts between the two outside edges. The inside cuts should be fairly evenly spaced between the outside cuts. 1: Score short ends. 2: Cut outside edge . • 3: Make inner cuts. ►�..�� Make sure lines are cut to proper depth and that ends of cuts match template Figure 4-F • Cuts for Creating RS320 Hole 7. Using a small, handheld jackhammer with a chisel bit 2" to 3"wide, cut out the • remaining slices of asphalt. This is shown in Figure 4-G, Page 17. • Start from the short edges of the rectangle, pushing the chisel into the road • along the bottom of the saw cuts. It is not necessary to make the bottom of the hole completely flat, but the bottom of the saw blade cuts should be no more than 1/8" below the bottom • of the hole. f Figure 4-G • Removing asphalt from RS320 Hole . 8. Test for fit by placing an RS320 into the hole. • The removable clear acrylic hang plate should rest flush on the road and there should be ample space at both ends. • 17 9. Chisel out additional road material from the hole if necessary, focusing on the space below the ends of the anchor. 10.Use a high-pressure air blower or vacuum to remove debris from the holes. 11.Make sure the hole is completely clean and dry. If a wet saw was used to • make the holes, use high pressure air or a blowtorch to quickly and thoroughly dry the holes before setting the RS320s. r 18 4.5 Connect the RS320s 1. Place RS320s in the holes, making sure they are all pointing the same • direction. * ATTENTION • A common installation mistake is to point all the RS320s away from the crosswalk. Make sure that the arrows on the top of the RS320 faceplate • all point in the same direction. • 2. Plug adjacent RS320s together using RS interconnect cables. • RS320 interconnect cables come in two lengths, 7' and 14'. Use the length • that creates the least extra cable between each set RS320. • Align marks on each plug and gently insert. Once the pins are seated, firmly press the plugs together. You will hear air escaping; this is the hermetic seal. 3. Tie down any excess cable. To do so, make a single upwards coil of any extra cable between lights. Wrap sturdy pull-ties near the ends of the loop, as shown in Figure 4-H, then pull • them tight. This will make the cable coil as flat as possible, while putting • minimal forces on the plug itself. • Pull-tie Excess interconnect cable • Figure 4-H • Technique for Tying Down Excess Cable • 19 • Figure 4.1 • Properly Tied Cable in Trench • 4. Plug the RS320s into the iBus cable. • Plug the iBus cable into the RS320 that is closest to the controller. The iBus • cable has a female plug on one end and is open-ended on the other end. • 5. Terminate the line of RS320s. • Either by put a dummy plug on the open cable of the last RS320, or plug the • last RS320 into the pushbutton connection cable. For installations using the pushbutton connection cable, run the cable through the pushbutton pole and out the hole where the pushbutton will be installed . 6. Push all cables into the trench. Make sure they are at least 1" below the road surface. 4.6 Fill the Trench with Liquid Conduit ATTENTION • Double and triple check the IRS cable connections and the orientation of the • RS320s before pouring the Liquid Conduit. Once the Liquid Conduit is poured, correcting cabling and orientation errors is extremely time consuming and expensive. • General Notes on Pouring Liquid Conduit • • Make sure to use a power drill with a large mixing blade to mix the Liquid • Conduit. Do not try to mix it by hand. • • Once the Liquid Conduit is mixed, working time is approximately ten minutes. • 20 Use duct tape for masking to make cleanup of dripped Liquid Conduit easier. • Use 3" wide tape along the sides of the trench and around the perimeter of the holes. As the Liquid Conduit sets, it may expand up to 1/8" vertically. Leave a small • amount of room in the trench for expansion. • • For installations that require working on only part of the road at one time, block off the trench with a soft foam material to contain the Liquid Conduit to the part of the road being worked on. Mix Liquid Conduit 1. Set aside the bag of extra sand. DO NOT mix this in. • 2. Mix Part A into the sand at the bottom of the bucket. • Use a power drill with a mixing blade to mix Part A into the sand for one • minute or until all the sand is wet. ATTENTION The Liquid Conduit cannot be successfully mixed by hand. Use a power + drill with a mixing blade. 3. If it is colder than 50T, add one bottle of acc elerant to Part B. • More accelerant or more setting time may be needed in colder environments. 4. Shake Part B thoroughly. 5. Add Part B to the bucket and mix no longer than one minute. Do not over mix. • Pour Liquid Conduit 1. Pour Liquid Conduit into the trench between RS320s, leaving approximately • 1/8"from the top of the trench for expansion. 2. Fill the holes around the RS320s, again leaving room for expansion. 3. Use a trowel to make sure the Liquid Conduit flows under the RS320s. 4. If necessary, smooth over the top of the Liquid Conduit with a trowel. • Adjust the Angle of RS320s 1. Adjust the RS320s within the holes to maximize visibility for oncoming traffic. Note that turning the RS320 will affect visibility in both directions. • 21 2. Place a heavy object on top of the RS320s to hold them in place while the mixture sets. The extra plastic bag of sand left over from the Liquid Conduit bucket works well for this. Finish Work Once the Liquid Conduit has set enough to support the RS320: • 1. Remove the object holding the RS320 in place. 2. Remove the screws holding the hang plates in place and discard the hang • plates. 3. Remove the temporary protective plastic film from the surface of the cover • plate. 4. Replace the hang plate screws with security Torx screws. ATTENTION Stripped screw heads will cause significant future difficulties. To avoid . stripping the heads, tighten the screws by hand, using strong downward pressure. DO NOT use an electric screw gun on the Torx security screws. 5. Leave the protective plastic sheeting over the RS320s. Once the Liquid Conduit is completely dry: + 1. Remove the protective plastic sheeting from the RS320s. • 2. Check for Liquid Conduit buildup in front of the RS320 LEDs. 3. Use a circular sander to grind off any Liquid Conduit buildup that may obscure • the light from the RS320. Spot Devices recommends waiting at least one hour before opening the lane to • traffic. • 22 • • • • • • • 5 Mount Components to Pole and Run Wiring • • 5.1 Mount Signs and Pushbutton to Pole • • 1. Screw signs to pole. • 2. For installations with a pushbutton, attach the pushbutton to each pole at the • appropriate height, typically centered at 40"above the grade. • 3. Make sure that the correct sign plates for the pushbutton have been ordered, • so that arrows on the pushbutton sign plate point toward the street. • That is, if the pushbutton poles will be installed on the right side of the • crosswalk entrance, sign plates should have left pointing arrows. If the pushbutton poles will be installed on the left side of the crosswalk entrance, • sign plates should have right pointing arrows. • California regulations require the use of an R62E sign plate with Braille • instructions, as shown in Figure 5-A, below. • ' aA • • • • • • • • Figure 5-A • Sign Plate Compliant with CA Regulations • • • • • • • 23 • • • • 5.2 Mount Controller on the Pole 1. Drill holes in the mounting pole. The holes should be 1 3/4" D, with centers 2"apart. ATTENTION In systems that employ more than one controller, make sure that each • controller has a clear line of sight to the others, without a pole between them. Installing the controllers on opposite sides of the mounting poles will interfere with wireless communication between them. 2. Slide the conduit at the back of the cabinet into the holes in the pole. 3. Band-strap the cabinet to the pole. 5.3 Run Wiring 1. Run the unterminated end of the RS connection cable from the road to the pole. If the cable is not already connected to the first RS320 in the roadway, leave . enough slack to connect it. It should reach a point about 6"from the RS320. If the RS320s are already fully connected, pull until all excess slack is • removed from the line. 2. Cut the unterminated end of the RS320 cable so that approximately 14" is left . beyond the pole hole to use later for wiring. 3. Strip the ends of the RS320 cable or cables. Carefully strip the outer sleeve from the RS320 cable, leaving approximately • 6" of individual insulated conductors. This will leave four separately insulated • conductors entering the cabinet per RS320 cable. • 4. Run the power cable and the cables from any accessories through the pole and into the RS320 cabinet. 24 • • • • • • • 6 Controller Wiring • Each SC320 system is customized to suit the specific requirements of the • location where it is installed. Therefore, the controller wiring is site-specific. The site-specific wiring diagram gives detailed information about which components • are to be wired to each controller in the system. General instructions for wiring • these components are provided in this section. 6.1 RS320 Wiring • • ATTENTION • The wiring for RS310 in-road warning lights varies dramatically from the • wiring for the RS320s. For information on wiring RS310s, consult the SC210 • System Installation Manual. To connect the conductors from the RS320s, do the following: • 1. Strip the insulation from the ends of the four exposed conductors of the RS320 cable. • 2. Crimp the provided quick-connect spades, shown in Figure 6-A,to the ends of • the conductors. • Look at the PCA inside the SC320 enclosure to determine whether to use • male or female spades. • • • • • Figure 6-A • Quick-Connect Spades • 3. Plug the conductors to the PCA as shown in Figure 6-13, Figure 6-C, and • Figure 6-D. • • 25 • • • • Black: • GND Red: VDD • Green: DATA A� • White: ADDRESS • Cable from RS320s • • Figure 6-B • Conductors of the RS320 Cable SC320PCA Plug one line of RS320s in here. Plug one line of • 1P RS320s in here. Figure 6-C . Placement of RS320 Cable Conductors in Cabinet 26 ¢. . Figure&D • Correctly Connected RS Cable 6.2 Standard Pushbutton Wiring To wire a standard pushbutton: • 1. Mount the pushbutton to the pole, as described in Section 5.1. 2. Run the conductors from the pushbutton through the pole and into the SC320 • cabinet. 3. Strip the ends of the pushbutton conductors. 4. Crimp on female quick-connect spades. • 5. Plug the wires onto the PCA at Channel 4, 5, 6, or 7. Consult the site-specific • wiring diagram to determine which channel to use. • For instructions on installing an activation device other than a standard pushbutton, please contact Spot Devices, • 27 6.3 Second Pushbutton Wiring For installations with two pushbuttons and a single controller, wire the pushbutton to the line of RS320s as follows: 1. Trim any excess length from the pushbutton connection cable. This cable . should be run through the pole, as described at the end of Section 4.5. 2. Carefully strip the outer insulation from the end of the pushbutton connection • cable to reveal the two conductors. 3. Attach one conductor to each of the pushbutton screw lugs. 4. Mount the pushbutton to the pole. s 6.4 LED Lighted Sign Installation To install a lighted LED sign: 1. Mount the sign to the pole, as mentioned in Section 5.1. • 2. Run the conductors from the sign into the correct controller cabinet, as • indicated on the site-specific wiring diagram. • 3. Double check the polarity of the conductors coming from the LED sign. This . information is available on the site-specific wiring diagram. • 4. Strip the ends of the LED sign conductors. i 5. Crimp on female quick-connect spades. 6. Plug the wires onto the PCA at Channel 4, 5, 6, or 7. Consult the site-specific wiring diagram to determine which channel to use. 6.5 Beacon Installation Except in special situations, beacons should not be wired to the same controller • as the RS310s. Consult the site-specific wiring diagram to determine which • devices are to be wired to each controller. • The beacon controller will be activated by an RF signal from the primary • controller. Therefore, the two controllers should be mounted so that there is a clear line of sight between them. In cases where both controllers are mounted on • the same pole, mount the beacon controller directly below the primary controller. To install a beacon: • 28 1. Attach a IT LED beacon, with the beacon housing, to the pole by either tapping screw holes in the pole, by using bolts, or by band mounting. Beacon mount 'arms' require drilling a 2 1/16" to 2 1/4" diameter hole in the mount pole for support and wiring. Typically, beacons are mounted to a 1 B pole or an existing streetlight pole. • 2. Attach the beacon controller to the pole. 3. Run conductors from the beacon housing to the SC320 as follows: • Strip both ends of the provided red and black conductors. • Crimp spades to one end of each conductor. ■ Crimp quick-connect spades to the other ends of the conductors. Attach the conductors to the terminal strip inside the beacon housing. . Wire the red conductor to the positive terminal, and the black conductor to • the negative terminal. S • Run the conductors from the beacon housing through the pole and into the SC210 cabinet. • Plug the conductors into one of the channels on the SC320 PCA. Consult Plug the red conductor into the positive terminal, and the black conductor into the negative terminal. • 29 i 7 Power System Hookup r eATTENTION BEFORE hooking up the power system, make sure ALL RS320s are correctly installed and connected and that the wiring polarity has been • double-checked. Provide AC power to each system controller as follows: • 1. Turn off the AC power at the source. 2. Run the AC supply cable into the SC320 cabinet. 3. Cut the excess cable, leaving 10" inside the enclosure. • 4. Cut the sleeve of the AC supply cable and pull back enough of it to terminate • the conductors into the supplied socket connector, shown in Figure 7-A. a F �v • Figure 7-A • Supplied Socket connector 5. Connect the conductors of the AC supply cable to the socket connector as • shown in Figure 7-B, Page 31: Ground wire to green terminal screw . ■ Hot wire to bronze terminal screw ■ Neutral wire to silver terminal screw r • 30 hot conductor neutral conductor to bronze screw to bronze screw • ground conductor to green screw • Figure 7-13 Power Socket Connections 6. Run the cables through the guides on the cabinet. • 7. Plug the power supply cable into the socket connector at the back of the SC320 cabinet. • 8. Activate the AC power. Finish Work After doing the controller wiring and running power to the system, do the following steps to finish the wiring. 1. Pull excess wire out of the rear of the controller box so that no loops or spare Wire remains inside the box. Excess wire in the box will interfere with RF communications. • 2. Push any excess wire inside the mount pole, leaving sufficient wire behind the box to create a drip curve. i 3. Push the large RS320 cables back so that the sleeved portion is just inside the back lip of the grommet. Tighten the grommets thoroughly. 4. Apply silicon sealant to the wire passages around all cord grip grommets. 5. Tighten all hex nuts on the grommet behind the enclosure to seal them. 6. Seal the holes where wires exit the pole with silicon sealant. 40 0 31 • • • • • • • 8 SC320 System Maintenance • • 8.1 Replacing Individual Road Spots • • ATTENTION • Turn off power to the system before changing out the RS320s. • • • ATTENTION • When removing a Road Spot light for maintenance or replacement, be careful not strip the heads of the security screws holding the light in place. • The security bit must be fully seated to avoid stripping. This typically requires cleaning the screw heads. • • Equipment: • • A fine-pointed awl or stout paper clip • • Compressed air • ■ Hand bit screwdriver • • Security bit • • Medium or large flat head screwdriver • To replace an RS320, do the following: • 1. TURN OFF POWER TO THE SYSTEM • • Unplug the power inside the SC320 cabinet, then wait 30 seconds. • 2. Clean the screw heads thoroughly. • Use a fine-pointed awl to loosen and dear debris from the recesses in the • heads of the security screws. • Then use a can of compressed air to blow out the debris. • Check the screw heads carefully. Continue to loosen and blow out debris until the screw heads are completely dean. • • • • • 32 • • • • 3. Using a security bit on a manual screwdriver loosen the screw. S Make sure the bit is well seated before applying torque to remove it. Use strong downward pressure. Do not use an electric screwdriver or screw gun, as they can quickly strip the screw. 4. Remove the protective plate from the face of the RS320. • 5. Pry the RS320 from the anchor by inserting a flat head screwdriver in one of the cavities along the end of the device. 6. Use canned air to blow debris out of anchor screw holes and a rag to wipe debris from the anchor cavity. 7. Put the replacement RS320 in the anchor. 8. Replace the Tonc security screws with a manual screwdriver, again being • careful not to strip the screw heads. • If a security screw does become stripped, follow this procedure to extract it: 1. Use a high-speed rotary tool, such as a Dremel tool, with a wheel cutting • blade to score the head of the damaged screw. Make a cut that will accommodate a flat head screwdriver. 2. Remove the screw with a standard flat head screwdriver. • 33