Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04747 - G & M CONSTRUCTION DESERT FASHION PLAZA PALM CANYON STREET IMPROVEMENT CP03-05
t noc " 2004-081811s I 10/15/2004 0$:00A Fee:NC Page t of i Recorded in Official Records County of Riverside �t Gary L. Orso Assessor, (County Clerk 8 Recorder I IIIII IIIIII IIIIII III(III IIIIII(IIIIII III II II(III III M U PACE SIZE OA PCOR NOCOR SMF MISC Recording Requested By And When Recorded Return To: City of Palm Springs, Attn: City Clerk P.O. Box 2743,Palm Springs, CA 92263-2743 n LONc JREFueo ecec E PM (SPACE ABOVE J'HIS LINE POR RECORDING USL) MEbff'r PROM RECORDING ITS PER OOV.CODE$6103) NOT xCE OF COMPLETION NOTICE IS HEREBY given that: G I- 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 26" day of September,2004. S. The name of the contractor (if named) for such work of improvement was: G&M Construction, Happy Traveler RV Parks, Inc.,211 West Mesquite Avenue, Palm Springs, CA 92264. 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: Desert Fashion Plaza Street Improvements. 7. Nature of Interest: Fee Owner E. The property address or location of said property is: North Palm Canyon Drive, west side, from Tahquitz Canyon Way to Alejo Road. 9. City Project No. 03-05, Agreement Number: 4747, Minute Order Number: 7354 CITY OF PALM SPRINGS: REVIEWED BY: DATED: Joe .Cf- BY: DATED: Director of Public Works/City Engineer /\ ✓David I. Barakian b F `�� PATRICIA A. SANDERS, being duly sworn, says: That she is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing ob notice; that She makes this verification on behalf of said corporation; that she 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,she makes v this verification on behalf of said municipal corporation. w u City Clerk -Patricia A. Sanders Index No. 1304 :a CITY OF PALM SPRINGS e 'J. CALIFORNIA .; P O.Box 2743,Palm Springs,California 92263,(760)323-8253 Department of Public Works and Engineering NOTICE OF ACTION FOR: ■PUBLIC AND/OR ❑PRIVATE IMPROVEMENTS TO: G&M Construction ACCEPTANCE DATE: September 26,2004 Happy Traveler RV Parks PROJECT: CP403-05,Desert Fashion Plaza 211 West Mesquite Avenue Street Improvements Palm Springs,CA 92264 AGREEMENT NO. 4747 MINUTE ORDER NO. 7354 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS Curbing 379 L.F. Curbing L.F. Street Paving 295 S.F. Street Paving S.F. Sidewalks S F. Sidewalks S.F. Driveway Approaches SY Driveway Approaches S.F. Bike Paths EA. Bike Paths S.F. Sewer Mains L.F. Sewer Mains L.F. Sewer Laterals L.F. Sewer Laterals L.F. Sewer Manholes EA. Sewer Manholes EA. Storm Drains L.F. Storm Drains L.F. Survey Monuments EA. Survey Monuments EA. Lighting/Landscaping 80,000 S Pavers/Walkway 14,100 S.F. Location:North Palm Canyon Drive,west side,Tahquitz Canvon Way to Aleio Road C.P.S.Drawing No(s). Permit No. Contractor(s)actually doing the work G&M Construction Notify your bonding company/bank to release the following bonds: No. 116777 in the amount of $331,512 Performance to�r5lo5 No. 116777 in the amount of $331,512 Payment It 45�o4 No. in the amount of $ Monuments No. in the amount of $ Maintenance Security No. in the amount of $ Correction&Repair Construction bond in the amount of $ for Engineer: CITY ENGINEER Bond Co./Bank:American Contractors Indemnity Company Comments: FINAL CONTRACT AMOUNT: $346,141 Submitted by: vx4� Dated: 1413•al Street Maintenance Manager Approved by: 1 Dated: (/1 Director of Pub c Works/City Engineer [ Distribution:Original to Engineering Project File;Copies to Addressee,City Clerk,Engineering NOA Binder,Street Maintenance Manager,Building,and Facilities Index No. 0413 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction Date: April 27, 2004 211 W. Mesquite Ave. Project No. 03-05 Palm Springs, CA 92264 Project Name: Fashion Plaza Street Imp. Change Order No. Three (3) Attn: George Marantz Contract Purchase No: 416333 Account Number: 4462-50222 Agr.# 4747 M.O.# 7354 A./B. CHANGES IN WORK/COSTS Increases to Contract New Item a. Construct Walkway Revisions Per Plan Lump Sum/Agreed Price $13,000.00 TOTAL NET CHANGE ORDER AMOUNT $13,000.00 C. REASONS FOR CHANGES: a. An area near the North end of the project limits and adjacent to the Fashion Plaza parking garage entrance was to be landscaped with grass on the original plans. After construction of the improvements on Palm Canyon, it was realized that pedestrians regularly walk across this area rather than taking the walkway to the West as originally designed. At the request of John Wessman (the Fashion Plaza owner), Sanborn A&E (the original project designer), prepared a supplemental drawing to the project which continues the placement of concrete pavers and retaining walls and tree wells along this area. John Wessman and Jerry Ogburn (Downtown Redevelpment), presented the plan to the City Manager and asked that the additional improvements be installed utilizing additional funds that were not spent as part of the original construction. At the City Managers request, a price for this additional work was obtained. G&M Construction has agreed to construct the additional improvements for the lump sum cost of $13,000.00. This agreed price is includes the a credit to the City for the landscaping that was not completed in this area. 15 additional working days are being allowed for the completion of this work. This time will be tracked beginning on a future date mutually agreed upon by the City and G&M Construction Construction on this project was considered substantially complete on December 51h 2003. Project time has been suspended from that date to the date referenced above that is to be determined. This suspension has been agreed to by G&M Construction. NOTE: No additional markup will be added to any items in this Contract Change Order. All costs Per each item are final. D. SOURCE OF FUNDS: The required funds are available in the following account: Page 1 of 2 Acct# 4462-50222 Desert Fashion Plaza Street Improvements Summary of Costs Contract Time Original Contract Amount: $331,512.00 Original Completion Date: November 7, 2003 This Change Order: $ 13,000.00 Days Added for this C.C.O.: 15 Previous Change Order(s): $ 1,629.00 Previous Days Added: 16 Revised Contract Amount: $346,141.00 Revised Completion Date: T.B.D. I have received a copy of this Change ' Approval: Order and the above totals are acceptabl t the cont ctcr� Submitted by V A� Date Street Maintenance Manager By Approved by Date C tract r City'Engineer Date �i Approved bye Date Date City Manager Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) • City Clerk (1) Purchasing Agent (1) Page 2 of 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction Date: January 15, 2004 211 W. Mesquite Ave. Project No. 03-05 Palm Springs, CA 92264 Project Name: Fashion Plaza Street Imp. Change Order No. Two (2) Attn: George Marantz Contract Purchase No: 416333 Account Number: 4462-50222 Agr.# 4747 M.O.# 7354 A./B. CHANGES IN WORK/COSTS Increases to Contract New Items a. Dispose of three (3) existing trees and install new Lump Sum $8,935.00 b. Repair Traffic Signals Lump Sum $1,400.00 C. Remove/Replace Steps Lump Sum $250.00 Bid Item - Schedule A 18. A1-8 Curb 42 LF @ $18.00/LF $756.00 22. Storm Drain Collar 1 EA @ $1,500.00/EA $1,500.00 Subtotal of Increases $12,841.00 Decreases to Contract Bid Items - Schedule A 15. Install New Pavers 3400 SF @ $7.25/SF ($24,650.00) 23. Storm Drain Manhole 1 EA @ $3,000.00/EA ($3,000.00) 29. Replace Traffic Loop 2 EA @ $500.00/EA ($1,000.00) Deletion of Bid Schedule B ($7,562.00) Subtotal of Decreases ($36,212.00) TOTAL NET CHANGE ORDER DECREASE AMOUNT ($23,371.00) C. REASONS FOR CHANGES: New Items a. Per agreement with the Assistant City Manager, G&M Construction will dispose of 3 existing trees and provide/install 3 new palm trees of comparable size and variety in order to provide the required walkway width per ADA standards. b. During construction two signal pull boxes were damaged. These boxes were buried underground and their locations were unknown prior to construction. The above costs represent the lump sum/agreed price to install new boxes, conduits and wire for proper signal operation. Page 1 of 2 C. Project plans called for an existing set of stairs to be cut in half and widened. This would have resulted in an obvious mismatch of concrete color and finish along this joint. The above lump sum/agreed price represents the additional cost to remove and replace the remaining portion of these stairs. Bid Items All increases and decreases to Bid Items indicated above are due to the actual quantity placed being more or less than the original estimate. Bid Schedule B: The City Manager has directed this bid item be deleted from the project. 16 working days have been added to this contract due to issues surrounding the removal and replacement of existing palm trees. NOTE: No additional markup will be added to any items in this Contract Change Order. All costs Per each item are final. D. SOURCE OF FUNDS: The following Account No. will be credited: Acct# 4462-50222 Desert Fashion Plaza Street Improvements Summary of Costs Contract Time Original Contract Amount: $331,512.00 Original Completion Date: November 7, 2003 This Change Order: $ (23,371.00) Days Added for this C.C.O.: 16 Previous Change Order(s): $ 25,000.00 Previous Days Added: 0 Revised Contract Amount: $333,141.00 Revised Completion Date: December 5, 2003 1 have received a copy of this Change t Ap roval: Order and the above totals IL �Py are accepta he contractor. Submitted by Date Street ai tenance Manager By rr ector ApprA 6WV -d by Date 2- -0 _ —'-City Manager Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File 11) Finance 01 Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent 111 Page 2 of 2 y� CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: G&M Construction Date: October 9, 2003 211 W. Mesquite Ave. Project No. 03-05 Palm Springs, CA 92264 Project Name: Fashion Plaza Street Imp. Change Order No. One (1) Attn: George Marantz Contract Purchase No: 416333 Account Numbers: 4462-50222 Agr.# 4747 M.O.# 7354 A.B. CHANGES IN WORKICOSTS Increase to cotract New Item a. Dispose of existing trees and install new Lump Sum $25,000.00 TOTAL NET CHANGE ORDER AMOUNT $25,000.00 C. REASONS FOR CHANGES: Trees designated to be relocated as a part of this project were found to be in a condition that would not allow transplanting. Per agreement with the Assistant City Manager, G&M Construction will dispose of 15 existing trees and provide/install 10 new palm trees of comparable size and variety. The above increase also represents costs for relocation/transplanting of 5 city owned trees to the project site. NOTE: No additional markup will be added to any items in this Contract Change Order. All costs Per each item are final. D. SOURCE OF FUNDS: Funds are available in the following account: Acct# 4462-50222 Desert Fashion Plaza Street Improvements Page 1 of 2 Summary of Costs Contract Time Original Contract Amount: $ 331,512.00 Original Completion Date: November 7, 2003 This Change Order: $ 25,000.00 Days Added for this C.C.O.: 0 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ 350,512.00 Revised Completion Date: N/A I have received a copy of this Change City Approval: Order and the ab ve totals A '40' are accept o the contr ctor. Submitted by Date�/�9J'?I�l`( °3 treet M intenan e M v By ractor lb06 Da fV Approved by Date C ty Manager Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) u Lf_ j 1 U e-7 p/0 Page 2 of 2 /2 3 a_3 Lot l Y GEM Construction Desert Fashion Plaza AGREEMENT #4747 M07354, 7-30-03 AGREEMENT --- -- - -- -- ---- n THIS AGREEMENT made this �'�(J day of ��IJ✓ �// in the year 200 3 by and AGREEMENT between the City of Palm Springs, a charter city, organize and enistfng in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and G & M CONSTRUCTION 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: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03.05 The Work is generally described as follows: Removal of existing curb, gutter, sidewalk, catch basin and connector pipe, concrete pavement, asphalt concrete pavement, landscaping, irrigation and miscellaneous improvements; and construction of new curb, gutter, decorative concrete pavers, catch basin and connector pipe, concrete pavement, asphalt concrete pavement, landscaping, irrigation, lighting and electrical system,and all appurtenant work. The project is generally located adjacent to the Desert Fashion Plaza a"Palm Canyon Drive and Tahquitz Canyon Way. ARTICLE --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $3,025. for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 --CONTRACT PRICE ($331,512.00) The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Pree(s)named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 —THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 1 to 1 , 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 cup 1"10 �N11%L E3��. NiVI DESERT FASHION PLAZA STREET IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO. 03-05 AGREEMENT AND BONDS- PAGE 1 7i'iin'i ARTICLE 5 —PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 —NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 —MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF,the City and the Contractor have caused this Agreement to be executed the day and year first above written. EST: Cl OF PALM SPRI IGS, CA FORNIA� lam_ r� City Clerk 9/1 7165 APPROVED AS TO FORM: APPROVED BY THE CITY COUNCIL: By Vu�,({ y torney Minute Order No. 7354 Date 7/30/03 Date � 0I Agreement No. A4747 CONTENTS APPROVED: QJ/J/J Agreement over/it1 C $25,000 di�--- BY City Engineer Reviewed and approved by Procurement & Contracting Date l/Z L11.1. Iaf ifiais Date ", sy P.O. Nambe City Manager Date E+"Y THE CD I y COUNCIL DESERT FASHION PLAZA STREET IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO. 03-05 AGREEMENT AND BONDS-PAGE 2 CONTRACTOR (Check one:_individual,_partnership,' corporation) By � i ) signature (NOTARIZED) mt Name and Title. By signature (N TARIZED) Pr' t Name and Title: VAL-1V , � i Mailing Address: Date (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). End of Signature DESERT FASHION PLAZA STREET IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO. 03-05 713/03 AGREEMENT AND BONDS-PAGE 3 AMERIArm 0 } STATE OF CALIFORNIA RIVERSIDE }ss. COUNTY OF } On 8/12/03 , before me, CLAUDIA WULF personally appeared GEORGE MARANTZ & MICHAEL A. MARANTZ , personally known to me ( e as)s ) to be the person(s) whose names) i /are subscribed to the within instrument and acknowledged to me that he/-'i /they executed the same in his{harr/their authorized capacity(ies), and that by hisfher/their signatures) on the instrument the persons) or the entity upon behalf of which the persons) acted, executed the instrument. WITNESS my hand and official seal./A Signature_ CLAUDIA V48U� COMM, 1205522 � .mzA NOTARY Ni-CALIFORNIA @ K , RIVERSIDE COUNTY My Comm.Expires June 24,2004 (This area for official notarial seal) Title of Document Date of Document No. of Pages Other signatures not acknowledged 3008 (1/94) (General) First American Title Insurance Company EXECUTED IN FOUR ORIGINAL COUNTERPARTS BOND NO. 116777 PREMIUM: $5,951.00 PERFOWANCE BOND KNOW ALL MEN 9Y THESE PRESENTS, That C & M CONSTRUCTION as Contractor, And AMERICAN CONTRACTORS INDEMNITY COMPANY as Surety. are held firmly bound unto the GIy of Palm Springs, 3 charter city, organized and existing In the County of Riverside. Callfarnla, hereinafter called the'City,' In Ina sum of Three hundred thirty one thousand five hundred twelve and 00/100 dollars. for the payment of whkh sum well and truly to be made, we bind ourselves, our helrc, executory, edminktratora, successors, and assigns.Jointly and severalty, firmly by these prownts WHEREAa said coniradar has been awarded and Is about to Borer Into the annexed Agreement with asld city to perform the Work as Vocifled or Indicated In the Contract Document:entitled' DIESER FASHION PLAZA STFfl IMPROVEMENTS CITY PROJECT NO. 0]-05 NOW THER PW If said Contractor shall perform all the requirements of amid Contract Documents requlmd to be performed on 1I9 port. at the times and In the manner specified herein, then this obligation Chilli be null and vo.d, otherwise 11 !hall remaln In full force end effect. PROVIDED, that any operations In the Work to be done or the malcriels to to furhlshed, at changes In the time of completion, which may be made pursuant to the terms of said Contract Oocwmsnts, shall not in any way release said Contractor at said Surely thereunder, nor shell any extensions of time granted under the provlaianc of sold Contract Dowmanlc, release either said Contractor or maid Surety. and notice of such alterations or exlentilons of the Agreement is hereby waived by Bald Surety. SMNED ANO SPALW. this 7TH day of AUGUST 2003 CONTRACTOR SUYITY: GEORGE MARANTZ DBA: G & M CONSTRUCTION AMERICAN CONTRACTORS_INDEMNITY COMPANY (Check one- X Individual, aftnerahip, corpora n ByZBy //� \/� (NOTARIZE(]) (NOTA ED) Print Name and Title' IM Name and Tills: SANELLE L. MILLER, ATTORNEY IN FACT (SEAL AND NOTARIAL ACKNOWLEDGMENT '{ I OF SURETY) ey -arm.. "— (NOTARIZED) r� Print Nar�a,� � (CarnanalainS reouna IWO a.e sal Jta 61 ran r, ..cA or if,. rmpwmg qt ps A Cho.man of So.m. Prvodonl, or any Vice ereaWenl: AND e. fiacraUDy, Aaelelenf Secrelary. Trnn.u.aq A,,W.nl Treaaurar. or Chief Mnanc,al CQlae/), DESERT FASHION PLAZA STREET IM PROvGV ENTS CITY PROJECT NO 03-05 PERFORMA NriZ 01%1r 713103 American Contractors Indemnity Company 9841 Airport Blvd.,9th Floor,Los Angeles,California 90045 U0- .i :3 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation does hereby appoint, Janelle L. Miller Its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in t �a�z t}� reof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed$ 1, BU UU�" This Power of Attorney shall expire without further action on September 27,2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive Officer, President or any I ice President, Executive Vice President, Secretmv or Assistant Secretary, shall have the power and authority 1. To appoint Attorney(s)-in-Fact and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and, 1. To remove, at any time, any such Attorney-in fact and revoke the authority given. RESOLVED FURTHER, that the signatures of such officers and the seal of the Company tnay be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attonuev or certificate bearing such facsimile signatures or facsineile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures mad facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on the 1st day of September,2000. `o�tQpCTOP,r AMERICAN CONTRACTORS INDEMNITY COMPANY 2 F 3 INCORPORATED W yy SEPT.26,1990 --"c.o By: GCIPOgM�� Andy T.Faust,Jr., Corporate President STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this ist day of September,2000 before me,Norma J. Virgilio, a notary public,personally appeared Andy T. Faust,Jr.,Corporate President of American Contractors Indemnity Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. NORMA J.VIRGILIO WITNESS my hand and official seal Commission#1322310 _ Notary Public-California £ r z Loa An County Norma J. Virgilio,Notarf amycomm.Eayitr Sep 77,2005 I, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS HEREOF, I have hereunto set my hand this 7th day of August 2003 Bond No. 116777 Agency No. 9006 VJAMES H. FERGU ON orporate Secretary rcv POA0420/01 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT • �.�.�awr - - - - - - - - - - - - -„r=o-. _ _ - - - - - - .m- - - -.ter.- - - - - -.-� State of California ss. County of Los Angeles i On August 7, 2003 before me, S. Caindec, Notary Public t note Neme erd Tdle of Ofiiaer(e g,"Jane Doe,Nattily Public") 1 personally appeared Janelle L. Miller Name(s)of Slgoar(a) .l f_X personally known to men ❑ proved to me on the basis of satisfactory evidence I� �I to be the personp) whose nameN is/XNK subscribed to the within instrument and I acknowledged to me thatN3'e/she/HR y executed the same in MK/her/tMX authorized capacityON§), and that by Sher/ W �* ==���� �►( signature(X) on the instrument the personjCs), or 9 °;;,• B. CAINDEC [ the entity upon behalf of which the person(R) f Comm. No. 1262521 €=a" NOTARY CALIFORNIAo acted, executed the instrument. U LOS ANGELES COUNTY 'I 3 MyComn.Exp.May 28.2004 WITNESS Vmynand official seal. h (� l�.vrracPro*��c'Irs�s� l (' Piece Notary Seal Above oDfl of Notary Publlo � OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document •I ( and could prevent fraudulent removal and reattachment of this form to another document. ( I Description of Attached Document f- Title or Type of Document: •1 I (' Document Date: Number of Pages: I Signer(s) Other Than Named Above. ( Capacity(i@pk Claimed by Signer t' signer's Name: Tanel l e T . Mi 11 er 'l ❑ Individual Top of thumb here ❑ Corporate Officer—Tdle(s): ,t h CI Partner—❑ Limited 17 General •I [R Attorney in Fact I' ❑ Trustee I• ❑ Guardian or Conservator 'I I' I (; ❑ Other. l Signer Is Representing: American Contractors indemnity Companyi lid: '�c,Za_-'�,'ec.�_'x')��-Ci_�_�'�'�'�`�'�'�^�" — — — — — — —, — eiSC4Zv_�v"—�`'�'Cc�i •evC�'c._. ...,�.T 01999 National Nolary ASS000lon•9350 Do Solo Av,P,D Box 2992•Chalswotlh,CA913132402•www nallonalnolary org Prod No.5907 Feordor Call Toll Rea 1-800 376 6627 AMERI � � so } STATE OF CALIFORNIA }ss. COUNTY OF RIVERSIDE } On 8/12/2003 before me, CLAUDIA WULF personally appeared GEORGE MARANTZ & MTCHAF.T, A_ MARANT7 , personally known to me (er proud to r�ae ) to be the person(s) whose name(s) 0/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in His/her/their authorized capacity(ies), and that by his{Yter/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. �A Signature vV CL.ALIDIA WL? 4 m = 1266592 NOTARY P08L[0-CALIFORNIA 27 FINUISIDF COUNTY My Comm.Sxplres Juno 24,2004] (This area for official notarial seal) Title of Document Date of Document No. of Pages Other signatures not acknowledged 3008 (1/94) (General) First American Title Insurance Company 1 EXECUTED IN FOUR ORIGINAL COUNTERPARTS BOND NO. 116777 PAYMENT BOND KNOW ALL.MEN 13Y THESE PRESENTS, That G 5 S CONSTRUCTION as Contractor, And AMERICAN,'CONTRACTORS INDEMNITY COMPANY ap Surely, are held firmly bound unto the City of Ralm Springs, a charter city, organized end exWing In the County of Riverside. State of California. hereinafter malted the"City." In the cum of Three hundred thLrty one thousand five hundred twelve and 00/100-------------- doljar , for the payment of which sum well and truly to he made, we bind ourselves, our heirs, executors, administrators, successors, and asdgne,jointly and severally, firmly by these presents WHEREAS, Bald Contractor hag been awarded and is about to enter Into the annexed agreement with Bald City to perform the Work as e:pedlled or Indicated In the Contract Documanta entitled. DESERT EA5HM PLAZA STRUT IMPROVEMENTS CITY PROJECT Na.o3-06 NOW THEREIFORE. If said Contractor, Re subcontradore, Its halm, executors. admirllslrators, successors, or agslgns shall fad to pay for any materels, provisions, provender, equipment, or other supplies used In, upon, for, of about tha performance of the Work contracted to be done, or for any work or labor thereon of any k;nd, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be dedLc W, withheld, end pald ovar to the Employment Development Department from the wages of employees or IN Cantreclof and Ile 6UDcontraclarx purauanl to Sactlon 13020 of Iha Unemployment Insurance Code with respect to allch labor, all ae required by the provisions of Tllla XV, Chmpler 7, Sections 32473252, Inclusive, or the Civil Code of the State or California and acts amendatory thereof, and 5ectlans of outer Cocoa or the State of California referred to therein and acre amendatory lhoreof, and provided that the persons, companies, or coeporaltons so(umishing aetd materiels,provisions, equipment; or other supplies, appllancee, or power used In, upon, for,or about performance of the Walk contractod to be executed or performed, or any person, company, or corporaWn renting or hiring implements or machinery or power for, or contributing to, &aid work to bo done, or any person who performs work or labor upon the same, or any person *no supplies both work and materials therefor, anal) have compiled with the prbaislona of laid lawn, than said surety will pay the same In an amount not exceeding the aum herelOberere xet forte, and also will pay, in case suit Is brought upon this bond, a reamnable attornay'a fee as shall be fixed by the Court Thla Band shall inure to the benefit of any and all persona named in Sechon 3181 of the Civil Code of the State of CaVarnla so as to give a right of action to them or their asaigns in any wit txought upon this Bond. PROVIDED, that any alterations Ip the Work to be done or the materiels to " furnished, or changes In the time of corn DIVIon, whim may be made pursuant to the terms of said Contract Documents, shall not In any way releaac said Contractor or said Surely thereunder, nor shell any extenslons of time granted under the provisions of sad Contract Oacumente release either said Contractor of said Surely, and notice at sold alfarxtions or extensions of the Agreement 16 hereby waived by said Surety SIGNED AND SEAL07,this 7TH day of AUGUST 200 3 DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO 03-05 PAYMENT BOND 7/3103 AGREEIA ENT A N0 BONDS- PAGES ` t i CDNTRACTOR GEORGE MARANTZ DBA: G & M CONSTRUCTION (Ch. k one X I rdual,_purtnerehlp. _corporation) By T 'YQ wY (NOTA R _ Int ame and Th(e' By Yp.Y.0 OTA ED) Print N nd TI(Ie: (Corporr lani rpuLe Iwo tlr)vlaew;arrY fNm a.rn a(Ih•followlnq proupl.��-[�rdrtnen of Boara. PrunldMl, or any Vko AWdon(,AND g 81 leimry, A"ISlanl SmrelYry. Trw W,AUW.( T. ...w,or U4r FlAarclal drk . SURETY AMERICAN CONTRACTORS INDEMNITY COMPANY By J�444,ELLT. L. MILLER, ATTORNEY—IN—FACT rile/ (sFA[AND NOTARIAL A CI=WLEDGM w7 OF SURETY) DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 'BOND 7f3103 AGREEMENT AND BONDS-PAGE 7 AAmerican Contractors Indemnity Company _ 9841 Airport Blvd.,9th Floor,Los Angeles,California 90045 j POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California,a California corporation does hereby appoint, Janelle L. Miller Its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in 1t a tS t geof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed$ ' ��' U�'�" This Power of Attorney shall expire without further action on September 27, 2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive Officer President or any Vice President, Eiecutive Vice Resident, Secretary or Assistant Secretary, shall have the power and authority 1. To appoint Attornev(s)-in-Fact and to authorise them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, contracts of indemnity and orher writings obligatory to the nature thereof and, 2. To remove, at any time, any such.Attorney-in fact amid revoke the authority given. RESOLVED FURTHER, that the signatures of such officers and the seal of the Company pray be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and f zesmile seal shall be valid and binding upon tine Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seat to be affixed hereto and executed by its - President on the Ist day of September, 2000. �o�kQpCIO pf�yO AMERICAN CONTRACTORS INDEMNITY COMPANY F S INCORPORATED � SEPT.26,1990 --"e By: Andy T. Faust, Jr., Corporate President STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this Ist day of September,2000 before me,Norma J. Virgilio, a notary public,personally appeared Andy T. Faust, Jr., Corporate President of American Contractors Indemnity Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. NORMA J.VIRGILIO WITNESS my hand and official seal Commission#1322310 Notary Public-California £ u. Los Mgalse County Norma J.Virgilio,Nota my comm E gHts Sep 27,200 i I, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS HEREOF,I have hereunto set my hand this 7th day of August , 2003 Bond No. 116777 f Agency No. 9006 FAMES H, RRGUSON orperate Secretary rev.POA04/20/01 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT f °I State of California ss. aj County of Los Angeles l I On August 7, 2003 , before me, B. Caindec, Notary Public Palo Name end Tdle of 0 loer to g,"Jane Ooe,Nolery Public") I personally appeared Janelle L. miller Name(a)of S[,aer(a) LXpersonally known to me I ❑ proved to me on the basis of satisfactory evidence I I to be the person) whose named is/at[ - subscribed to the within instrument and �l acknowledged to me that)[)Wshl executed the same in MY/hi authorized ) capacity, and that by Mher/ tR ° � JND si nature ?� on the instrument the erson 1W �;; B. CAINDEC 9 � ) p �s), or Comm.No.t262521 the entity upon behalf of which the person(%) r. NOTARVPUBLIC CALIFORNIA v acted, executed the instrument. LOS ANGELES COUNTY ;l MyCoRIm.Exp.May28,2004 a WITNESS my li Tr nd official seal.zgk 'I i' I Place Notary Seal Above re of Notary Public l' I OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the documentI and could prevent fraudulent removal and reattachment of this form to another document, ,I I I Description of Attached Document Title or Type of Document: -1 �I Document Date: Number of Pages: d I' I Signers) Other Than Named Above: >„ ( Capaii Claimed by Signer I' Signer's Name: Tnna11 e T . Mi 11 er 'I ❑ Individual h I I Top of thumb here .I ❑ Corporate Officer—Tile(s): ;I t ❑ Partner—❑ Limited ❑ General L LR Attorney in Facti ❑ Trustee II ❑ Guardian or ConservatorI I ❑ Other: Signer Is Representing: American Contractors Indemnity Company I 01099 National Nolary Assomallon•9359 oc Solo Ava.,PO.90 2402,Chalswod0,CA91313-2402•e wnalmoulnolarymg Pmd No.5907 Reorder Call Toll-Free 1300-0766327 0 STATE OF CALIFORNIA } }ss. COUNTY OF } On before me, w personally ap eared /Y , ersonally known to me (or preu2d to rye cam) be the persons) whose name(s)#are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hfa{ r/their authorized capacity(ies), and that by hisfher/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature Ci_P�UDIA, V�m.a._L,�'..1� a � COMM. �1-205522 rrt �' � � NOTARY PUBLIC•CALIFORNIA 'i,� RIVERSIDE COUNTY I ` —"�' My Comm Expires June 21,2 (This area for official notarial seal) Title of Document Date of Document No. of Pages Other signatures not acknowledged 3008 (1/94) (General) First American Title Insurance Company 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: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond,and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby - acknowledged): Number Date -0�5-03 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 1 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 Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Prices) named in the aforementioned Bidding Schedule(s). Dated: '' LIP_0 3 Bidder. �G.�'v Si ature) Title: DESERT FASHION PLAZA STREET IMPROVEMENTSli CITY PROJECT NO.03-05 BID (PROPOSAL) 7/3/03 BID FORMS-PAGE 2 BID SCHEDULE A Schedule of Prices for the Construction of the: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 in Palm Springs, California Item Qescnp mm Estimated Unit Unit Amount No. Quantity Price 1, Initial Mobilization -- - LS $18,000.00 2, Remove Existing A.C. Pavement 1,390 SF $ G $ 7�0. OG 3. Remove Existing P.C.C. Pavement 540 SF $ 3 p6 4, Remove Existing Concrete Sidewalk 1,515 SF $ '9 �© $ 00 5 Remove and Dispose Existing Concrete Sidewalk 3,165 SF $ 06 $ Pavarc —�-- 6 Remove Existing Concrete Curb and Curb & 307 LF s '' //G-differ 7, Remove Existing P.C.C. Cross-Gutter 324 SF $ �L °..% $ 8 Remove Existing Catch Basin and Local ___ LS $ 1)115190. o� Denreneinn ' 9 Remove and Salvage Existing Concrete Street 390 SF $ aG $ 0. 00 Pavers 10. Remove Existing P.C.C. Stairs - -- LS $ 500, oo 11. Remove Existing P,C.C. Wall (H=1.5' Max) - -- LS $ ( 000,. CX` 12.' Construct Type A2-8 Curb & Gutter 180 LF $ j (900•Oa 13. Construct Type Al-8 Curb 157 LF $ g, Ga $ ,/ 14. Install Salvaged Concrete Street Pavers 45 SF $ /D ,00 $ �,gD DO " 15. Install New Concrete Sidewalk Pavers (Including 17,500 SF $ -7,26- $ /ace �75,6O Intaaral Arrese Ramnc) / 16. Construct 5" Asphalt Concrete Pavement 295 SF $ / U o 0 $ 17. Construct 4" Crushed Miscellaneous Base 295 SF $ S.OG $ /`�76- Construct CMU Block Retaining Wall with d ts. 211 LF $ 13d: oU $ �27.430.00 Handrail 19. Construct Pedestrian Access Ramp (Per Detail 9 _ _ _ LS $ ,3 D 0 0 :oG no Sheet 1) 20. Construct Catch Basin (W=14', V=8.57') 1 EA $ 5-O000O $ �SOOG,oU Z1, Install 24" R.C.P. Class IV Storm Drain 43 LF $ `0O, ov $ •�C3O0,0 d I Name of Bidder or Firm ! DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 UNIT PRICE BID SCHEDULE 7l3/03 BID FORMS-PAGE 3 I BID SCHEDULE A DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 (Continued) Dom Description Estimated Unit Unit Amount No. Quantity Price / v 22. Construct Concrete Storm Drain Collar 1 EA $ $ it 23. Construct Storm Drain Manhole Structure 1 EA $ $ ,3000 6)0 24. Install3" Schedule 40 PVC Roof Drain 27 LF $ 105 00 $ --)70 00 25. Construct 6" Colored P.C.C. Pavement 7 SF $ (1,00 O 26. Construct Concrete Bollard 2 EA $ �-IV 6.06 $ �700 00 27. Construct Concrete Steps with Handrail --- LS $—2,5 00 06 - 26, Adjust Traffic Signal Box to Grade 9 EA $ �O.00 $ qb D 60 29. Replace Traffic Signal Loop Detector 2 EA $ $ / 0 00.00 30. Adjust Electric Utility Box to Grade 2 EA $ 50.Oa $ /00 OO 31. Adjust Irrigation Box to Grade 3 EA $ i 32. Adjust Water Meters and Valves to Grade --- LS $ 1000,6) 6 33 Landscaping -- - LS 34. Irrigation System --- LS $ /O,r,�p D 00 35. 90-Day Maintenance Period --- LS $ -750. 00 N ! 36. Lighting & Electrical System* - -- LS 000.00 ! 37. Traffic Control -- LS $ S000 Or, TOTAL OF ALL ITEMS OF BID SCHEDULE A: // (once in figures) $ 4UL& NLU�2c� e i lZ2t �2e / tit LG ls� �' yr �( ek G Y �JO� (Price in words) *Please Note: The City has obtained and will provide the luminaires, poles and light fixtures. I Name of Bidder or Firm i DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 UNIT PRICE BID SCHEDULE 7/3/03 BID FORMS - PAGE 4 ADDITIVE BID SCHEDULE B Schedule of Prices for the Construction of the: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 in Palm Springs, California This Scope of Work is for Improvements at the Northeast Corner of Palm Canyon Drive and Tahquitz Canyon Way. Item Description Estimated Una unit Amount No. Quantity Price Remove, Salvage and Reinstall Existing Concrete R0 SF 1. Sidewalk Pavers $ $ Remove Existing Concrete Curb and Curb & 40 LF 2' Gutter $ a5.o° $ /OO�J v� 3 Remove and Salvage Existing Concrete Street 140 SF pO' $ Pavers 4. Remove Existing A.C. Pavement 10 SF $ sj, 5. Remove Existing P.C.C. Pavement 15 SF $ G.(90 $ '2d0, 0(9 6, Construct Type A1-6 Curb 50 LF $ 6)0t3 pp 7, Install Salvaged Concrete Street Pavers 40 SF $ �� pU $ .r-�00 eG 8 Install New Concrete Sidewalk Pavers (to match existinq Iincludinq integral ramp]) 234 SF $ pO $ 06 6 - g, Construct 6" Colored P.C.C. Pavement 5 SF $ c)U.O[i $ `j 00, � 10. Construct 5" A.C. Pavement 20 SF $ �D.UG $ a C70 00 11, Construct 4" Crushed Miscellaneous Base 20 SF $ 00 $ 12. Replace Traffic Signal Loop Detector 6 EA TOTAL OF ALL ITEMS OF AbDITIVE BID SCHEDULE B: pp (Price in figures) (Price In words) TOTAL SUM OF BID SCHEDULE A AND ADDITIVE BID SCHEDULE B: r $ I� (Price in figures) J c IPrice m words) UANTITIES OF WORK: io 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 e Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and serves 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 crease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount own in the Bid Schedule for the deleted item of Work. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 UNIT PRICE BID SCHEDULE 713)03 BID FORMS - PAGE 5 � BID DOCUMENTS Only the following listed documents, identified in the lower right corner 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. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 COVER SHEET 7/3/03 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: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids,unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Band, 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): —7 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, or 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 Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedu_leq(ss)). Dated: Bidder: . By: Si ature) Title: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 BID (PROPOSAL) 7/3/03 BID FORMS-PAGE 2 BID SCHEDULE A Schedule of Prices for the Construction of the: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 in Palm Springs, California Item QescHption Estimated Unit Unit Amount No. Quantity Price 1, Initial Mobilization --- LS $18, 000.00 2. Remove Existing A.C. Pavement 1,390 SF $ G© $ 9VO. Oo 3, Remove Existing P.C.C. Pavement 540 SF $ 3 pa $ /u ad ,Od 4, Remove Existing Concrete Sidewalk 1,515 Sr $ 02�d $ J 03 0,00 5 Remove and Dispose Existing Concrete Sidewalk 3,165 SF $ �o $ Pavers 6 Remove Existing Concrete Curb and Curb & 307 LF GMiter $ O l a��s. a 7, Remove Existing P.C.C. Cross-Gutter 324 SF $ $ Ja q(o OO S. Remove Existing Catch Basin and Local --- LS "500. 0G Denressinm 9 Remove and Salvage Existing Concrete Street 390 SF $ J od $ `3 oyV,0O Pavers 10. Remove Existing P.C.C. Stairs - - - LS 11. Remove Existing P.C.C. Wall (H=1.5' Max) --- LS $ / 000, O-� 12.' Construct Type A2-8 Curb & Gutter 180 LF $ RO, oo $ J boa,00 13. Construct Type A1-8 Curb 157 LF or $ 14, Install Salvaged Concrete Street Pavers 45 SF $ /0,60 $ A'� Ll Od 15. Install New Concrete Sidewalk Pavers (Including 17,500 SF $ -7, -? ' $ Infenral Arrecs Ramns) 16. Construct 5" Asphalt Concrete Pavement 295 SF $ J U, o r; $ 17. Construct 4" Crushed Miscellaneous Base 295 SF $ S,UO $ /'-J7J,Oo• 18 Construct CMU Block Retaining Wall with 211 LF J,3U, 00 O Handrail $ $ c27.�130•0 19 Construct Pedestrian Access Ramp (Per Detail 9 --- LS $ D O O , oO on Sheet 11 20. Construct Catch Basin (W=14', V=8.57') 1 EA $ 'j 0696.00 $ 5-() 00 00 21, Install 24" R.C.P. Class IV Storm Drain 43 LF $ /00. Oct $ 4306),D O Name of Bidder or Firm DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 UNIT PRICE BID SCHEDULE 7/3/03 BID FORMS- PAGE 3 BID SCHEDULE A DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 (Continued) It.. Description Estimatetl Unit Unit Amount No. Quantity Price 22. Construct Concrete Storm Drain Collar 1 EA $ $ 0d 23. Construct Storm Drain Manhole Structure 1 EA $ $ -OOO.UPJ 24. Install 3" Schedule 40 PVC Roof Drain 27 LF $ /0.00 $ ,)70-00 25. Construct 6" Colored P.C.C. Pavement 7 SF $ i 6,00 $ 3 5-O 0 rJ 26. Construct Concrete Bollard 2 EA $ �-/O 0.00 $ �7D0 00 27. Construct Concrete Steps with Handrail --- LS $ '3J0 J 06 28. Adjust Traffic Signal Box to Grade 9 EA $ 50.00 $ 4b U.6D 29. Replace Traffic Signal Loop Detector 2 EA $ 6-00, 10 $ 1000.60 30. Adjust Electric Utility Box to Grade 2 EA $ 50.00 $ /00. DO 31. Adjust Irrigation Box to Grade 3 EA $ '56 00 $ /6D.06 32. Adjust Water Meters and Valves to Grade --- LS $ /p OD,O o 33 Landscaping - -- LS $ --)'�500.00 34. Irrigation System --- LS $ IU.ODO 00 35. 90-Day Maintenance Period - - - LS $ '7.50.00 36. Lighting & Electrical System* - -- LS $ S-5-6-000-00 37. Traffic Control --- LS $ 15000 OC/ TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ 0 (Price in flsuresl $ ALU 2F�Led� �Pn2 a zPJ ���tilRLGpLL� u � i G �Jdw- (Price in words) *Please Note: The City has obtained and will provide the luminaires, poles and light fixtures. ' •r 20) C 072 Z , i-)�- Name of Bidder or Firm DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 UNIT PRICE BID SCHEDULE 7/3/03 BID FORMS - PAGE 4 ADDITIVE BID SCHEDULE B Schedule of Prices for the Construction of the: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 in Palm Springs, California This Scope of Work is for Improvements at the Northeast Corner of Palm Canyon Drive and Tahquitz Canyon Way. Item Description Estimated Unit Unit Amount No. Quantity Price 1 Remove, Salvage and Reinstall Existing Concrete 80 SF Sidewalk Pavers l�0 .00 2 Remove Existing Concrete Curb and Curb & 40 LF 0 Gutter $ aS".v $ /OOO.0 Remove and Salvage Existing Concrete Street 140 SF 3' Pavers $ c2,0� $ dFi0 60 4. Remove Existing A.C. Pavement 10 SF $ 25 vo $ o G 5. Remove Existing P.C.C. Pavement 15 SF $ c)p 00 $ 3 jo,00 6, Construct Type Al-6 Curb 50 LF $ �20,pp $ / OOD. oa 7, Install Salvaged Concrete Street Pavers 40 SF $ /G 00 $ 400.oG 8 Install New Concrete Sidewalk Pavers Ito match existing [includingintegral ramp]) 234 SF $ �: DO $ /��/a p0 g. Construct 6" Colored P.C.C. Pavement 5 SF $ /pG.oP $ 10. Construct 5" A.C. Pavement 20 SF $ /O OG $ a GO.Oo 11. Construct 4" Crushed Miscellaneous Base 20 SF $ 6-00 $ /O fl.pa 12. Replace Traffic Signal Loop Detector 6 EA $ a�G,vG $ pD.el" TOTAL OF ALL ITEMS OF ADDITIVE BID SCHEDULE B: $ (Price in figures) 6 (Price in words) TOTAL SUM OF BID SCHEDULE A AND ADDITIVE BID SCHEDULE B: $ r� ap r p l�? �, Dv y q (Price in figures) (Price in wards) IUANTITIES OF WORK: he 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 he Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and eserves 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 lecrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount hewn in the Bid Schedule for the deleted item of Work. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 UNIT PRICE BID SCHEDULE 7/3/03 BID FORMS- PAGE 6 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or $10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address i 3 C/o J 1• 2. 75&05G )U&56 Um v CUG 3. 9/&5'67 LO r9. 7aa3y, 4. 5. 6. 7. 8. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 LIST OF SUBCONTRACTORS 7/3/03 BID FORMS-PAGE 6 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) I, being first duly sworn, deposes and says that he or she is of , the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested 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 2 By Title Organi Ion ]r�?7. �� - .� Address // DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 NON-COLLUSION AFFIDAVIT 7/3/03 BID FORMS- PAGE 7 STATE OF CALIFORNIA }ss. COUNTY OF } On �1 a 3 before me, W� personally appeared personally known to me (nr to be the person@) whose name is/axe subscribed to the within instrument and acknowledged to me that he/aheAhey executed the same in his/her4heir authorized capacity(ies}, and that by his/hgr#heir signature-s) on the instrument the person( or the entity upon behalf of which the person( acted, executed the instrument. WITNESS my hand and official seal. Signature CLAUDIA ULF PL� W FARM 72CiLI522 NO"iARY PULIBLIC-CALIFORNIA RIVERSIDE COUNTY My Comm Expire_s dune 24,2004� (This area for official notarial seal) + . Title of Document Date of Document No. of Pages Other signatures not acknowledged 3008 (1/04) (General) First American Title Insurance Company ' I I BID BOND Bond No. 116724-01 KNOW ALL MEN BY THESE PRESENTS. That George Marantz dba: G & M Construction as Principal, and American Contractors Indemnity Company as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: **Fifty Thousand and No/100** dollars Inot 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 rho Work required under the Bid Schedule(s) of the City's Contract Documents entitled: r DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03.05 NOW THEREFORE, if said Principal is awerdcd 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 Parformance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall romain in full force and effect In the event sun is brought upon this Bond by sold City. and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 25th day of July . 2003 . PRINCIPAL- SURETY, American Contractors Indemnity Company George Marantz dba: G' & M Construction tCheck one. —X ror'Idual, paru rdun. corper By ��� r i„le Janelle L. Miller, attorney—i-n—fact (NO 4ED1 (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY! ,nl Name end le: I By I r•mrwr (NO IZEDi Print Nam, and Title; .����� ��UL� I a CC3h�R1. 1265522 („ is ' NOTARYPU LIC-CALIFOHNIA "d lLarpeurmm now. rWo npnamne me rrom .,•en er me fi, 4! RIVERSIDE COUNTY t010win of eomo, Pnom.nr, n.anv v¢ j q 9ruuoc. A. dcrml • My Comm.Expires June 24,2004 r1[lie•nl: ANO a $•Cre11rY, $rpol Jly TIU m,v. �•zrsuri Lurw•r, a,Garr L�nnnorl dlLer . BID BOND (e10 SFCURirV CncMr * TOTAL PPGE . 122 *�r American Contractors Indemnity Company 9541 Airport Blvd.,9th Floor,Los Angeles,California 90045 06-3 010 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation does hereby appoint, Janelle L. Miller Its hue and lawfid Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in t 06%b t t6reof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed$ This Power of Attorney shall expire without further action on September 27,2005. This Power of Attorney is granted and is sighed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive Officer, President or an), Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have the power and authority 1. To appoint Attorneys)-in-Fact and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,contracts of indemnity and other w iHngs obligatory in the nature thereof and, 2. To remove, at any tune, any such Attorney-in-fact and revoke the authority given. RESOLVED FURTHER, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney 01, certifcate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certnJied by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on the 1 st day of September,2000. VoatQJCTOP,r AMERICAN CONTRACTORS INDEMNITY COMPANY 3 INCORPORATED W SEPT 26,IM By: � CI( � Andy T. Faust,Jr.,Corporate President STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this 1 st day of September,2000 before me,Norma J.Virgilio,a notary public,personally appeared Andy T. Faust, Jr., Corporate President of American Contractors Indemnity Company,to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. NORMA J,VIRGILIO WITNESS my hand and official seal Commissions 1322310 � Notary Public-California � 2 Los Angel"County Norma J. Virgilio,Notavf MyConm.Bptas Ssp 77,2O05 I, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS HEREOF,I have hereunto set my hand this 25thday of July 200 3 Bond No. 116724-01 Rwna_ �- '3W40A#„4� Agency No. 9006 UJAMES H. FERGUSON orporate Secretary rev.FOA04/20/01 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT it State of California ss. County of Los Angeles On July 25, 2003 before me, B. Caindec; Notary Public Data Name and Title of Officer(ev,"Jane Dee,Notary Pubtle") ) I personally appeared Janelle L. Miller. I Name(a)of Slgnor(a) I EX personally known to me ❑ proved to me on the basis of satisfactory evidence ) to be the personO whose name') is/XMK subscribed to the within instrument and acknowledged to me thaLM/sheAW executed the same in MX/her/Mk authorized capacity, and that by =her/tfX4X signature(R) on the instrument the peil or the entity upon behalf of which the personO B. CAINDEC acted, executed the instrument. Comm.No.1262521 O NOTARYPUBLIC CALIFORNIA p o / LOS ANGELES COUNTY WITNESS my he nd official seal. I My Comm.Exp.May 28.2004 Place Notary Seal Above gnature of Ne ary Pub I I OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. 'I Description of Attached Document Title or Type of Document: i I Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacl Claimed by Signer Signer's Name:_Tana]T e T . Mi 11 Air ,I h ❑ Individual ) Tap of thumb here ❑ Corporate Officer—Title(s): ;) I' ❑ Partner—❑ Limited ❑ General f Lk Attorney in Fact ❑ Trustee ❑ Guardian or Conservator t; ❑ Other: t� Signer Is Representing: American Contractors Indemnity Company I 01590 National Nolary Association•9350 C2 Solo Ave,Be Box 2402•Chatevodh,CA91313 2402•wwwaallonolnan,org Pod No.5907 Ramdec Cnll Toll-Free 1-800 876-6627 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDE CONTRACTOR'S Name and Street Address: ao- 2. CONTRACTOR'S Telephone Number:( 7/PC1 ) 3 ad-- Cog /8 Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification a 7a 7 lte,� State License Number(s) 5R-)dC1/ Supplemental License Classifications /t-/ , 13-/ 4. SuretyCompany and Agent who will provide the required Bonds on this Contract: P Y 9 P Q Name of Surety �i �OYYidLA�� I�/ o✓� Address 'Pc_D - L�C�nJ O/�( (Dlf . Gi�9j - - - Surety Company IJ P.IJ Q?vc� Telephone Numbers: Agent ( 7&c)) _ &&O 476 Surety ( ?Do ) 5a7-/9/ � 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: -/(oat �i i I f DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 BIDDER'S GENERAL INFORMATION 7/3/03 BID FORMS- PAGE 9 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: .36 9. List at least three related projects completed to date: a. Owner h w ddress _ { Contact %r v Class of Works Phone Contract Amount �350,000. vt+v,rr.4 w Project 7-?-0 a Contact Person Telephone number b. Owner Address GQU n uQcL- �e`G/La��i Contact 2G Class of Work_6R04&ne�a 1 L,2f ,-G d c g�� Phone 3a 5.3 qO0 Contract Amount �b O,000 a� �u�y wtiu> Project Y)J L"0?2m C Date Completed 7-?-oa i Contact Person Telephone number C. Owner (°tL,r11( 22J Address • p U L`N''J T Contact d Class of Work Phone ,3 a5.3 k0 U Contract Amount a 0,�,0 U� t Project OztA-b ✓1 z Date Completed ©xi L_ -, Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 11. Is full-time supervisor an employee ✓ contract services ? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. i DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 BIDDER'S GENERAL INFORMATION I� 7!3/03 BID FORMS- PAGE 10 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 7. BIDDER/CONTRACTOR'S Name and treet Address: �I /, C� �TG'L�-,u Ala/lwrtq� �/a 2. CONTRACTOR'S Telephone Number:( 7&6 ,ra_ (o5 /d Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification c 7o1(a!%, �Pi LAP w72�LCti�L State License Number(s) '�z� Supplemental License Classifications 13-/ 4. Surety Company and DDAgent who will provide the required Bonds on this Contract: Name of Surety d ✓ 0 Address Jam'-J g Surety Company Telephone Numbers: Agent (7Gc)) 3&O '42&) Surety ( `6o 7- S. Type of Firm (Individual, Partnership or Corporation): �07A" Lt w 6. Corporation organized under the laws of the State of: a 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the ycorporation or firm: q p -t /l/II) /.'(iLCl/Yi/� lT/�!'.(�/X-(�YL/ 7Z CO ��/ L(/J'LlY Cl•A. C�/�- G/c��& 'i`!Cna.T i�lM 0�(n"' DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 BIDDER'S GENERAL INFORMATION 7/3/03 BID FORMS-PAGE 9 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: �J~ 9. List at least three related projects completed to date: a. Owner 'W1i�w �LJiu //Address � Contact '%",ot (?4,q R1' Class of Work o Phone 241[o-41-3-1 Contract Amount .36Dooa.— m_2u,�Jiiav✓rnvvur Project %/ 1, /�Le t, LLL ec P9" 'completed 7-? Z'a Contact Person Telephone number b. Owner OazhL-4 ov Address P/C/7u_)Cc 62 � Al) /A4i=� r Contact y LZ -aQ-ec.Z Class of Work OG/Uq / co/tL lev Phone 3a5`31100 Contract Amount �50,0 oG �Zu ✓Y Project 42�4 Date Completed J Contact Person Telephone number C. Owner 0 • rr/6J' Address Jam'a- rN &W-) Contact �O, Class of Work Phone 3 as-3 qo o Contract Amount 06•0 oo — if;;fc"wEu� Project b�' t / f Date Completed Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: P�u,��21 vCV J 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. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 BIDDER'S GENERAL INFORMATION 7/3/03 BID FORMS-PAGE 10 F774 ' City of Palm Springs Department of Public Works and Engineering 4 n ooRprdi ,Y/i » A'y' 3200 E.Tahquirz Canyon Way • Palm Springs, California 92262 w �41 FQ 4 Tel: (760)323-8253 ' Fax. (760) 322-8360 • Web:wwwci.palm-springs ca.us CITY OF PALM SPRINGS Public Works & Engineering Department P.O. Box 2743 Palm Springs, CA 92263 ADDENDUM NO. 1 To all prospective bidders under Specifications for the Desert Fashion Plaza Street Improvements, City Project No. 03-05, which are to be received by the City of Palm Springs at the office of the Director of Procurement and Contracting at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 p.m. on Tuesday, July 29, 2003: I. The following change shall be made in Part II - Special Provisions: A. Add the following paragraph "D)" to Section 10-7 "Concrete Sidewalk or Street Pavers, to sub-section "2) Materials": D) Pavers shall be sealed with a joint stabilizer sealer for interlocking paver and stone, using Surebond°SB-1300-1 370joint stabilizing sealer, manufactured by Surebond, Inc., (847) 843-1818, or approved equal. B. Revise sub-section "2) Installation" to read "3) Installation", and add the following paragraph: All new or salvaged sidewalk or street pavers shall be sealed with a joint stabilizing sealer in accordance with the manufacturer's specifications. Il. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non- responsive and subject to rejection. Date: July 25, 2003 BY ORDER OF THE CITY OF PALM SPRINGS By David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 Post Office Box 2743 0 Palm Springs, California 92263-2743 CITY PROJECT NO . 03-05 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: 4Ral—1 QPOFESS/p��, Marcus L. Fuller, P.E. Senior Civil Engineer w No.57271 m City of Palm Springs Gxpf^u�5 jo Civil Engineer C57271 ¢ sr9 1 CIVIL OF'CA11-W f Approved by: an� — David J. Barakian, P.E. City Engineer City of Palm Springs Civil Engineer C 28931 DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 7/3/03 SIGNATURE PAGE NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-collusion Affidavit Bidder' s General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENDICES APPENDIX "A" Standard Drawings Dust Control Sign DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 SPECIAL PROVISIONS 7/3/03 GENERAL CONTENTS- PAGE i CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03 - 05 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Bidder' s General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 PART 1 CONTENTS 7/3/03 PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing: Desert Fashion Plaza Street Improvements City Project 03-05 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Desert Fashion Plaza Street Improvements, City Project 03-05, will be received at the office of the Director of Procurement and Contracting of the City of Palm Springs, California, until 3 : 00 P.M. on July 29, 2003, at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The Work comprises the removal of existing curb, gutter, sidewalk, catch basin and connector pipe, concrete pavement, asphalt concrete pavement, landscaping, irrigation and miscellaneous improvements; and construction of new curb, gutter, decorative concrete pavers, catch basin and connector pipe, concrete pavement, asphalt concrete pavement, landscaping, irrigation, lighting and electrical system, and all appurtenant work. The project is generally located adjacent to the Desert Fashion Plaza along Palm Canyon Drive and Tahquitz Canyon Way. 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 Schedule A and Additive Bid Schedule B, 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 on the basis of the total sum of Bid Schedule A and Additive Bid Schedule B, 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 Contractor license at the time of submitting bids. DESERT FASHION PLAZA STREET IMPROVEMENTS NOTICE INVITING BIDS CITY PROJECT NO. 03-05 7 PAGE 1 /3/03 N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with all local funds and, as provided under City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. N-8 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 $50 . 00 per set and are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . No refund will be made of any charges for sets of Contract Documents . (c) An additional fee of $20 . 00 will be charged for sets of documents sent by mail. 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 Director of Procurement and Contracting at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For. . " followed by the title of the Project and the date and hour of opening Bids . The certified or cashier' s check or Bid Bond shall be enclosed in the same envelope with the Bid. BY ORDER OF THE CITY OF PALM SPRINGS Date 3 24p3 By �Gn^%/✓ David J. Barakian, PE Director of Public Works/City Engineer DESERT FASHION PLAZA STREET IMPROVEMENTS NOTICE INVITING BIDS CITY PROJECT NO. 03-05 7 PAGE 2 /3/03 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 7. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE — a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground 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. (a) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 INSTRUCTIONS TO 7/3/03 BIDDERS-PAGE 1 (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice 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 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 corner with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 at seq. of the California Public Contract Code. 11. QUANTITIES OF WORK — DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 INSTRUCTIONS TO 7/3/03 BIDDERS-PAGE 2 (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 . percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID -The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS -The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 7 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18' WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION — (a) In determining the lowest responsible Bidder, the following provisions of Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor: For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal preference shall be equal to the amount of the preference applied by the entity in which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 INSTRUCTIONS TO 7/3/03 BIDDERS-PAGE 3 (1) The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises, and to sub-contract services to businesses whose work force resides within the Coachella Valley ("local sub-contractor"). - (2) The prime contractor shall submit evidence of such good faith efforts at the time of submission of Bids. Good faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. - END OF INSTRUCTIONS TO BIDDERS - DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 INSTRUCTIONS TO 7/3/03 BIDDERS-PAGE 4 CITY OF PALM SPRINGS ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details DESERT FASHION PLAZA STREET IMPROVEMENTS PART II --SPECIAL PROVISIONS CITY PROJECT NO. 03-05 GENERAL CONTENTS-PAGE 1 7/3/03 CITY OF PALM SPRINGS ENGINEERING DEPARTMENT SPECIAL PROVISIONS DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 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") , 2000 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") , 2000 Edition, as previously specified in the above paragraph. DESERT FASHION PLAZA STREET IMPROVEMENTS TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 7/3/03 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 David J. Barakian, P.E. , City Engineer, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2 .3 Legal address of the City' s Project Representative. - The name and address of the City' s designated Project Representative shall be the Street Maintenance Supervisor, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor, 1-3 DEFINITIONS AND TERMS 1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. Engineer - The City Engineer of the City of Palm Springs, California. Landscape Architect - The City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner - The Owner shall be the Agency, as defined above. Working Day - A Working Day is defined as any day, except as follows: (a) Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year' s Day (January 1) Martin Luther King Jr. Day (January 21) Lincoln' s Birthday (February 12) DESERT FASHION PLAZA STREET IMPROVEMENTS TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 03-06 SPECIAL PROVISIONS- SECTION 1 -PAGE 2 713103 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 Saturday, the Friday 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. — END OF SECTION — DESERT FASHION PLAZA STREET IMPROVEMENTS TERMS, DEFINITIONS, ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO. 03-05 SPECIAL PROVISIONS- SECTION 1 -PAGE 3 7/3/03 SECTION 2 -- SCOPE AND CONTROL OF WORK 2-1 GENERAL Particular attention is directed to the provisions of Section 6- 1, "Construction Schedule and Commencement of Work, " Section 6- 7, "Time of Completion, " and Section 6-9, "Liquidated Damages" of the Standard Specifications . After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. It is the City' s intent to issue the Notice to Proceed on or before September 2, 2003. Contractor shall be prepared to begin the Work by that date. The Work identified in Bid Schedule A and Additive Bid Schedule B shall be diligently prosecuted to completion before the expiration of: 49 WORKING DAYS from the date specified in the Notice to Proceed from the City, or prior to Friday, November 7, 2003, whichever occurs first. Under no circumstance shall work be left uncompleted after November 7, 2003 . In the event Additive Bid Schedule B is not awarded, no adjustment of contract time shall be made. Said times of completion do not include time associated with ordering long lead-time items. Contractor shall refer to Section 4-2 of these Special Provisions for requirements associated with ordering long lead-time items. Electrical system components, landscaping and plant material, in addition to any other long- lead time items, shall be ordered within three (3) days following award of this contract. Failure to order long lead- time items that causes work to extend past the allowable time of completion shall cause this contract to be subject to liquidated damages as allowable herein. Please note, the decorative walkway light poles and luminaires have been ordered by the City and shall be provided to the Contractor. All other items shall be the responsibility of the Contractor to order. In addition to the construction duration time of 49 working days (or the specific contract time as adjusted to complete the work prior to November 7, 2003) , the Contractor shall be bound by a DESERT FASHION PLAZA STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 2- PAGE 1 7/3/03 maintenance period of 90 calendar days . which is to begin upon final City Engineer' s acceptance of landscaping and irrigation installation. 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. In addition, the Contractor shall pay to the City as liquidated damages the same sum as above, for each and every calendar day the 90-day maintenance period must be extended due to landscaping or irrigation improvements not repaired or replaced. 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 notificatioA of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2 .2 EXECUTION OF BONDS Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of sufficient personal sureties and admitted surety insurers . If a corporate surety insurer is used, a County Clerk' s certificate evidencing that it is an admitted surety insurer shall be submitted with the 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 road 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 DESERT FASHION PLAZA STREET IMPROVEMENTS - SCOPE AND CONTROL OF WORK CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 2- PAGE 2 7/3/03 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders R. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications . ll. Reference Documents With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows : 112-7.1 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. DESERT FASHION PLAZA STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 2-PAGE 3 7/3/03 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractor' s responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes . Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including corner record filing, for the existing type of monument in question at the Contractor' s expense. Any existing monument shall not be disturbed. The Contractor shall maintain a survey location check on the monument without cost to the City. The Contractor is advised that any resetting of monuments shall be the responsibility of the Contractor. Should the Contractor anticipate the removal of any survey monuments, it shall notify the Engineer prior to , removal. The Contractor shall be financially responsible for reinstalling the existing monument well, and resetting of the monument by a California licensed surveyor. 2-7 SURVEYING - The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements necessary for the proper prosecution and control of the work contracted for under these specifications . No direct payment will be made for this labor, materials, or other expenses therewith. The 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 corner record filing, as required by the Engineer or his representative. DESERT FASHION PLAZA STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 2- PAGE 4 7/3/03 2-8 AUTHORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of performance and rate of progress of the Work, (4) the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The Engineer' s decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. 2-9 INSPECTION The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans . All labor, materials, and equipment furnished shall be subject to the Engineer' s inspection. When the Work is substantially completed, a representative of the Engineer will make the final inspection. 2-10 SITE EXAMINATION The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract ,Documents . 2-11 FLOW AND ACCEPTANCE OF WATER Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, and has prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. DESERT FASHION PLAZA STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 2-PAGE 5 7/3/03 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 - DESERT FASHION PLAZA STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO, 03-05 SPECIAL PROVISIONS-SECTION 2-PAGE 6 7/3/03 SECTION 3 -- CHANGES IN WORK 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3 . 2 . 3 of the 2000 edition shall be deleted in its entirety and the following substituted therefor: 3-2 PAYMENT 3-2 .1 Markup: The provisions of Subsection 3-3.2 . 3 Markup, shall be amended to read 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 (lst 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 furnished 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. 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 therefor by more than 25 DESERT FASHION PLAZA STREET IMPROVEMENTS CHANGES IN WORK CITY PROJECT NO. 03-05 SPECIAL PROVISIONS- SECTION 3 - PAGE 1 7/3/03 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 therefor 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 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions . 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. 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 therefor, 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 therefor, 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 DESERT FASHION PLAZA STREET IMPROVEMENTS CHANGES IN WORK CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 3-PAGE 2 7/3/03 payment for such work be less 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 an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract 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. - END OF SECTION - DESERT FASHION PLAZA STREET IMPROVEMENTS CHANGES IN WORK CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 3-PAGE 3 7/3/03 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 furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission .of data substantiating a request for substitution of an "or equal" item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "Or Equals. " - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1 . 1, above. Data for approval of "or equal" products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4-2 MATERIALS 4-2 .1 Quantities . - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2 .2 City Provided Materials - The City of Palm Springs shall provide all new decorative walkway light poles and luminaires to the Contractor; the Contractor will NOT be required to purchase the decorative walkway light poles and luminaires . The Contractor shall verify the lighting equipment on stock at the DESERT FASHION PLAZA STREET IMPROVEMENTS CONTROL OF MATERIALS CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 4- PAGE 1 7/3/03 City Yard necessary to successfully complete the project at the start of the Work, and shall promptly notify the City Engineer in the event it has determined that there is incorrect or insufficient lighting equipment that will affect proper completion of the project. The City shall obtain additional or replacement lighting equipment as determined by the City Engineer upon notice by the Contractor that it lacks the correct or insufficient lighting equipment necessary to complete the Work. 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 vendor (s) 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 - DESERT FASHION PLAZA STREET IMPROVEMENTS CONTROL OF MATERIALS CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 4-PAGE 2 7/3/03 SECTION 5 -- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications : "In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids . The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. " The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. 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. DESERT FASHION PLAZA STREET IMPROVEMENTS UTILITIES CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 5 -PAGE 1 7/3/03 The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price. " (b) Removal, Relocation, or Protection of Existing Utilities.The following provisions shall be added to the end of Section 5-5 of the Standard Specifications : "If the Contractor, while performing the Contract, discovers utility facilities not identified by the public agency in the Contract Plans or Specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price. " 5-2 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 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. Therefore, 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. DESERT FASHION PLAZA STREET IMPROVEMENTS UTILITIES CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 5- PAGE 2 7/3/03 The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. - END OF SECTION - DESERT FASHION PLAZA STREET IMPROVEMENTS UTILITIES CITY PROJECT NO.03-05 SPECIAL PROVISIONS-SECTION 5- PAGE 3 7/3/03 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 Friday, with no work allowed on City- observed holidays, unless otherwise approved by the Engineer: 1 . Powered Vehicles 2 . Construction Equipment 3 . Loading and Unloading Vehicles 4 . Domestic Power Tools 6-2 .2 Limitations. - No trench excavation or pipe laying shall be performed on Fridays, weekends, holidays, or the day preceding a holiday without prior approval of the Engineer. Fridays shall be used for cleanup and paving where possible. 6-3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work. The following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct : CITY OF PALM SPRINGS Pete Agres, Street Maintenance Manager (760) 323-8253 Sherman Ferguson, Street Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Kim Hoover (760) 202-4248 SOUTHERN CALIFORNIA GAS COMPANY Attention: Rich Isaacs (909) 335-7772 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 674-5452 PROSECUTION, PROGRESS, DESERT FASHION PLAZA STREET IMPROVEMENTS AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 03-06 SPECIAL PROVISIONS-SECTION 6-PAGE 1 7/3/03 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SPRINT Attention: Mr. Lynn Durrett (909) 874-7450 UNDERGROUND SERVICE ALERT (800) 227-2600 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub-contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre- Construction Conference. END OF SECTION - PROSECUTION, PROGRESS, DESERT FASHION PLAZA STREET IMPROVEMENTS AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 6- PAGE 2 7/3/03 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 day' s 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 Rates Not Applicable. - Funding for the Work is with all local funds and, as provided under the City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. 7-4 Travel and Subsistence Payments. - As required by Section 1773. 8 of the California Labor Code, the Contractor shall pay DESERT FASHION PLAZA STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 03-05 - SPECIAL PROVISIONS-SECTION 7 -PAGE 1 7/3/03 travel and subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with this Article. To establish such travel and subsistence payments, the representative of any craft, classification, or type of worker needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for Bids . 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, 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 . DESERT FASHION PLAZA STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 03-05 SPECIAL PROVISIONS- SECTION 7-PAGE 2 7/3/03 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 works contract of a local public entity, which involves the digging of trenches or other excavations that extend deeper than (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 . (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 California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq. , relating to informal conferences, non- binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract . Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50, 000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50, 000, but is less than $375, 000 . Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50, 000, or within 60 days, if the amount of the claim is more than $50, 000, but less than $375, 000 . If further documentation is requested, the City shall respond within the same amount of time taken by the 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 DESERT FASHION PLAZA STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 7- PAGE 3 7/3/03 amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City' s , response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City' s response, whichever occurs first . The 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 therefor shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract Documents . 7-10 INSURANCE AMOUNTS The insurance provided by the CONTRACTOR hereunder shall be (1) with companies licensed to do business in the state of California, (2) with companies with a Best' s Financial Rating of VII or better, and (3) with companies with a Best ' s General Policy Policyholders Rating of not less than A, except that in case of Worker' s Compensation Insurance, participation in the State Fund, where applicable, is acceptable. 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 : 1 . Workers ' Compensation: a) State: Statutory Amount, or minimum $1, 000, 000 b) Employer' s Liability: $1, 000, 000 DESERT FASHION PLAZA STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 7-PAGE 4 7/3/03 2 . Comprehensive General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death) : $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate Property Damage: $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate b) Property damage liability insurance will provide explosion, collapse, and underground coverages where applicable. c) Personal injury, with employment exclusion deleted: $ 1, 000, 000 Annual Aggregate 3. Comprehensive Automobile Liability: a) Bodily Injury (Including wrongful death) : $1, 000, 000 Each Person $1, 000, 000 Each Occurrence b) Property Damage $1, 000, 000 Each Occurrence Or a combined single limit of $1, 000, 000 7-11 PERMITS 7-11.1 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. 7-11.2 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 DESERT FASHION PLAZA STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 7- PAGE 5 7/3/03 fee for this permit shall be waived. The Construction Permit can be obtained from the office of the Engineer. 7-12 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 7-13 of these Special Provisions . The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. 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 therefor. 7-13 DUST CONTROL 7-13.1 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 therefor. B. The Contractor shall be responsible for maintaining the project site and providing adequate dust control 24 hours a day, everyday, through the duration of the project, in conformance with City requirements, Section 10 of special provisions, and to the satisfaction of the City Engineer. 7-13 .2 Dust Control Sign Requirements Sign Materials and Fabrication. - The Contractor shall construct, erect, and maintain a rectangular, painted sign, outside of any proposed work area. The sign shall be installed within 5 days of the execution of the Contract, and the DESERT FASHION PLAZA STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO, 03-05 SPECIAL PROVISIONS-SECTION 7-PAGE 6 7/3/03 Contractor shall maintain the sign in good condition until the execution of the Notice of Completion, at which time the Contractor shall remove the sign and deliver it to the City yard. The sign board shall be minimum 3-foot wide by 2-foot high, constructed as follows : a. 3/4" High Density Overlay exterior type plywood, Grade designation APA HDO EXT . b. Two 4" x 4" posts securely buried not less than 36 inches into the ground. No concrete shall be used to secure the sign posts . The posts shall be treated with linseed replacement oil tinted with redwood stain. C. Posts shall be attached to the edges of the plywood with a minimum of two (2) carriage bolts on each post . d. The front surface of the sign should be painted in the contrasting colors of a white background with black lettering. All paint shall be weather-proof non fading enamel . e . Commercially prepared metal signs mounted on steel posts are also acceptable. f. For large projects, signs shall be installed at 300 feet spacing along adjacent streets, or as required by the City Engineer. No handwritten signs will be accepted. Stenciled or professionally prepared signs are required. Sign Installation. - The sign shall be installed such that members of the public can easily view, access, and read the sing at all times and shall be located along the street frontage such that it will not be subject to damage from equipment or vehicles working at the project site. Additionally: a. The lower edge of the sign shall be mounted a minimum of 2 feet above existing ground level for easy viewing. b. On the construction site the sign should be positioned so as to be visible from all major streets. c. For construction projects that are developed in phases, the sign should be relocated to the areas which are under active construction. Sign Lettering. - The sign shall contain the following words in the top portion of the sign in minimum 3/4" high, bold face type letters : Project Name: DESERT FASHION PLAZA STREET IMPROVEMENTS Contractor: City Project No: 03-05 The sign shall contain the following words in the largest, minimum bold face type letters: DESERT FASHION PLAZA STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 7-PAGE 7 7/3/03 TO REPORT BLOWING DUST FROM THIS PROJECT CALL: (XXX) XXX-XXXX The Contractor shall provide its Superintendent' s or Project Manager' s 24 hour telephone number. Underneath in smaller, min. 3/8" bold face type letters shall be the following words : If you do not get a response within one hour, please call: 8:00 a.m.-5:00 p.m. Monday through Friday: (760) 323-8253 Palm Springs Engineering Department After hours or weekends: (760) 323-8115 Palm Springs Police Department Or call A.Q.M.D. : 1-800-288-7664 The sign planning, appearance, and layout shall substantially conform to the sketch included in Appendix A, and shall be subject to the approval of the Engineer. The sign shall be placed into its final position as a part of the work of Initial Mobilization, as specified in Section 9 . Sign Maintenance. - Dust Control Sign shall be maintained in good condition by the Contractor at all times during the entire contract. In case of damage to the sign from any cause, including graffiti, vandalism, environmental conditions and fading, the Contractor shall repair, re-install, and/or repaint the sign, as required. All such repair or maintenance shall be completed promptly within 2 days of any such damage to the full satisfaction of the Engineer. Payment. - Full compensation .for providing 24 hour dust control and project maintenance; and for furnishing, erecting, maintaining, and removing the dust control sign shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefor. END OF SECTION - DESERT FASHION PLAZA STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 7-PAGE 8 7/3/03 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) END OF SECTION - DESERT FASHION PLAZA STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO, 03-05 SPECIAL PROVISIONS-SECTION 8- PAGE 1 7/3/03 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1 .1 Payment. - Payment for the various items of the Bid Sheet (s) , 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 Sheet (s) , and all costs therefor shall be included in the prices named in the Bid Sheet (s) 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; 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. DESERT FASHION PLAZA STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO. 03-05 SPECIAL PROVISIONS- SECTION 9 -PAGE 1 713/03 9-1 .3 Payment. - The last subparagraph of Standard Specifications Section 9-3 . 1 shall be DELETED and the following substituted therefor: At the expiration of 35 days after acceptance of the Work by the City Council, or as prescribed by law, the amount deducted from the final estimate 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 filed 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 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 Sheet (s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump-sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for, the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items : 1 . Moving onto the site of all Contractor' s plant and equipment required for the first month' s operations . 2 . Installing temporary construction power, wiring, and lighting facilities per Paragraph 7-8 . 5, "Temporary DESERT FASHION PLAZA STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO. 03-05 SPECIAL PROVISIONS-SECTION 9-PAGE 2 7/3/03 Light, Power, and Water" of the Standard Specifications . 3 . Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8 . 4, "Sanitation" of the Standard Specifications . 4 . Obtaining and paying for all required bonds, insurance, and permits . 5 . Posting all OSHA-required notices, and establishment of OSHA-approved safety programs . 6. Having the Contractor' s superintendent at the job site full-time. 7 . Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications. 8 . Installing and maintaining the dust control sign. In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5. 3, "Shop Drawings and 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 - DESERT FASHION PLAZA STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO, 03-05 SPECIAL PROVISIONS- SECTION 9-PAGE 3 7/3/03 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL Dust Control And Site Cleanup Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris . The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods . 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, and rubbish so as to present a satisfactory clean and neat appearance. Ali 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 therefor. 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: I. Measured depths of elements in relation to fixed datum points . 2 . Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements . 3. Measured locations of internal utilities and appurtenances concealed in construction with reference to visible and accessible features of construction. 4 . Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications. 5 . Any details not in the original Construction Plans developed by the City throughout construction necessary to clarify or modify the Construction Plans . DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10-PAGE 1 The Contractor shall maintain all record information 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. LOCATION AND PROGRESSION OF THE WORK The Work is located on Palm Canyon Drive from Tahquitz Canyon Way to approximately Amado Road, and on Tahquitz Canyon Way from Palm Canyon Drive to approximately Belardo Road. 10-2 TRAFFIC CONTROL Maintaining Traffic - Attention is directed to Sections 7-10, "Public Convenience and Safety, " of the Standard Specifications. Field Operations - The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions . The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use. 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 California, Department of Transportation, "MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION AND MAINTENANCE WORK ZONES" dated 1996, 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. Temporary No Parking Signs - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs . Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. 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 DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10-PAGE 2 construction. Said notice shall be prepared and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties . 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. 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. Allowable Lane Closures - The Contractor shall be authorized to close to traffic the west parking lane and west through lane on Palm Canyon Drive. The center and east through lanes and east parking lane on Palm Canyon Drive shall remain open throughout the duration of the project. The Contractor shall be authorized to close to traffic the north side parking lane on Tahquitz Canyon Way only. Westbound traffic shall remain open throughout the duration of the project. Travel Lanes - 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. At least two lanes shall be open to traffic at all times on North Palm Canyon Drive. 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 DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3103 SPECIAL PROVISIONS-SECTION 10- PAGE 3 replace any part of these requirements. Local access shall be maintained to all properties fronting the Work at all times . Parking and Access - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner. 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 bid item for traffic Control in the Bid Schedule, and no additional compensation will be allowed therefore. Public Safety During Non-Working Hours - Notwith-standing 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. Measurement and Payment - Measurement for payment for traffic control will be based upon the. completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions . Payment for traffic control shall be made at the lump sum bid item price for "Traffic Control," and no additional compensation will 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, and 300-1 . 3 of the Standard Specifications . Clearing and grubbing and miscellaneous removals shall consist of removing all existing objectionable natural materials and existing improvements in the area of the proposed Work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away, salvaged to the City Yard (where required) , or properly disposed of. Clearing, grubbing and miscellaneous removals shall include removal of existing landscaping, irrigation, and miscellaneous improvements as .shown and indicated on the plans, but not separately paid for in the Bid Schedule (s) or not individually specified in these special provisions . Clearing and DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10- PAGE 4 grubbing includes removal and storage of the existing "Sonny Bono" walk of fame star, protection and security during storage, and replacement to a new location at the Plaza Mercado, as directed by the City Engineer. 10-3.2 Existing Facilities . - It shall be the Contractor' s responsibility to protect all existing improvements not designated for removal. Should the Contractor anticipate removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, hedges, oleanders, fences, walls, signs, water valves, irrigation system components and associated electrical service, etc. , that is not 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. 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 loop detectors shall be replaced by the Contractor within 72 hours of any damage at no additional cost to the City. 10-3.3 Trees Within Project Limits General. - The Contractor shall exercise all necessary precautions so as not to damage or destroy any trees and other landscaping, including those lying within the project limits, including private property, and shall not remove any trees or other landscaping unless such trees are specifically designated for removal (and relocation) by the City, as shown on the plans. All existing trees and other landscaping that are designated to be protected in place, but are damaged during construction shall be replaced by the Contractor to the satisfaction of the City Engineer. Replacement of damaged trees shall be of a like size and variety as the tree damaged (including trunk diameter and height) , subject to the approval of the City Engineer. Relocation. - This project requires the relocation of existing palm trees into new locations, as designated on the plans . The Contractor shall be responsible for adequately protecting, preserving, and relocating all palm trees designated for removal DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10-PAGE 5 and transplanting. In accepting this project, the Contractor assumes responsibility for successful transplanting of all existing palm trees as shown on the plans . If, during the project and the 90-day maintenance period (or any extension thereof) , in the opinion of the City Engineer any palm tree relocation performed as part of this project has failed, the Contractor shall be responsible for removing and replacing the palm tree with a new palm tree of similar type, trunk diameter and trunk height. All costs associated with removal, transplanting and replacement (if required) of palm trees shall be considered as included in the lump sum bid item for "Landscaping," and no additional compensation shall be allowed therefore. 10-3.4 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 therefor from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such improvements and for replacing same. Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. Approval of Repairs. - 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 .5 REMOVALS 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. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO,03-05 CONSTRUCTION DETAILS 713103 SPECIAL PROVISIONS-SECTION 10- PAGE 6 The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner' s approval. Asphalt Concrete Pavement - Asphalt concrete pavement shall be removed, either by jack-hammering or saw-cutting, and/or grinding as . shown on the plans . All edges of removal areas shall be clean and unbroken, and flush with existing surfaces . Removal limits shown on the plan are minimum removal areas and provide for one foot (M ) minimum clearance to all future concrete improvements . All removal areas shall be completely cleared of all objectionable materials . Concrete Pavement - Concrete pavement, shall be removed, at locations as indicated on the plans, to neatly sawed edges, with saw-cuts made to a minimum depth of one-half the thickness of said concrete. Concrete pavement to be removed shall be neatly sawed such that construction joints to new concrete improvements are clean and straight. Concrete Sidewalk - Concrete sidewalk, including access (handicap) ramps, if any, shall be removed, at locations as indicated on the plans, to neatly sawed edges, with saw-cuts made to a minimum depth of one-half the thickness of said concrete. Concrete sidewalk to be removed shall be neatly sawed such that construction joints to new concrete improvements are clean and straight . Concrete Sidewalk Pavers - Concrete, sidewalk pavers (including access (handicap) ramps, if any, shall be removed, at locations as indicated on the plans . These pavers, where designated, shall not be reused in the project and shall be disposed of by the contractor. Concrete Curb and Gutter - All concrete curb or curb and gutter shall be removed such that construction joints to new concrete improvements are clean and straight. Concrete Cross-Gutter - All concrete cross-gutters shall be removed such that construction joints to new concrete improvements are clean and straight . Concrete Catch Basin and Local Depression - The concrete catch basin and local depression shall be completely removed and disposed of, including all associated structures, manhole lid and cover, and appurtenances. Concrete Street Pavers - Concrete street pavers shall be removed and salvaged, at locations as indicated on the plans . These pavers, where designated, shall be salvaged to the City Yard and DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10-PAGE 7 protected by the Contractor from damage, and reused in the project by the contractor and reinstalled at locations as indicated on the plans . Concrete Stairs - Concrete stairs, where designated, shall be completely removed and disposed of. Concrete Wall - Concrete wall structures (maximum height of 1 . 5' ) , where designated, shall be completely removed and disposed of. 10-3. 6 Unclassified Excavation and Fill Unclassified Excavation. - Unclassified excavation shall consist of any flatwork removals, including all P. C. C. sidewalk, driveways, access ramps, and existing planter areas . Selected Materials. - The text of Subsection 300-2. 7 of the Standard Specifications is hereby deleted and replaced with the following: "Selected materials encountered in the excavations within the limits of the Work that conform to the Standard Specifications for base material, trench bedding, backfill, topsoil, or other specified materials shall be used as shown on the Plans, in the Special Provisions, or as directed by the Engineer. Topsoil excavated may be considered only for the purpose of backfilling areas to be planted." 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 95 percent. 10-3.7 Payment. - Payment for clearing, grubbing and miscellaneous removals, relocations or adjustments not specifically designated in .these special provisions or separately paid for in the Bid Schedule (s) , shall be considered as included in the various bid items of work, and no additional compensation shall be allowed therefore. Payment for asphalt concrete pavement removals shall be made at the unit price bid per square foot for "Remove Existing A.C. Pavement," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of asphalt concrete pavement, and no additional compensation will be allowed therefore. Payment for concrete pavement removals shall be made at the unit price bid per square foot for "Remove Existing P.C.C. Pavement," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of DESERT FASHION PLAZA STREET IMPROVEMENTS - CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3103 SPECIAL PROVISIONS- SECTION 10-PAGE 8 concrete pavement, and no additional compensation will be allowed therefore. Payment for concrete sidewalk removals shall be made at the unit price bid per square foot for `Remove Existing P.C.C. Sidewalk," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete sidewalk, and no additional compensation will be allowed therefore. Payment for concrete sidewalk paver removals shall be made at the unit price bid per square foot for "Remove-- Existing Concrete Sidewalk Pavers," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of existing concrete sidewalk pavers not reused in the project, and no additional compensation will be allowed therefore. Payment for concrete curb and/or curb and gutter removals shall be made at the unit price bid per linear foot for `Remove Existing Concrete Curb and Curb & Gutter," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete curb or curb and gutter, and no additional compensation will be allowed therefore. Payment for removal of concrete cross-gutters shall be made at the unit price bid per square foot for "Remove Existing P.C.C. Cross- Gutter," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete cross-gutters, and no additional compensation will be allowed therefore. Payment for removal of the designated catch basin and local depression shall be made at the lump sum bid item price for "Remove Existing Catch Basin and Local Depression," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of the concrete catch basin and local depression, and no additional compensation will be allowed therefore. Payment for concrete street paver removals and salvaging shall be made at the unit price bid per square foot for "Remove and Salvage Existing Concrete Street Pavers," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and salvaging of existing concrete street pavers, whether or not reused in the project, and no additional compensation will be allowed therefore. Payment for removal of the designated concrete stairs shall be made at the lump sum bid item price for "Remove Existing P.C.C. Stairs," and shall constitute full compensation for all equipment, DESERT FASHION PLAZA STREET IMPROVEMENTS - CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS- SECTION 10-PAGE 9 materials, and labor necessary for the removal and disposal of the concrete stairs, and no additional compensation will be allowed therefore. Payment for removal of the designated concrete wall (maximum height of 1. 5 feet) shall be made at the lump sum bid item price for "Remove Existing P.C.C. Wall (H=1. 5' Max) ," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of the concrete wall, and no additional compensation will be allowed therefore. Payment for unclassified excavation shall be considered as included in the various bid item prices of the Bid Schedule (s) , and no additional compensation will be made therefore. Payment for unclassified fill shall be considered as included in the various bid item prices of the Bid Schedule (s) , and no additional compensation will be made therefore. 10-4 SUBGRADE PREPARATION Subgrade Preparation. Preparation of subgrade shall conform to Section 301-1 . 2 of the "Greenbook" Standard Specifications. The subgrade shall have a minimum thickness of 24 inches. Pavement is to be placed on a crushed miscellaneous base. The top 6 inches of subgrade material shall be compacted to a relative compaction of 9,5 percent in accordance with the City of Palm Springs Street Pavement Requirements Standard Drawing Number 110 . However, subgrade material where curb, gutter, and sidewalk is to be laid shall be compacted to a relative compaction of 90 percent in agreement with Section 301-1 . 3 of the "Greenbook" Standard Specifications . Grade Tolerance. Immediately prior to placing subsequent layers of material thereon, the grading plane, at any point, shall not vary more than 0. 05 feet above or below the grade established on the project plans . Watering. Water for use in subbase preparation shall be potable, therefore, there is no need to obtain reclaimed wastewater permits . Water shall be applied to compact soil, subbase, base, and surfacing material through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the water application process . Payment. - Payment for preparation of shall be considered as included in the item of work for which the subgrade is prepared. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO,03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10-PAGE 10 10-5 CRUSHED MISCELLANEOUS BASE Material - All base material shall be crushed miscellaneous base that has been imported to the site. Base material shall conform to Section 200-2 . 4 "Crushed Miscellaneous Base" of the Standard Specifications for Public Works Construction "Greenbook" , 2000 Edition. Preparation of base material shall conform to Section 301-2 of the "Greenbook" Standard Specifications . Payment - Payment for Crushed Miscellaneous Base shall be made at the unit price bid per square foot for "Construct 4" Crushed Miscellaneous Base" . Payment 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 . 10-6 ASPHALT CONCRETE Material - Asphalt concrete pavement shall conform to Section 203- E "Asphalt Concrete," of the Standard Specifications for Public Works Construction "Greenbook" , 2000 Edition. Asphalt concrete pavement with a total section thickness of 5" shall be laid in two lifts. The first lift shall consist of 31,f of Type B-AR4000 asphalt concrete pavement and the second lift of one and one-half inches (11," ) of Type C2-AR4000 asphalt concrete pavement. This mixture of asphalt concrete shall be placed on a prepared base. All asphalt concrete pavement construction shall conform to Section 302-5 "Asphalt Concrete Pavement," of the "Greenbook" Standard Specifications. Aggregate Sampling and Mix Design - Laboratory tests may be performed at the expense of the City to determine if aggregates at the plant fall within specifications. Correction to sieves may be necessary if proper percentages are not met. Tack Coat - Tack coat shall be a SS-lh emulsified asphalt and it shall be applied to all clean, existing asphalt areas and to all concrete surfaces adjacent to new asphalt concrete paving prior to installation of asphalt concrete pavement . The cost of tack coat shall be included in the price for asphalt concrete pavement, and no additional payment will be made therefor. Measurement and Payment - Payment for asphalt concrete pavement will be made at the unit price bid per square foot for "Construct 5" A. C. Pavement," as shown on the plans, as specified in the DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 713/03 SPECIAL PROVISIONS-SECTION 10-PAGE 11 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 pavement. Payment for asphalt concrete pavement shall include full compensation for construction of asphalt concrete pavement including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, preparation of subgrade, and tack coat, in accordance with the standard specifications and these special provisions. 10-7 PORTLAND CEMENT CONCRETE Material - Portland cement concrete of the class and type shown on City Standard Drawings shall be used to construct new curb, gutter, access xamps, and sidewalk. 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, in accordance with Section 201 of the Standard Specifications for Public Works Construction "Greenbook" , 2000 Edition. Curb or Curb and Gutter - Construction of Type A1-6 Curb, Type A1- 8 Curb, or Type A2-8 curb and gutter shall conform to the City of Palm Springs Standard Drawing No. 200 . Portland cement concrete of type 560-C-3250 (6 Sack) shall be used for construction. Curb and gutter shall be constructed to the dimensions as specified in the City' s Standard Drawings, but application details and other specifications not explicitly shown or stated in the City' s Standard Drawings, shall conform to Section 303-5 of the "Greenbook" Standard Specifications . A minimum 1' wide section of existing asphalt concrete pavement or street pavers adjacent to proposed curb or curb and gutter shall be saw-cut and removed or salvaged prior to placement of concrete (where required) . Use of the existing edge of pavement as a form for new concrete improvements will not be allowed. Concrete Sidewalk or Street Pavers - The Contractor shall install all new or salvaged sidewalk or street pavers where shown on the plan. The pavers shall be reinstalled in conformance with the following specifications: 1) General - Concrete pavers shall be reinstalled where salvaged and to match existing pavers (sidewalk or street) , or installed as new sidewalk pavers at locations indicated. Sidewalk or street pavers re-installed adjacent to existing DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10- PAGE 12 pavers shall be reinstalled to the exact location, configuration, and grade which existed prior to their removal. The Contractor shall be responsible for all missing or broken concrete pavers . 2) Materials - All new sidewalk pavers shall comply with the following specifications: A) Pavers shall meet or exceed minimum requirements set forth in ASTM Specification C936, "Standard Specification for Solid Interlocking Concrete Paving Units" . New sidewalk pavers shall be Angelus block, interlock pattern, 60mm for sidewalks, 80mm for traffic areas . Color to match existing pattern established elsewhere on Palm Canyon Drive, consisting of Red Brown, Red Charcoal, and Terra Cotta. Contractor shall provide a sample of a 5' by 5' section of interlocking sidewalk pavers (without installation on sand) for approval by the City Engineer prior to installation. The Contractor shall ensure that the correct product (color and size) has been ordered which will provide a sidewalk constructed of interlocking concrete pavers consistent with the existing sidewalk color and pattern established elsewhere on Palm Canyon Drive. B) Bedding sand shall be installed as required, and as directed by the Engineer. Bedding sand shall be concrete sand conforming to ASTM C33 requirements for fine aggregate. Sand shall be sharp, washed, and free of foreign material . Limestone screenings or stone dust shall not be used. C) Joint sand shall be washed concrete sand free of foreign material. Joint sand gradation shall be as follows : Sieve Size o Passing No. 16 100 No. 200 10 2) Installation - Sand shall be spread and screeded utilizing a straight, true screed board. Sand shall be placed in one layer 1" thick. Reinstalled sidewalk or street pavers shall be placed in accordance with the existing pattern and the adjacent configuration. Ninety degree and forty-five degree DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 713/03 SPECIAL PROVISIONS-SECTION 10-PAGE 13 herringbone pattern shall be duplicated. Joints between units shall be 1/16" to 1/8" wide. New sidewalk pavers shall be installed as required by the landscape architect, and shall be consistent with the existing pattern established elsewhere on Palm Canyon Drive. Gaps at pavement edges shall be filled with cut pavers . Gaps less than 3/8"wide shall be filled with sand. Once an area is installed, street or sidewalk pavers shall be vibrated into the sand with a plate vibrator. The plate vibrator shall be capable of 3, 000 to 5, 000 pounds centrifugal force, and operate at a frequency of 80 to 90 hertz. At least two passes with the vibrator shall be made across the surface. Dry joint sand shall be swept into joints followed by pavement vibration until joints are full. This may take two or three passes of the plate vibrator. If sand is moist, it shall be spread on the pavers to dry before being swept and vibrated into the joints. Do not vibrate within 3 feet of an unrestrained edge. All work within 3 feet of the laying face shall be fully compacted with sand-filled joints at the completion of each day. The remaining uncompacted edge of the laying face and sand shall be covered with a waterproof covering. Excess sand shall be swept off. Unless otherwise specified, the final surface elevations shall not deviate more than 3/8" under a 10' long straightedge. The surface elevation of pavers shall be 1/8" to 1/4" above adjacent drainage inlets, concrete collars or channels . The top surface of the pavers may be 1/8" to 1/4" above the final elevations to compensate for possible minor settling. Where designated, sidewalk pavers shall be installed at elevations required to provide an access ramp, consistent with the elevations and grades indicated in City of Palm Springs Standard Drawing No. 212 . Installation of the sidewalk pavers shall comply with the specifications herein, however, final surface elevation deviations shall be allowed as required to create the ramp. All finish surface elevations shall be rounded; no abrupt grade changes with concrete pavers shall be allowed. Concrete Pavement - Construction of 6-inch thick portland cement concrete pavement shall conform to Section 302-6 "Portland Cement Concrete Pavement" of the Standard Specifications . Application location and other specifications are shown on the Plans and shall DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3103 SPECIAL PROVISIONS -SECTION 10- PAGE 14 also be adhered to. Color shall match existing color of concrete pavement to which the new concrete pavement is constructed. Pedestrian Access Ramp - Construction of the concrete pedestrian access ramp, as shown on the plan at the location designated, shall be constructed in conformance with the detail provided on the plan, including associated integral metal handrails . Concrete Bollard - Construction and installation of concrete bollards shall be constructed in conformance with the detail provided on the plan, at the locations designated. Concrete Steps - Construction of concrete steps shall be constructed as specified on the plan, at the locations designated, including associated integral metal handrail. Concrete Masonry Block Retaining Wall - Construction of concrete masonry block retaining wall shall be constructed as specified on the plan, at the locations designated, including associated integral metal handrail . Construction of the retaining wall shall be in accordance with the Standard Plans for Public Works Construction, Standard Plan 618-1, modified (where required) as shown on the plans. Special note: concrete masonry block used in the retaining wall shall be decorative split faced colored masonry block, as approved by the City Engineer. The Contractor shall provide a sample of the proposed decorative split face , block selected for the project prior to installation. Adjust Traffic Signal Box to Grade - Existing traffic signal utility boxes (frames and covers) shall be adjusted flush to finish grade of adjacent concrete sidewalk pavers. The sidewalk paver pattern shall be installed in conformance with these special provisions, and shall provide no gap between adjusted utility boxes, except as otherwise allowed herein. Adjust Electric Utility Box to Grade - Existing electric utility boxes (frames and covers) shall be adjusted flush to finish grade of adjacent concrete sidewalk pavers . The sidewalk paver pattern shall be installed in conformance with these special provisions, and shall provide no gap between adjusted utility boxes, except as otherwise allowed herein. Adjust Irrigation Box to Grade - Existing irrigation system boxes (frames and covers) shall be adjusted flush to finish grade of adjacent concrete sidewalk pavers . The sidewalk paver pattern shall be installed in conformance with these special provisions, and shall provide no gap between adjusted irrigation system boxes, except as otherwise allowed herein. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS- SECTION 10- PAGE 15 Adjust Water Meter and Valve to Grade - Existing water meter boxes (frames and covers) and valves shall be adjusted flush to finish grade of adjacent concrete sidewalk pavers . The sidewalk paver pattern shall be installed in conformance with these special provisions, and shall provide no gap between adjusted water meter boxes and valves, except as otherwise allowed herein. Vandalism - The Contractor shall be responsible for protecting all new Portland cement concrete construction, including new installation of sidewalk and street pavers, 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. The Contractor shall be responsible for all lost, stolen, or damaged concrete sidewalk or street pavers, and shall provide replacement materials at no additional cost to the City. Measurement and Payment - Payment for construction of Portland cement concrete items shall be based on the unit prices bid for the items shown in the Bid Schedule (s) , for concrete 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 concrete items shall include full compensation for all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, and protecting from vandalism, 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. Payment for curb or curb and gutter shall be made at the unit bid item price per linear foot for "Construct Type Al-6 Curb," "Construct Type Al-8 Curb," or "Construct Type A2-8 Curb & Gutter," and no additional compensation will be allowed therefore. Payment for installation of salvaged concrete street pavers shall be made at the unit bid item price per square foot for " Install Salvaged Concrete Street Pavers," and no additional compensation will be allowed therefore. Payment for installation of salvaged concrete sidewalk pavers shall be made at the unit bid item price per square foot for "Install Salvaged Concrete Sidewalk Pavers (Including Integral Access Ramps) ," and shall include construction of new or replacement access ramps with salvaged concrete pavers, and no additional compensation will be allowed therefore. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10-PAGE 16 Payment for installation of new concrete sidewalk pavers shall be made at the unit bid item price per square foot for " Install New Concrete Sidewalk Pavers (Including Integral Access Ramps) ," and shall include construction of new or replacement access ramps with new concrete pavers, and no additional compensation will be allowed therefore. Payment for construction of concrete steps shall be made at the lump sum bid item price for "Construct Concrete Steps with Handrail," and shall include installation of integral metal handrails, as required and shown on the plans, and no additional compensation will be allowed therefore. Payment for construction of concrete masonry block retaining walls shall be made at the unit bid item price per linear foot for "Construct CMU Block Retaining Wall with Handrail," and shall include installation of integral metal handrails, as required and shown on the plans, and no additional compensation will be allowed therefore. Payment for construction of the concrete pedestrian access ramp shall be made at the lump sum bid item price "Construct Pedestrian Access Ramp (Per Detail 9 on Sheet I) ," and shall include installation of integral metal handrails, as required and shown on the plans, and no additional compensation will be allowed therefore. Payment for construction of 6" colored concrete pavement shall be made at the unit bid item price per square foot for "Construct 6" Colored P. C.C. Pavement," and no additional compensation will be allowed therefore. Payment for construction of concrete bollards shall be made at the unit bid item price per each for "Construct Concrete Bollard," and no additional compensation will be allowed therefore. Payment for adjustment of utility boxes shall be made at the unit price bid per utility box (traffic signal, - electric or irrigation) , for utilities adjusted to finish grade as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. Payment for adjustment of water meters and valves (located at the designated location on Tahquitz Canyon Way as shown on the plans) shall be made at the lump sum bid item price, for water meters and valves adjusted to finish grade as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10-PAGE 17 10-8 STORM DRAIN Storm Drain Pipe - All storm drain pipe shall be constructed in accordance with Section 207-2, of the Standard Specifications for Public Works Construction, "Greenbook" , 2000 Edition. The pipe to be furnished shall be 24" diameter reinforced concrete pipe (RCP) Class IV, as indicated and shown on the plans . Installation of storm drain pipe shall conform to Section 306 of the "Greenbook" Standard Specifications . Roof Drains - All roof drain extensions shall be constructed in accordance with Section 207-17 of the Standard Specifications for Public Works Construction, "Greenbook" , 2000 Edition. The pipe to be furnished shall be 3" diameter schedule 40 PVC pipe, as indicated and shown on the plans. Installation of roof drain extensions shall conform to Section 306 of the "Greenbook" Standard Specifications. Catch ]Basins - The Contractor shall construct a catch basin and local depression, at the location and dimension shown in the plans, in conformance with Riverside County Flood Control and Water Conservation District Standard Drawing No. CB100 and LD 201 . Portland cement concrete used in the construction of the catch basin and local depression shall be Type 560C-3250 . Storm Drain Collar - The Contractor shall construct storm drain collars, at the locations shown in the plans, in conformance with Riverside County Flood Control and Water Conservation District Standard Drawing No. M 803 . Portland cement concrete used in the construction of catch basins and local depressions shall be Type 560C-3250 . Manhole Structure - The Contractor shall construct storm drain manhole structures, (Manhole Structure 1) , at the locations shown in the plans, in conformance with Riverside County Flood Control and Water Conservation District Standard Drawing No. MH251 . Portland cement concrete used in the construction of catch basins and local depressions shall be Type 560C-3250. The storm drain manhole frame and cover shall be installed flush with adjacent concrete sidewalk pavers to the satisfaction of the City Engineer. Measurement and Payment - Measurement and payment for RCP storm drain pipe shall conform to the requirements of Section 306-1. 6 of the "Greenbook" Standard Specifications; provided, that the term "backfill" as used therein shall include all bedding material. Payment for RCP storm drain pipe shall be made at the unit price bid per linear foot for "Install 24" R.C. P. Class IV Storm Drain," and shall constitute full compensation for furnishing and placing such pipe, and all earth and trench work including: excavation, DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3103 SPECIAL PROVISIONS- SECTION 10-PAGE 18 dewatering, bedding, backfill, compaction efforts, pipe jointing, connection to structures, and joining existing storm drain pipe. Payment for roof drain extensions shall be made at the unit price bid per linear foot for "Install 3" Schedule 40 PVC Roof Drain," and shall constitute full compensation for furnishing and placing such pipe, and all earth and trench work including: excavation, dewatering, bedding, backfill, compaction efforts, pipe jointing, connection to structures, and joining existing storm drain pipe. Payment for construction of the catch basin and local depression shall be made at the unit price bid per catch basin for "Construct Catch Basin (W=14' , V=8 . 57' ) ," and shall constitute full compensation for construction of catch basins and local depressions, complete and in place, including excavation and backfill, disposal of waste, connections to pipes, manholes, and all appurtenant materials specified in the referenced standard drawings, and no additional compensation will be allowed therefore. Payment for construction of storm drain collars shall be made at the unit price bid per collar for "Construct Concrete Storm Drain Collar," and shall constitute full compensation for construction of storm drain collars, complete and in place, including excavation and backfill,, disposal of waste, connections to pipes, and all appurtenant materials specified in the referenced standard drawings, and no additional compensation will be allowed therefore. Payment for construction of storm drain manhole structures shall be made at the unit price bid per manhole structure for "Construct Storm Drain Manhole Structure," and shall constitute full compensation for construction of storm drain manhole structures, complete and in place, including excavation and backfill, disposal of waste, connections to pipes, and all appurtenant materials specified in the referenced standard drawings, and no additional compensation will be allowed therefore. 10-9 LIGHTING & ELECTRICAL General - The Contractor shall be responsible for installing a complete and operation lighting and electrical system as shown on the plans . As part of this scope of work, existing palm tree uplights and existing electrical system connected to palm trees subject to removal and relocation, as well as those connected to palm trees designated for protection in place, shall be removed, abandoned and disposed of to the satisfaction of the City Engineer. The Contractor shall verify all electrical system removals with the City Engineer prior to removal . DESERT FASHION PLAZA STREET IMPROVEMENTS ' CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 713/03 SPECIAL PROVISIONS-SECTION 10-PAGE 19 Products - The Contractor shall install the following improvements and hardware, complete and in place: Pedestrian Lighting. New pedestrian lighting shall be installed, consisting of decorative light fixtures and decorative poles, as shown on the Pedestrian Light Detail included in the plans . Please refer to Section 4 for City provided materials . The Contractor is not required to purchase and obtain the pedestrian street lighting; these will be provided by the City to the Contractor. Electric Pullboxes . The Contractor shall provide and install electric pullboxes adjacent to each light pole foundation as shown on the Lighting Plan. Each pullbox shall be equipped with a bolted steel cover marked "ELEC" and be installed 2" above finish grade. Service Pedestal. The Contractor shall coordinate with Southern California Edison for application of new service and connection to the new service pedestals . The Contractor shall furnish and install new 200 Amp, 120/240 Volt, 1-phase, 3-wire meter pedestals, Meyers no. MEUTD-M200/WTB, as shown on the Service Pedestal Detail included in the plans. An enclosure, type RAINPROOF-3R, shall be provided, as shown in the detail. Installation - The Contractor shall be responsible for construction of all new light pole foundations including, reinforcement, conduit, electrical wiring, anchor bolts; installation of all new lighting hardware, including light poles, luminaires, and above ground electrical wiring, all underground conduit and electrical wiring, pull boxes and conduit connections, and all other hardware as shown in the Plans . The Contractor shall refer to the Plans for the proposed locations of light pole foundations . The exact location of proposed light pole foundations shall be staked by the Contractor and approved by the Engineer or his Authorized Representative prior to construction. The bolt spacing and configuration for the new light poles shall match the bolt circle template provided by the light pole manufacturer. Payment - Payment for the lighting and electrical system shall be made at the lump sum price bid for "Lighting & Electrical System," and shall constitute full compensation for removing all existing lighting and electrical systems associated with the existing palm tree and landscaping within the project area; furnishing and installing all underground conduit and wiring; furnishing and providing the new service pedestals (including foundations and enclosures) ; constructing light pole foundations, and installing new City-furnished street lighting fixtures, poles and components; DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 713/03 SPECIAL PROVISIONS-SECTION 10- PAGE 20 furnishing and installing all conduit, wiring, electric pullboxes; and testing all electrical work; and all appurtenant electrical work, complete and operational in place. 10-10 LANDSCAPING & IRRIGATION 10-10 .1 Grading: Materials . Fill Material: Existing soil shall be used whenever possible, but shall be free of debris, rubbish, organic matter, oil, wed, rocks greater than 2" diameter and other foreign matter. Native Soil: Native soil to be material as listed in Fill Material. Decomposed Granite "desert gold" apply 2' depth over all planted areas . Preparation. Establish extent of grading, and excavation by area and elevation. Designate and identify the elevation and project engineering reference points . Set required ' inspections, tests, approvals and location recordings . Contractor shall not begin work at the site before obtaining required inspections, tests, approvals, and location recordings . Contractor shall verify and remove any asphalt or concrete which may exist beneath all planting areas . Site Grading. Unless shown or noted otherwise on the plans, all finish grades are to be level 1&�2" - 2" below top of curb or adjacent hardscape. The Contractor shall furnish and apply pre- emergent weed control on all native soil and decomposed granite per manufacturer' s specifications . 10-10.2 Underground Irrigation Systems General - The irrigation design is diagrammatic. All irrigation equipment, shown within paved areas is for design clarifications only and shall be installed in planted areas. Due to scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. , which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of this work and plan this work accordingly, furnishing such fittings, etc. , as may be required to meet ,such conditions . The work shall be installed in such a manner as to avoid conflicts trades or problems in planting trees, shrubs, groundcovers, and lawns . Related Work. The Contractor shall examine all Drawings and Specifications pertinent to the proper completion of the work. The Contractor shall coordinate installation of the irrigation material, including pipe and wiring so that there shall be no DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10- PAGE 21 interference with other utilities or other construction trades or problems in planting trees, shrubs, groundcovers, and lawns . Code Regulations. All work and materials shall be in full accordance with the latest rules and regulations of the National Electric Code; the Uniform Plumbing Code, published by the Western Plumbing Officials Association; and other applicable State or local laws or regulations . Nothing in these Drawings or Specifications is to be construed to permit work not conforming to these codes. When the Specifications call for materials or construction of a better quality or larger size than required by the above mentioned rules and regulations, the provision of the Specifications shall take precedence over the requirements of the said rules and regulations . The Contractor shall furnish without extra charge any additional material and labor when required by the compliance with these rules and regulations, though the work may not be mentioned in these particular Specifications or shown on the Drawings . Layout Of Work. The Contractor shall stake out the irrigation system as shown on the Drawings. These areas shall be checked by the Contractor and the Owner' s Authorized Representative before construction is started. Any changes, deletions or additions shall be determined at this check. No walks or paved areas shall be sprinkled. The drawings are schematic only ,unless specifically dimensioned. The Contractor shall check all drawings to make sure that this work conforms to all conditions shown thereon. Exact locations shall be determined on the job to suit the actual conditions . All variations shall be verified with the Owner' s Authorized Representative. Locations, as determined, are the Contractor' s responsibility and changes required because of such actions shall be by the Contractor at no extra cost to the Owner. Contractor shall connect irrigation system to water supply points of connection as indicated on drawings. Contractor shall connect electric valves to control wires supplied at locations as indicated on drawings . Contractor shall be responsible for minor changes caused by site conditions or plant substitutions . Products . All materials in the system shall be new. All material and equipment shall arrive at the site location in manufacturer' s original shipping container. Pressure Pipe shall comply with the following: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10- PAGE 22 PVC (2-1/2 inch and smaller to be solvent welded) . Type 1, Grade 1, Schedule 40, IPS, and ASTM 1785. Pipe shall be continuously marked with: Manufacturer' s name, nominal size, PVC type, pressure rating, NSF seal, and date of extrusion. Non-Pressure Pipe (downstream from circuit valves) shall comply with the following: Rigid PVC: Type 1, Grade 1, Schedule 40, IPS, ASTM D 1784 . Pipe shall be continuously marked with: Manufacturer's name, nominal pipe size, PVC type, SDR, NSF seal, and date of extrusion. Rigid PVC Under Paving: Type 1, Grade 1, Schedule 40, IPS, ASTM D 1785. Poly Swing Pipe: As specified in Irrigation Detail Plans. Fittings: PVC Solvent Weld Fittings : Injection molded, IPS deep socket style Schedule 40, Type 2 PVC, SDTM D2466 with NSF seal of approval. Tee ' s and ell ' s are to be side gated. Fitting Compound, Solvents, and Wraps. Rigid PVC to PVC slip joints shall be solvent welded with pipe solvent: ASTM D 2564, NSF approved, used and applied in accordance with the manufacturer ' s specifications. Primer for PVC Pipe: As recommended by pipe fittings manufacturers. PVC to metal joints shall be made with a PVC male adapter fitting or PVC Schedule 80 threaded fittings. The PVC fitting shall be hand tightened, plus one turn with strap wrench, Joint compound shall be Peratex Type II or Teflon tape. Conduit and Sleeves: For use under pavement, sleeves for irrigation pipe and conduit for control wire shall be PVC: Type 2, Grade, Schedule 40 . Irrigation Controllers: The new irrigation system will operate from an existing irrigation controller. The Contractor shall be responsible for determining the requirements to connect the new irrigation system to the existing irrigation controller. Electric Control Valves: Rainbird "GB" Series, as shown on the plans . DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10-PAGE 23 Valve Boxes: Shall be tan or approved color, with irrigation valve box lid marked "Irrigation Control Valve" . Irrigation valve boxes shall be of the make and model as specified in the details provided in the plans, or as approved by the City Engineer. Irrigation Heads and Drip Emitters: Rainbird 1804-SAM-PRS stream bubbler with 5Q-B nozzle (0 . 5gpm at 30 psi) . Back£low Prevention Assembly: Shall be as specified on Irrigation Detail Plans and shall be verified with Local Plumbing and Health Codes . Gate Valve: KBI #MIP-1000-T to be installed at all electric valves, as shown on the plans . Installation. The Contractor shall schedule and coordinate placement of material and equipment in a manner to effect earlier completion of work in conformance with the construction and progress schedule. The contractor shall not willfully install the irrigation system as shown on the drawings, when it is obvious in the field that obstruction, grade differences, or difference in the area dimension exist that might not have been considered in the engineering design phase. Such obstructions of differences must be, brought to the attention of the Owner' s Authorized Representative. The irrigation system design is based on the minimum flow demand shown on the irrigation drawings at each point of connection. The contractor shall verify water pressure prior to construction and shall report any difference between the water pressure indicated on the drawing's and the actual pressure reading at the point of connection to the Owner' s Authorized Representative. Any existing equipment, piping, pipe covering, sewers, sidewalks, landscaping, etc. , should be located and protected prior to commencing work. Damage by the Contractor during the course of his work shall be replaced or repaired by the Contractor in a manner satisfactory to the Owner' Authorized Representative and at the Contractor' s own expense, and before the final payment is made. Disruption of Services: Permission to shut off any water lines must be obtained from the Construction Supervisor, who will make the necessary arrangements . Disruption to existing systems shall be kept to a minimum. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 713103 SPECIAL PROVISIONS-SECTION 10- PAGE 24 Verification of Finish Grade: The Contractor shall verify, with the Owner' s Representative, the correctness for all rough grades within the work areas in order to insure the specified pipe depths of the system piping. System Layout: The Contractor shall layout all heads, piping, and valves and make any minor adjustments required due to differences between actual site conditions and the drawings . Minor adjustments shall be maintained within the original design intent. The Contractor shall layout each system using a staking method, as approved by Owner' s representative, and maintain and protect the approved staking layout . Excavating and Trenching: Excavating and trenching shall be open vertical construction ample in size to permit the piping to be laid at the elevation intended to permit ample space for joining. Trenches for pipe shall be cut to required grade lines, and compacted to provide an accurate grade, without settlement, and have uniform bearing for the full length of the line. The Contractor shall restore all surfaces, existing underground installations, etc. , damaged or cut as a result of the excavations to their original condition and in a manner approved by the owner. After installation of pipe, the Contractor shall back-fill only between joints and fittings, leaving joints and fittings exposed until their installation is approved by the Owner' s Authorized Representative. (a) Where possible mainlines may occupy the same trench as lateral lines, provided minimum clearances are maintained as specified. (b) All irrigation lines shall have a minimum horizontal clearance to two inches from each other. All irrigation lines shall have a minimum horizontal clearance of 12 inches from the lines of other trades . No lines installed parallel and directly over another line. (c) Minimum Cover from finish grade shall be as follows : 24" minimum cover over solvent welded pressure piping to 2 inch size, 24" minimum cover over valve control wiring, 12" minimum cover over non-pressure piping to irrigation head bubblers, and emitters . Pipes and Fittings shall be installed according to details: DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10-PAGE 26 (a) Locations . Where site conditions do not permit locating piping, valves, and heads where shown on plan, the Contractor shall notify the Engineer immediately to determine relocation. (b) Handling. The plastic pipe shall be handled carefully avoiding dropping off the delivery truck. The PVC pipe shall be covered to protect from sunlight (especially from summer sun) . (c) Cleaning. The pipe shall be kept clean during installation by unplugging or other acceptable means. Caps or plugs shall be removed only when necessary to continue assembly. (d) Layout. The pipe shall be aligned approximately as shown on the Irrigation Plans . Verify locations before installing pipe. (e) Joining of Pipe. The Contractor is responsible to be familiar with any and all methods of assembling, joining, and installing the various types of pipe to be used. The Contractor will adhere in strict accordance to manufacturer' s recommended installation procedures. All pipe shall be assembled free from dirt and pipe scale. Field cut ends shall be reamed and trimmed of rough edges and burrs . No sawing of PVC pipe shall be permitted when assembling pipe for emitters . All changes in direction of pipe shall be made with fittings. Reducer tees shall be used at all head risers where a pipe size changes . Bushings shall not be allowed where reducer tees may be used. PVC saddles shall not be allowed. (f) Solvent Weld Joint. The joint shall be prepared by first making sure that pipe end is square, then by debarring the pipe end and cleaning the pipe and fitting from dirt, dust, and moisture. The pipe shall be dry-inserted into fitting to check for mis-sizing. Pipe should enter fitting 1/3 to 2/3 depth of socket. After verifying proper fit, the inside socket surface of the fitting and the external surface of the male end of the pipe shall be coated with solvent-cement. The joint shall be held still for approximately 30 seconds and any excess cement from pipe and fitting shall be wiped clean. The joint shall DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3103 SPECIAL PROVISIONS- SECTION 10-PAGE 26 be cured for a minimum of 30 minutes before handling and at least 6 hours before pressurizing. (g) Threaded Joint. Field threading of plastic pipe or fitting is not permitted. Factory formed threads only will be permitted. Factory-made nipples shall be used wherever possible. Field-cut threads in metallic pipe will be permitted only where absolutely necessary. When field threading, threads shall be cut accurately on axis with sharp dies. All threaded pressure joints shall be made up with pipe joint compound. Compound shall be applied to male threads only. Where assembling metallic pipes to metallic fittings or valve, no more than (3) full threads shall show when joint is made up, where assembling to plastic fittings, take up joint no more than one full turn beyond hand tight. Where assembling soft metal (brass or copper) or plastic pipe, use strap type friction wrench only; do not use metal jawed wrench. Coat the inside surface of the fitting and the external surface of the male end of the pipe with solvent-cement. Where assembling soft polyethylene pipe and fitting, hand twist fitting into pipe until full insertion. Insert pipe immediately into fitting and turn 1/4 turn to distribute cement and remove air bubbles . The pipe must seat to the bottom of the socket and fitting. Check alignment so pipe and fitting are without strain to either. Hold joint still for approximately 30 seconds and then wipe the excess cement from the pipe and fitting. Cure joint a minimum of 30 minutes before handling and at least 6 hours before pressurizing. Irrigation Controller. Make all required connections to the existing irrigation controller to be used for the project. (a) Connect control wires to controller in a sequential arrangement according to assigned identification numbers of the valves . Control wires shall be labeled DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS- SECTION 10-PAGE 27 at controller and at valve box lid with control valve number. (b) A small map of area covered by controller with valve locations shown shall be placed inside controller. (c) Connect system electrical wiring stub-outs provided, with conduit in structure. Put all connections in splice boxes. (d) Install at least two extra wires from multi-station controllers to heaviest planted/most/sun/wind exposed areas of. controller for moisture sensor hook-up. Electrical Control Valves. Install according to detail and where shown on the Irrigation Plan. No soil will be allowed in valve boxes. Control Wire. Control Wire shall be UL approved for direct burial in, ground, with maximum voltage drop of 5% . Valve control wire shall be a solid color, common wire shall be white. Other single wires shall be striped two color jacket. Valve' control wire shall have no buried in line splices; all splices shall be in a valve box or junction box. Connections shall be made by crimping bare wires with brass crimping sleeves and sealing in UL approved #3570 Scotchloks, Rainbird Snap-tites, or as noted on plans . Install wire below irrigation pressure lines, loop a minimum of 3 feet of extra wire in each valve box; both control and common wire. Make 12" loop at 50 ' intervals along wire run from valve to controller. Provide conduit where wires run under paving. Take care not to damage wires when backfilling trenches. Install at least two extra wire from single station controllers to heaviest-planted/most sunshine exposed area of the valve for moisture sensor hook-up. Valve Boxes. All remote control valves shall be installed in plastic valve box. Box shall be set flush with finish grade planting beds. Lid shall be permanently marked to correspond to controller and station number. Backfilling. Backfill shall not be placed until the installed irrigation system has been inspected, approved, and tested in the presence of the Owner' s Authorized Representative. Backfill material shall be an approved sandy soil or sand. Unsuitable material, including clods and rocks over 2-1/4 inches DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03.05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10-PAGE 28 in size, shall be removed from the premises and disposed of legally at part of the work under this Contract, shall make all adjustments without extra cost to the Owner. It is recommended that backfill be made first thing in the morning while pipe and soil temperature are approximately the same. If backfilling is required during heat of the day, water shall be run through PVC pipe to cool pipe for contraction purposes . Surplus earth remaining after backfilling shall be disposed of legally off the premises . Irrigation Heads. Irrigation heads shall be installed according to detail. Spacing of heads shall not exceed the maximum indicated on the drawings . In no case shall the spacing exceed the maximum recommended by the manufacturer. (a) After all piping and risers are in place and connected, and prior to the installation of irrigation heads, control valves shall be opened and a full head of water used to flush out the system. (b) All heads will be installed above grade on either threaded PVC swing-joint or poly swing pipe. No outlets below grade will be permitted. (c) Filtration and pressure regulator settings will be according to manufacturer' s specifications to obtain best head performance. (d) All spray heads are to be set back a minimum of 2" from any paved area, e.g. , mow strips, curbs, sidewalks ( 6' minimum for rotors) . (e) Emitters shall be installed according to detail. All PVC pipe will be cut with PVC pipe cutter, solvent- cement will be sparingly applied to avoid runs and puddling in pipe and fittings, all pipe will be double flushed. End flushing valves will be installed according to detail and plan. (f) The contractor shall flush and adjust all irrigation heads for optimum performance. (g) Layout Changes : Arrangements, positions, and connections of pipes, valves, and heads may be adjusted as directed to accommodate conditions which may arise during progress of work. No additional compensation shall be made for changes unless arrangements are made for charges prior to installation. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10- PAGE 29 (h) Pressure Main Lines : Flush lines prior to installing remote control valves . Center load pipes . (i) Non-Pressure Lateral Lines; Cap risers and flush lines prior to installing irrigation heads . Starting at remote control valve, remove caps in sequence. Replace cap before removing next cap in line. Testing. The entire irrigation system shall be tested in accordance with Section 308-5 . 6 "Flushing and Testing" of the Standard Specifications . Field Quality Control and Inspection. The contractor shall give authorized representative three working days notice for, inspection at the following stages . The Contractor must have field "as builts" up 'to date before each state of inspection. Mainline. Mainline shall be installed after pressure pipe; controller, remote control valves, and wiring have been installed. When backfilling, joints and fittings shall be left exposed until final approval by. Owner' s Authorized Representative. (a) Static test for 6 hours at 125 psi (b) Tests shall be observed and approved by the Owner' s Authorized Representative prior to backfill, before rock base is installed and before asphalt paving is installed. (c) Lines shall be tested before and after installation of base material to determine the responsibility of any broken lines . (d) Contractor shall provide all equipment for hydrostatic tests . Lateral Lines. Lateral lines shall be installed after installation of non-pressure pipe and riser. Backfill only between joints and fittings, leaving joints and fittings exposed, until after joint and fitting inspection. Complete flushing prior to testing. Test for 2 hours at 100 psi. Completion of System. When the irrigation system has been completed, a performance test shall be done in the presence of the Owner' s Authorized Representative to determine if coverage of water to the planted areas is complete and adequate. The Contractor shall change any heads, as may be required to provide satisfactory coverage at no charge to the Owner. The Contractor shall coordinate observation with the completion of planting. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS- SECTION 10- PAGE 30 Job Acceptance. A preliminary final inspection will be performed on the date of completion of construction. The final acceptance shall be 90 days later, after the maintenance period. 10-10.3 Landscaping: General. Plants and planting material shall meet or exceed the specifications of Federal, State, and County laws requiring inspection for plant disease and insect control . Products: Fertilizer. Agriform 10-10-5 Planting Tablets shall be used for fertilizing the soil . Root Barriers. Root barriers shall be Shawtown Industries Inc. , "Rooster Booster" root diversion product or approved equal . Root barrier shall be of size appropriate for container size and type of tree. All trees as called out in plans, excluding palm trees, shall have root barriers installed per manufacturer' s specifications . Pre-emergent Weed Control. Pre-emergent weed control shall be "Surflan" or approved equal. Materials : Soil. Contractor shall use existing soil when possible. This and any imported soil shall meet the requirements listed in these Special Provisions . All soil used around planting shall be free of rocks 2" and larger. All soil shall be fully compacted. No air pockets or settling of the soil below finish grade requirements will be permitted. Contractor shall be responsible to readjust soil to specified elevations if settling occurs. Plant Materials . The Contractor shall furnish and install plants typical of their species or variety; with normal, densely- developed branches and vigorous, fibrous root systems. The Contractor shall provide only sound, healthy vigorous plants free from defects, disfiguring knots, sun-scald injuries, abrasions of the bark, plant diseases, insect eggs, borers, and all forms of infestation. All plants shall be fully developed without voids and open spaces. All plant material shall have been grown under climatic conditions comparable to those of the subject site, unless otherwise specifically approved by the Owner. All palm trees used in this project shall be existing palm trees that are relocated and transplanted as shown on the plans . The DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10- PAGE 31 Contractor assumes all responsibility for the successful relocation and transplantation of palm trees, and for replacement with new palm trees in the event relocation of the palm trees fail, in the opinion of the City Engineer. Preparation. Contractor shall assure that all necessary grading, rockery, and irrigation work is complete prior to planting. The location of plants shall be determined by scaling from Planting Plans . Plant centers are shown on the Planting Plan to determine plant spacing. No planting shall occur closer than 3 feet from the inside edge of the curb. Spot all containers and obtain approval from the Owner prior to excavating plant holes. Contractor is to install any top dressing in planting area as per plan. Contractor shall clean up site as necessary prior to planting. All areas to receive planting shall be free of debris . Installation of Trees and Shrubs. General. Nursery stock shall be planted immediately upon delivery to the site and approval by the Owner. Nursery stock, in containers, shall be protected from sun and wind and shall be watered as necessary. Excavating. Excavation for all plants shall be per Planting Details. If mechanical auger is used, probe by hand to determine if mechanical auger will hit any in-place utilities . Planting: (a) Native Soil (b) Backfill: (Per cubic yard) 8 parts - Native Soil on-site 2 parts Land Tech Dark Irish Peat Moss well composed. (c) Fill excavated hole with water and allow to drain (d) Fill holes with back-fill (e) Scarify sides of plant hole and root ball per installation details. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 713/03 SPECIAL PROVISIONS -SECTION 10- PAGE 32 (f) Fill to proper height to receive the plant, and thoroughly tamp the mixture before setting the plant . (g) Set plant in upright position in the center of the hole, and compact the back-fill mixture around the ball and or roots. (h) Place plant tablets in back-fill per planting detail. Quantity of tablets used for each size plant container shall be per manufacturers specifications . (i) Thoroughly water each plant when the hole is 2/3 full. After watering, tamp the soil in place until the surface of the back-fill is level with surrounding area and the crown of the plant is at the finished grade of the surrounding area. (j ) After planting, finish grade all planting areas to a smooth and even condition, making certain that no water pockets of irregularities remain. All planting areas shall be finished graded to comply with contours and elevations specified on Grading Plans . Unless shown or noted otherwise on the Grading Plan, all finish grades are to be level 1 1/2" - 2" below top of curb or adjacent hardscape. Planting Ground Cover. Rake existing soil smooth and free form soil lumps, rocks, sticks, and other deleterious material. Space the ground cover plants evenly as indicated on the drawings, staggering the spaces around shrubs and trees as well as in the open areas . Plant only in soil that is moist but friable, never wet or soggy. In case of planting in the open on hot days, shorten the time between planting and watering. Backfill. Dig holes. Native Soil. Agriform: 1 gallon 3 tablets 5 gallons 8 tablets 15 gallon 14 tablets 24" Box 14 Tablets 30" Box 15 tablets Continue to backfill shrubs and trees and continue to drench backfill shrubs and trees and continue to drench backfill as above. 10-10.4 90 Day Maintenance Period Maintenance Period. The maintenance period shall be 90 days after completion of the irrigation, grading/rockery, and plant DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 713/03 SPECIAL PROVISIONS-SECTION 10-PAGE 33 installation as determined and approved by the Owner. The Contractor shall notify the Owner when installation is complete and schedule a preliminary walk-through with the Owner' s Authorized Representative. Maintenance period shall begin after all punch list items have been completed and written confirmation has been received. Replacement of Unacceptable Material. Unacceptable material will be all dead or damaged plants, inoperable irrigation equipment and broken/damaged rocks. If at any time during the maintenance period damage occurs, the Contractor shall immediately correct damage . Once the unacceptable material has been repaired or replaced, that new material will have a new 90-day maintenance period from the date it was repaired or replaced. It is to the benefit of the Contractor to repair or replace any unacceptable material immediately, since the Contractor shall pay liquidated damages for each day beyond the 90 day maintenance period. Project Maintenance. Proper maintenance shall include but is not limited to the following work: 1 . It shall be the contractor' s responsibility to notify the City prior to any maintenance performed on the contract area during the 90-day maintenance period. 2 . It shall be the contractor' s responsibility to provide a maintenance schedule, which shall be used to monitor the performance of the landscape maintenance. The contractor shall provide a daily start time, which must be adhered to during the course of the 90-day maintenance period. Any changes or deviations to the landscape maintenance schedule after the initial submittal, shall require prior approval by the city. 3. The Contractor shall designate a representative who shall be responsible for performing the irrigation controller check. 4 . The irrigation controllers shall be monitored every Friday (or other mutually agreed upon day of the week) . The Contractor shall perform the required controller checks in the presence of the city' s representative. 5. As a minimum, all irrigation controllers shall be monitored one day per week (mutually agreed upon by the city and contractor) , Said controllers shall be checked in the presence of the city' s representative. DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS -SECTION 10- PAGE 34 6. The entire irrigation system shall be checked weekly to ensure that the drip emitters, valves, and controllers are fully operational. 7 . Litter pick-up shall be provided every Monday, Wednesday, and Friday during the 90-day maintenance period. Raking and relocating displaced soil shall be performed weekly to keep the area neat and attractive throughout the maintenance period. 8 . The Contractor shall provide a post emergent herbicide (Roundup) program during the entire 90-day maintenance period) 9. The Contractor shall maintain the landscape area free of weed and other undesirable plants . 10. The Contractor is responsible for maintaining all plant material within the contract area. The Contractor shall replace any plant which dies during the 90-day maintenance period. Pruning is to be done on trees and shrubs on a remedial basis only to correct form deficiencies . Pruning will be done to select plants to: (a) Develop permanent scaffold branches that are smaller in diameter than the trunk (trees) . (b) To develop a radial orientation so as not to have branches overlaying each other (trees) . (c) To eliminate V-shaped branch forks that lack strength (trees) . Intermediate and Final Walk-Through. There will be a walk-through at 30 and 60 days. Final walk-through is to be scheduled at the end of the 90-day maintenance period. Walk-throughs shall be done by the City, and be followed by a punch list of items to be completed before the job is deemed completed by the City. Final acceptance of the project shall occur only after the City has determined that all items of work have been completed and that all plant material has been established. 10-10.5 Payment - Payment for Landscaping shall be made at the lump sum price bid for "Landscaping," complete and fully installed, as specified and as indicated on the planting plans and planting detail plans, and shall include full compensation for excavating, grading, pre-treating, planting, planting relocation, removal of trees and shrubs and all other appurtenant work. Special note: payment for landscaping includes payment for DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3103 SPECIAL PROVISIONS-SECTION 10- PAGE 35 removal, relocation, protection and transplantation of existing palm trees as shown on the plans, including removal and replacement of palm trees. that fail transplantation, in the opinion of the City Engineer. Payment for Irrigation shall be made at the lump sum price bid for " Irrigation System," complete and fully installed and operational, as specified and as indicated on the irrigation plans and irrigation detail plans, and shall include full compensation for providing, excavating, installing, connecting, and testing the irrigation system, and all other appurtenant work, complete in place. Payment for 90-day Maintenance Period shall be made at the lump sum price bid for " 90-Day Maintenance Period," and will be made upon completion of the 90-day maintenance period. There will be no progress payments . The entire lump sum will be paid after the 90-day maintenance period. The price shall constitute full compensation for all repair or replacement of plants, irrigation system, and rockery and all maintenance of facilities for the 90- day period. 10-11 TRAFFIC SIGNAL LOOP DETECTORS 10-10.1 General. Vehicle detector loops shall be Type A Inductive Loop Detectors . Type I loop wire shall be used. Detector loops shall conform to section 307-4 . 9 of the Standard Specifications . Traffic signal loop detectors shall be replaced in the locations , and configuration that existed prior to their removal. It shall be the Contractor' s responsibility to coordinate with the Engineer and make a record of the location and configuration of all traffic signal loop detectors prior to their removal . Payment for installation of traffic signal loop detectors will be made at the unit price bid per each signal loop for "Replace Traffic Signal Loop Detectors," which price shall constitute full compensation for installation of loop detectors and connections, and all other appurtenant work. END OF SECTION DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONSTRUCTION DETAILS 7/3/03 SPECIAL PROVISIONS-SECTION 10- PAGE 36 CITY OF PALM SPRINGS ENGINEERING DEPARTMENT PART III - APPENDIX DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO. 03-05 Standard Drawings Dust Control Sign DESERT FASHION PLAZA STREET IMPROVEMENTS CITY PROJECT NO.03-05 CONTENTS 7/3/03 PART III No. REVISIONS APPROVED DATE � R STREET RIGHT OF WAY WIDTH STREET WIDTH CURB FACE TO CURB FACE 2.00% CENTERLINE TO LIP OF GUTTER I 200% CENTERLINE TO LIP OF GUTTER wv� ASPHALT CONCRETE PAVEMENT OVER I - COMPACTED CRUSHED MISCELLANEOUS "- .BASE. AS DESCRIBED;BELOW IP,C:C. CURB'AND-GUTTER PER C:P.S.`STD:;DWG. 200. STREET WIDTH CROWN HEIGHT 84' A34 76' .76 64' .64 52' .52 40' 40 36 36 32' .32 MINOR STREETS: 2-1/2 INCHES OF ASPHALT CONCRETE II LIFT) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES .AT 95% RELATIVE COMPACTION. COLLECTOR AND SECONDARY STREETS: 3 INCHES. OF ASPHALT CONCRETE II LIFT) OVER 6 INCHES OF CRUSHED MISCELLANEOUS BASE AND" A MIN. SUBGRADE OF ,24 INCHES AT 95% RELATIVE COMPACTION, MAJOR THOROUGHFARE STREETS: 5'WCHES -OF_ASPHACT,CONCRET A2.LIFTS) OVER 4 'INCHES, OF--CRUSHED:"MISCELLA-NEDUSSHP3E+_' AND.•A'MIN. SUBGRADE OF' 24 INCHES:'AT'95% RELATIVE.-COMPACTION. NOTES: I. THICKNESSES SHOWN ARE TO BE CONSIDERED A MINIMUM. ALL SECTIONS TO BE VERIFIED BY,.SOILS ANALYSIS BY LICENSED SOILS ENGINEER. 2. ASPHALT RUBBER HOT MIX IA.R.H,M.) IS AN .ACCEPTABLE SUBSTITUTE FOR THE ASPHALT SPECIFIED, SUBJECT TO VERIFICATION BY THE CITY ENGINEER. MIN. 2" NEW CONSTRUCTION ,MIN. 1-1/2'. CAP OVER EXISTING PAVEMENT 3. ASPHALT SHALL BE AR4000 INSTALLED PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION. AC TYPE TO BE SPECIFIED BY CITY ENGINEER. 4. PAVEMENT SHALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL. 5. A.C. PAVEMENT SHALL BE FLUSH WITH LIP OF GUTTER. CITY OF PALM SPRINGS APPRO. DATE: z 13Y DEPARTMENT OF PUBLIC WORKS CITY ENGINEER R.C.E. STREET PAVEMENT REQUIREMENTS DRAWN BY: S.J.C. I-ILI, N0. STANDARDS CHECKED BY: E.R.F. DWG. NO. I10 REVISIONS ' APPROVED . DATE I I I I/2" 6"_I � z_ I1�J-III A. C. PVMNT. 1 1/2" R=1/2 1/4" LIP (TYP.) lUTA. -R=1"C. PVMNT. " _+7 1/2"I-- �8 -'P R=1/2' Al-6 Al=8 A2-6 A. F. PVMT II{-..= .{I I' I' - - R_I 22' I I/22., 1/2" 6" -- I iv LIP (TYP.I ONSITE ONLY ONSITE ONLY A2-8 B1 B2 3' 3' �24" IS"--I 6" r� 2., SLOPE �� � SLOPE 1.,R .. FLOWLINE I 6 1 ' `` OF GUTTER 1/2" FIBER EXPANSION JOINT�..J 6' CROSSGUTTER-SECONDARY THOROUGHFARE Di Cl - END OF CURB 41_6� " 4' 4' SLOPE j-1/2 SLOPE 8 _ 1 8' CR OSSGUTTER-MAJOR THOROUGHFARE 1 NOTES: D2 . . . DIKE - I. TYPES A-HIGH DIKE, AI-6, AND AI-8 ARE BARRIER CURBS. A-HIGH 'D 2. TYPES A,B,C AND D ARE CONSTRUCTED OF PORTLAND CEMENT CONCRETE, 560-C-3250 (6 SACK). 3. TYPE A-HIGH DIKE IS CONSTRUCTED OF ASPHALTIC CONCRETE IE AR 8000) 4. TYPE B CURB AND GUTTERS ARE FOR ONSITE USE ONLY. 5. ALL EXPOSED CORNERS ON P.0 C. CURBS AND GUTTERS SHALL BE ROUNDED WITH A 1/2" RADIUS. 6 A.C. PAVEMENT SHALL BE 1/4' ABOVE LIP OF GUTTER, 7, EXPANSION AND WEAKENED PLANE JOINTS, SEE SECTION 303-54 SCORING 5 FEET MAXIMUM. SPACING FOR I" DEEP WEAKENED PLANE JOINTS 10 FEET. CITY OF PALM SPRINGS APPROVEq - DATE' G DEPARTMENT OF PUBLIC WORKS ^-- 2 931 CITY ENGINEER R.C.E. DRAWN BY: S.J.C. FILE NO STANDARDS . CURB AND GUTTER CHECKED BY: E.R.F. DWG. NO. 200 NO. REVISIONS APPROVED DATE BACK OF EXISTING SIDEWALK {�— APPROX. 3/4" VARIABLE HEIGHT RETAINING CURB IF NECESSARY AT EDGE OF SIDEWALK (NOT NECESSARY WHERE EXISTING WALL IS / I . . ""• i , f. :; •.•, �. ADJACENT TO EDGE OF SIDEWALK Q. �/ I 1�4" GROOVING DETAIL SEE NOTE NOA OF e DWG. NO. 212-A PROVIDE EXPANSION JOINT ADJACENTWHERE 141 ED TO WALL IS / / EXIST. CURB AND GUTTER -. -SOR MONOLITHIC CROSS-GUTTER) Q� f / 4" OVERCUT1 5/e" 0.45" o Q Ew .C. _SIDEWALK / TRUNCATED DOMES REQUIRED IF RAISED TRUNCATED RAMP SLOPE IS LESS THAN 6.67% DOME PATTERN i 10% MAX. AT CURB (TYP) TOP OF VARIABLE HEIGHT RETAINING EXIST. PCC SIDEWALK CURB (IF NECESSARY) 8.33% 4! 4( ) SECTION A-A VARIABLE HEIGHT RETAINING PL CURB, IF'NECESSARY .SOP .OF.RAMP..(ROUNDED) EXIST. PCC SIDEWALK 12' OF GR004ES _ _ EXIST. PCC CURB AND CR'ORSES�OR Rf)NOLITHIC 2%MAX-�- 8.33z r Ii1 ;;,�,... . ,._ MAX, MATCH EXIST. PCC GUTTER S M(N. GNTETHICKNESS) SECTION B-B 4" OVERCUT Y. i��--� NOTES: 1. P.C. CONIC. SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (6 SACK). 2. SEE C.P.S. STANDARD DRAWING 212 A FOR GENERAL NOTES. N.T.S. CITY OF PALM SPRINGS APPROVED: ENGINEERING DEPARTMENT �✓" 26931 CITY ENGINEER R.C.E. CURB RAMP DETAIL - TYPE A DRAWN BY: O.F.F. FILE NO. STANDARD CHECKED BY: M.V.H. DWG. NO. 212 NO. REVISIONS APPROVED DATE GENERAL NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' PLATFORM, THE SIDEWALK MAYBE DEPRESSED LONGITUDINALLY. 2. IF SIDEWALK IS LESS THAN 6' WIDE, THE FILL 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) . . 4. CURB RAMPS THAT HAVE A RAMP SLOPE FLATTER THAN 6.67% SHALL HAVE A DETECTABLE 'WARNING SURFACE :(RAISED TRUNCATED DOMES) THAT EXTENDS THE FULL WIDTH 'OF THE RAMP" AND 2' MINIMUM LENGTH. DETECTABLE WARNING SURFACES, AT THE OPTION OF THE CONTRACTOR, CONTRACTOR, SHALL'BE CONSTRUCTED BY CAST-IN-PLACE-OR"STAMPED-METHOD," OR CONSIST PREFABRICATED SURFACE .. S. WHEN DETECTABLE WARNING..SURFACE IS NOT REQUIRED ON A-CURB" RAMP, THE .CONCRETE FINISH OF THE RAMP AND 7TS 'FLARED:.SIDES'.SHALL"'HAVE:'A"TRANSVERSE .HROOMED'SURFACE 'TEXTURE ROUGHER THAN THE SURROUNDING SIDEWALK, '6. TRANSITION FROM RAMPS TO WALKS;,GUTTERS,.OR STREETS,."SHALti:13E_FLUSH AND FREE OF ABRUPT CHANGES. 7. RAMPS IN CURB*RETURNS SHALL BE LOCATED IN THE CENTER OF THE CURB RETURN, UNLESS OTHERWISE DIRECTED BY THE CITY ENGINEER. 8. RAMP SIDE SLOPE " VARIES UNIFORMLY FROM A MAXIMUM OF 107 AT CURB TO CONFORM WITH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP, EXCEPT TYPE B (DWG. NO.). '9. EXISTING CURB FACE HEIGHTS,-'SIDEWALK AND GUTTER SLOPES AND DIMENSIONS WILL"VARY'FROM LOCATIONTO 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 ENGINEER PRIOR TO SAW CUTTING. 11, THE CONTRACTOR SHALL COORDINATE THE WORK WITH AFFECTED UTILITY AGENCIES OR OTHER PUBLIC AGENCIES TO RELOCATE ANY INTERFERING UTILITY PULL BOXES, MANHOLES, VAULTS OR UNDERGROUND LIVE OR ABANDONED LINES. 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE CAUSED BY HIM TO EXISTING UTILITIES OR IRRIGATION LINES. 13, THE DETAILS SHOWN IN STD. DWG, NO. 212 ARE BASED UPON CONSTRUCTION WHERE A LEVEL "'CURB:GRADE"SITUATION EXISTS.1 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-INCH AND 8-INCH CURB HEIGHTS) IN ADHERENCE TO A.D.A: MAXIMUM ALLOWABLE SLOPES. SIDE FLARES,IN.EXCESS..DF.20.-FEET WILL NOT BE REQUIRED. 6-INCH CURBS 8-INCH CURBS CURB,'"MM , 'DOWNHIWSIDE "UPHILL'SIOE 'DOWNHILL'SIDE .UP.HILL .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: 171 / DAIS. ( W ENGINEERING DEPARTMENT CITY ENGINEER y�` 8931 R.C.E. CURB RAMP - GENERAL NOTES DRAWN BY: G.F.F. FILE N0. STANDARDS CHECKED BY: M".V.H DWG. NO. 212-A N0. 1 REVISIONS JAPPROVED DATE 1 - LOOP DETECTOR NOTE I. LOOPS SHALL BE SPACED AS SHOWN ON THE PLANS. 2. EACH LOOP SHALL BE INSTALLED IN ACCORDANCE WITH THE SCHEMATIC SHOWN AND SECTION 66 OF THE STATE STANDARD SPECIFICATIONS AND THE SPECIAL PROVISIONS. 3. EACH LOOP SHALL HAVE ITS OWN LEAD-tN CABLE AND SHALL BE RUN CONTINUOUSLY FROM THE PULL-BOX NEAREST THE LOOP SERVED.TO THE TERMINAL BLOCK IN THE CONTROLLER CABINET. 4. WIDTH 'W' AS SHOWN ON THE PLANS. 6. ALL LOOPS HAVE THE NUMBER OF TURNS AS SHOWN BELOW. 6. LOOPS SHALL BE ONE PEICE OF NO. 12 AW0 WIRE PER STATE STANDARD SPECIFICATIONS, FROM PULL-BOX THRU LOOP AND BACK TO PULL-BOX. 7. ALL LOOP DETECTORS SHALL BE CONNECTED AND OPERATIONAL. AT COMPLETION OF WORK. WIRES PLACED IN ONE SAW-CVT TRAFFIC - 6' TNRU LANES UNLESS NOTED OTHER ISE (TYPE 11 WIRES PLACED IN ONE SAW-CUT TRAFFIC 'YP lw� FLOW 6' 9' 6' 9' 6' LEFT- NOTED URN LANES 7�7JJROADWAY SURFACE UNLESS(TYPE 21 .. 6''—'I DL All DEPTH TR^F — SEALANT AS vr FLOW REQUIRED t2 AWO. WIRE CONTINUOUS' RUN FROM P.D. TO P.D. WIRES PLACED IN ONE SAW-CUT I/4 ADVANCED LOOPS UNLESS NOTTEED OTHERWISE TYPICAL SAWCUT FOR (ONE PERPTHRU LANEI LOOP DETECTOR CITY OF PALM SPRINGS APPR01Pyf DATE: DEPARTMENT OF TRANSPORTATION {{--� R.C.E. CITY ENGINEER . .E. C.E. � DRAWN BY: �b,1. " - ST v" ANDARDS LOOP `(Vv,om NECKED BY: E R.F DWG. NO. 3A A Masonry 15M l•5) 50 mm construction ,@1- (21 Cl. A x 15M (•5) 194 mm E E (7 5/8') m- Np 15M (•4) W Tor. 3 15M (U4) io 200 mm g Tot. 2 50 mm i _-- (e'1 E 15M (•5) (2') Cl. .E E E 200 mm E- 50 mm E; (8') Ep (2') Typ. o t 295 mm n_ Eo D o MJ III S/B') mN p t .E vp EN EU p1v Eu B V= 15M (•4) n� a I50 mm Tot. 2 15M (•4) ti� Et'' I (6') TYP• Tot. 3 p —_i w/2 u m W Typical H=1800 mm W (6'-0') max. c E y T 600 mm U i-- (21 surcharge N a Layout line TYP• E in limits for slope or ssurcharge, Typical ° -�— C Masonry construction 15M (•5) 194 mm C 1 (7 5/8') E E N 200 mm 15M (95) d' 1 l6') 200 mm xa 15M (04) ISM (•4) D Tot. 2 Tot. 2 ET EN p- 7- 15M (•4) Tot. 2 W W H=1.4 m (4'-8') max. TYPE A WALL TYPE B WALL AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN PRWORKS RLGATANDED ATHE MASONRY RETAINING WALL METRIC PU9GREENBOOKC COMMITTEE INC., 6 1 8 _ GREENED 19 COMMITTEE 199A REV.19% USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 3 Type Design H 1016 1219 1422 1626 1829 (3'-4') W-01 (4'-8.1 (5'-4') (6'-0.) A W 1000 1100 1200 1300 1400 (3'-29 (3'-61 (3'-101) (4'-2') (4'-6') A O 15M O 406 15M O 406 (m4 O 16) 04 O 16) A ® 15M O 406 15M O 406 W O 16) (•5 O 16) A © 15M O 406 15M O 406 15M O 406 1.4 O 16) (04 O 16) (05 O 16) Fooling Cone. m3/m 0.27 0.30 0.31 0.34 0.37 CF/LF (2.9) (3.2) (3.4) (3.7) (4.0) kq/m 13 13.5 17.5 19 22.5 Reinf. Ibs/LF (815) (8.9) (11.6) (12.81 (15.0) Type Design H 1016 1219 1422 (626 1829 (3'-49 (4'-0') (4'-8') (5'-4') (6'-0') _ B w 850 950 1050 1150 1250 (3'-0') (3'-4') 13'-89 (4'-09 B O 15M O 406 15M O 406 (o4 O 16) (•4 O 16) 0 ® 15M O 406 15M 0406 (m4 O 16) (•5 O 16) B © 15M 0 6 15M 0 6 15M 0 06 (.4 Q 6) V4 O 60 0 O 6 B 151VI O 375 15M O 375 15M O 375 15M O 375 15M 0300 14 O I6) (14 O 16) (,4 O 16) (U4 O 16) (#5 O 16) Fooling Cone. m3/m 0.23 0.26 0.28 0.31 0.33 CF/LF 1 (2.5) (2.8) (3.0) (3.3) (3.6) kq/m 13.5 14.5 17.5 19 23 Reinf. Ibs/LF (9.N (9.61 (11.8) (12.9) NOTE: DIMENSIONS SHOWN ON THE PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACTLY EQUAL VALUES. IF METRIC UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES. (F ENGLISH UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH VALUES. i AMERICAN PUBLIC WORKS ASSOCIATION-SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC MASONRY RETAINING WALL 618 - 1 SHEET OF Place expansion joints of H=1829 mm 12192 mm (40'-0') cc max. 50 mm (Y) Cement A A mortar cap H=1422 mm IL L Omit mortar from W-8') vertical joint in A first course above roposed g9round H=1016 mm ine at 813 mm (32') centers for weep holes. Fill all cells with concrete Ground line front face C Extend caulk- -- --- --- ---'----- --- --- _ --- ing 150 mm 406 mm 406 mm 406 mm 406 mm 406 mm 406 mm (6.1 below (1611 (169 (161 1169 (169 (169 finished grade ELEVATION-MASONRY CONSTRUCTION H=1829 mm H=1422 mm H=1016 mm E E-, Front face finished o� ground line FW15M t � p 300 (12) 600 mm (2'-0') 0 (12) ELEVATION 6 mm (1/4') Premolded expansion joint filler Loyoul line 00 00 E 300 mm Caulking E N� � N� SECTION A-A PLAN FOOTING STEP DETAILS DESIGN CRITERIA: Masonry fm = 3.5MPo (500 psi) f'm= 10.3MPo (1500 psi) is = I65MPa (24.000 psi) a = 20 Reinf. Conc.: fc = 9MPa (I300 psi) f'c = 22MPa (3250 psi) fs = I65MPa (24.000 psi) n = 10 Earth = 19 KN/m3 (120 pef.) .6 m (21 Surcharge Equivalent fluid pressure 5.6 kPa/m (36 pcf) for determination of toe pressure. 4.2 kPa/m (27 pcf) for determination of heel pressure. 1:2 (2:1) Unlimited Surcharge: Earth pressure determined from Rankine's formula ¢ = 336-42'. ( Minimum allowable soil bearing capacity of foundation material = 96kPa (2000 psf.) 1 AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC MASONRY RETAINING WALL 618 — 1 SHEET 3OF3 B EDGES TO BE ROUNDED t STATION LINE TO 3-RADIUS E ~ _ 3.0 R R SEE STANDARD DRAWING MH259 f EF'.r A i I AND NOTE 6 THIS SHEET. w .J ' T u 1 If YEINSIORCEYENT ..+- 1 [ yR i l� RApyi • 1 L ) PLAN y OPTIONAL BOTTOM SRAOE POINTS SEE NOTE S (SHAFT NOT SHOWN) SECTION B-B STREET SPADE �-MANiMU FRAME AM COVER I 1 SEE STANDARD DRAWING MR255 — I [ COMIC.RIMS C ' C_ AIIS "toucan 2-0- 1- I SEE STANDARD DRAWING MH257 + ME'L 1-10%2 FOR PAVED fTREETf MIN 3' S-POR UNPWED STREETS 1 1 1 $EE NOTE 3 J 'T+ J—E- ALL STEEL 36RR.CP. yr /i�(Als 3:0- c 'Ao 5-XE-MPE SEAT F T l-S- T .�1EOUNO EDCESOP INLETS PLAN (SHAFT NOT SHOWN SEE NOTE 3 [ A^, e• 1..e, o OMIT THIS STEP IN �B T _II STREET - PAVED STREETS. E,sj- IOBPVE STREETS 1�-.1-FOR PAVED STREETS A-A YMMVEB STs. BEE NO • A. T IM. lE- 9' ` T-�.�-3w I} S:X 1"MMS 3-6- SEAT o� y SECTION C-C REVISIONS RIVERSIDE CWNTY FLOOD CONTROL PROJECT N0. AMD WATER CONSERVATION DISTRICT MANHOLE NO. ( DR.W'.. No w[roenwn wN ix[[R R[ FIZZ SNE[T INl o.[[ '-f- STANDARD DRAWING NUMBER MH251 OF REF DESCRIPTION .rcR o.TE cN[c.m.r SHEET I OF 2 1. HEIGHT H shall be not less than 4'-0" .but may be increased at option of Contractor provided that the value of M shall not be less than the minimum specified and that the reducer shall be used. For H (in Sec. C-C) See Note 4. 2. LENGTH L shall be 4' unless otherwise shown on improvement plan. L may be increased or location of manhole shifted to meet pipe ends, at the option of Contractor, except that any change in location of manhole must be approved by the Engineer. 3. SHAFT shall be constructed as per Sec. C-C and Detail N when depth M from street grade to top of box is less than 2 '-10�" for paved streets or 3 '-6" for unpaved street. 4. DEPTH P may be reduced to an absolute limit of 6 inches when larger values of P would reduce H (in Sec. C-C) to be 3 '-6" or less. 5. T shall be 8" for values of H up to and including 8 ft. T shall be 10" for values of H over 8 ft. 6. Steps shall be 3/4" round, galvanized steel and anchored not less than 4 inches in the walls of structures. Unless otherwise shown, steps shall be spaced 16" on center. The lowest step shall be not more than 2 feet above the invert. 7. REINFORCING STEEL shall be No. 4 and lk" clear from inside face --- --- o con 8. STATIONS refer to Plan & Profile sheets. Elevations at Et and prolonged invert grade line. See Note 2 for shifting location. 9. RINGS, reducer, and pipe for access shaft shall be seated in cement mortar and neatly pointed or wiped inside shaft. 10. FLOOR of manhole shall be steel-troweled. 11. CONCRETE shall be Class "A" . REVISIONS RIVERSIDE COONTY FLOOD CONTROL RROIECT NO AND WATER CONSERVATION DISTRICT MANHOLE NO. I g1AWM14 NO .1 kAROVEO RY'rt cIx[El A[ ° FEll SNEET NO. [�"_� STANDARD DRAWING NUMBER MH251oT REi DESLAIRTIOM ARM DATE x[u[°.r SHEET 2 OF 2 9P 4(q /2 rN r Class°B" Concrete •o'� ' yea• : ado . • ' I New or I �" w Existing 9 D L T O pipe ( / ^'�'w or 12" /O ' 4" /81J /p , 5E1 24" /O ` 6" ti 4 r 48" /,5 /O" /5 ' /O" Of4@a /2 3-#4 Circular Ties 60" L75 //" 66" /.7 l" NOTES /. A concrete collar is required where the change in grade exceeds 0./O ft. per foot or if change in o/ionmenf exceea's DLO� per_faof ------Z. Where pipes of different diameters are joined with a concrete collar, L and T shall be those of the larger pipe. D=Dr or Dt whichever is greater, J. For pipe larger than 66"a special collar detail is required. 4. For pipe sire not listed use next sire larger. 5. Omit reinforcing on pipes 24"and less in diameter and on all pipes where angle A is less than /00 . 6. Where reinforcing is required the diameter of the circular ties sholl be D t (2 x wall thicknessl f 8 ': 7. When Di is equal to or less than Dr, join a inverts and when Di is greater than Dr, N join soffits 6 6. Pipe may be corrugated metal pipe, concrete pipe, or reinforced concrete pipe. J REVISIONS ■IYIRS IDE COONTY llOOp CONTROL PROJECT NO —' AND CONCRETE COLLAR — WATER CONSERVATION DISTRICT ccsluER re APPMVED BY; FOR PIPE 12INCHES THROUGH °A"W110 ND' •""E' a1! ENOINE[II NE TEt2 66 INCHES SHEET Np _ RE[ DESCRIPTION en DerE NaNER Er wrt �� STANDARD'DRAWING NUMBER M503 a` �-o ect Name DESERT FASHION PLAZA STREET. IMPROVEMENTS 6 o n't. a c t= ----------------------------- City Project No . : 03 -- 05 TO REPORT BLU(1, WING DU S FROM THIS PROJECT9 CALL . ( XXX ) xxx - xxxx If you do not get a response Within one hour, please call: 8:00 a.m.. — 5:00 p.m. Monday through Friday (760) 323--8253 — Palm Springs Public Works and Engineering Departa-yient After hours of 7weel<ends (766) 323-8115 — Palm Springs Police Department Or call A.Q.M.P. 1-800-288-7664