Loading...
HomeMy WebLinkAbout00457C - INTERNATIONAL PAVEMENT SOLUTIONS RAMON SUNRISE STREET IMPROVEMENTS CP02-04 1 CITY OF PALM SPRINGS 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: International Pavement Solutions,Inc. ACCEPTANCE DATE: August 26,2003 P.O.Box 10458 PROJECT: CPti02-04,Ramon Road and Sunrise San Bernardino,CA 92423-0458 Way Street Improvements AGREEMENT NO. 457C RESOLUTION NO. 1199 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(6"curb 6"C96) 2,850 L.F. Curbing L.F. Street Paving 11,950 S.F. Street Paving S.F. Sidewalks(STD/Color) 10,400 S.F. Sidewalks S.F. Driveway Approaches 3,250 S.F. Driveway Approaches ST Bus Turnout 2,450 EA. Bike Paths S.F. Nuisance Water Drain Inlets 2 EA. Sewer Mains L.F. Parkway Drain I EA. Sewer Laterals L.F. Sewer Manholes(ADJ) I EA. Sewer Manholes EA. Junction Structure 2 EA. Storm Drains LT Handicap Ramps 7 EA. Survey Monuments EA. Traffic Signal Modification L.S. Irrigation/Landscape L,S. Location: Northwest corner of Ramon Road and Sunrise Way C.P.S.Drawing No(s) 14-4-4-268 Permit No. 12926 Contractor(s)actually doing the work International Pavement Solutions,Inc. Notify your bonding company/bank to release the following bonds. No. 08668468 in the amount of $35L300.00 _Performance lows JDq No. 08668468 in the amount of $351,300.00 Payment l 1 d3 w 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: Colonial American Casualty&Surety Co Comments:FINAL CONTRACT AMOUNT:$354,768.70 Submitted by: 6` 1 Dated: Engineering Field Supervisor Approved by: r1k Dated `L 3 Director of Pubic Works/City Engineer Distribution:Original to Engineering Project File;Copies to Addressee,City Clerk,EngineeringNOABinder,Street Maintenance Manager,Building, and Facilities Index No. 0306 • ppC 31 o 03T :NC 4 10/23/2 8:00fi To:NC P 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk Recorder I IIIIII IIIIII IIII IIIIIII III IIIIII IIIIII III IIIII IIII IIII Recording Requested By And - -- -- --- _ --When Recorded Return To: M s hrFr PAGE SIZE DA PCGR NOCOR SMF Mist City of Palm Springs Attn: City Clerk P.O. Box 2743 Patin Springs, CA 92263-2743' A R L COPY LONG REFUNU NCHG %�AM (EXEMPT FROM RECORDING FEE PER GOV.CODE§6103) NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute,on behalf of said City,any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs,California (P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 26'day of August, 2003. 5. The name of the contractor(if named)for such work of improvement was:International Pavement Solutions, Inc.,P.O. Box 10458, San Bernardino, CA 92423. 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: Ramon Road and Sunrise Way Street Improvements. 7. The property address or location of said property is: Northwest corner of Sunrise Way and Ramon Road, Palm Srings, CA. 8. City Project No. 02-04, Agreement Number: 457C, Resolution Number: 1199 CITY OF PALM REVIEWED BY: ^Y DATED: BY: �Js✓c^+ DATED: !� ✓ Director of Public Works/City Engineer David J. Barakian 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 notice; that she makes this verification on behalf of said co oration; that she has read the foregoing Notice of Completion, and knows the contents thereof, and that/tl acts stated the in are true; that aged Cit Clerk, she makes this verification on behalf of said municipal corporoon. l City r - atricia A. Sanders WP:clr/JUneO2 Index No. 0603 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: International Pavement Solutions, Inc. Date: Sept. 3 2003 P.O. Box 10458 Project No.: C.P.02-04 San Bernardino,CA 92423-0458 Project Name: Ramon Road&Sunrise WaV Street Improvements Change Order No.: Three- Final Attn: Dennis Rieger, President Contract Purchase No.:316173 Account Number(s): 812 - 8192 - 65144 Agr.#457." M.O.#1199 Res.#_ A. CHANGES IN WORK: Increase to Contract Bid Item (New): Item Description C Traffic Signal Loop Stub-Out Decrease to Contract Bid Items: Item Description 7 Overlay Existing AC Pavement 21 Install 8 in.VCP Storm Drain 22 Construct Parkway Drain B. CHANGES IN CONTRACT COST: Increase to Contract Bid Item (New): Item Description C Traffic Signal Loop Stub-Out Agreed Price $ 1,354.70 Decrease to Contract Bid Items: Item Description 7 Overlay Existing AC Pavement 2,250 SF @$1.40 ($ 3,150.00) 21 Install 8 in.VCP Storm Drain 50 LF @$45.00 ($2,250.00) 22 Construct Parkway Drain 1 each @$750.00 ($ 750.00) Total ($ 4,795.30) TOTAL <CREDIT> CHANGE ORDER = ($ 4,795.30) NOTE: No additional markup will be added to any items in this Contract Change Order. All cost per each item are final. C. REASON FOR CHANGE: This is a final balancing change order. Decrease to Contract Bid Items 7, 20 and 22 quantities and amounts are due to actual quantity of work and material placed being less than the original estimate Bid Item No. 7,was deleted per the recommendation of the design engineer and approved by the City Engineer due to existing pavement to tie into new street improvements match. No overlay was required. Bid Item No.21,was deleted per the recommendation of the design engineer and approved by the Cary Engineer due to work to tie into existing drain pipes was modified and covered in CCO No. 1. Bid Item 22, the parkway drain that was proposed for Sunrise Way was deleted due to revised'plan on the Lundin Development parking lot storm drain system. Portion of the traffic signal modification was to install traffic signal loops. Existing conduit (1 in. dia.) could not be used to install the new loops due to insufficient room. The contractor, under agreed price, including traffic September 3,2003 City Project 02-04 Ramon Road and Sunrise Way Street Improvements Change Order No. Three (3)-Final Page 2 of 2 (Continued) C. REASON FOR CHANGE: control, installed a 2 in. dia. conduit for stub-out into an existing pullbox at the SW corner of Ramon Road and Sunrise Way. One(1) additional working day will be added to the contract. In C.C.O. No. 1, Bid Item A, pothole existing storm drain pipes, consideration of time adjustment was deferred until the completion of the work, including re-design of the existing storm drain pipes to tie into proposed nuisance water drains,2 each. Forty-Eight(48)additional working days will be added to the contract.. D.SOURCE OF FUNDS: Merged Area No.2, Ramon/Sunrise Street Improvements Acct. No. 812-8192-65144 ($4,795.30) Summary of Costs Contract Time Original Contract Amount: $ 351,300.00 Original Completion Date: April 28,2003 This Change Order: ($ 4,795.30) Days Added for this C.C.O.: 49 Previous Change Order(s): $ 8,264.00 Previous Days Added: 30 Revised Contract Amount: $ 354,768.70 Revised Completion Date: Aug. 26,2003 I have received a copy of this Change Order and the City Approval: above AGREED PRICES are acceptable to the c or. Submitted By P ` -1— Date Field Engineering Supervisor AY Approved B i' Date Title Director of Public Works/City Engineer Date? —a Approved B ate dS Director of om unity& conomic Development �/ i�.a App g �7 7`''1 ate 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) CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: International Pavement Solutions, Inc. Date: June 24,2003 P. O. Box 10458 Project No.: C.13.02-04 San Bernardino,CA 92423-0458 Project Name: Ramon Road&Sunrise Wav Street Improvements Change Order No.:Two (2) Attn: Dennis Rieger, President Contract Purchase No.: 316173 Account Number(s): 812 - 8192 - 65144 Agr.#457C- M.O.# Res.# 17�1G3( A.CHANGES IN WORK: Increase to Contract Bid Item (New) Item Description B Additional striping on Ramon Road B.CHANGES IN CONTRACT COST: Increase to Contract Bid Item (New) Item Description B Additional striping on Ramon Road Lump Sum $ 1,764.00 TOTAL CHANGE ORDER = $ 1,764.00 NOTE: No additional markup will be added to any items in this Contract Change Order. All cost per each item are final. C. REASON FOR CHANGE: Additional striping of the traffic lane lines for eastbound and westbound traffic, on Ramon Road at Sunrise Way, is required to provide minimum acceptable lane widths and transitions. p%l srn.tpW(,pUa) Two (2) additional working days will be added to the contract time. D.SOURCE OF FUNDS: Merged Area No.2, Ramon/Sunrise Street Improvements Acct. No. 812-8192-65144 $ 1,764.00 Summary of Costs Contract Time Original Contract Amount: $ 351,300.00 Original Completion Date: April28,2003 This Change Order: $ 1,764.00 Days Added for this C.C.O.: 2 Previous Change Order(s): $ 6,500.00 Previous Days Added: 280 Revised Contract Amount: $ 359,564.00 Revised Completion Date: June 10,2003 1 have received a copy of this Change Order and the City Approval: above AGREED PRICES are acceptable to the contractor. Submitted By '�• Date7-2`63 Field Engineering Supervisor By 67 Approved By �'r� Date TitIeJtIl1YlISC.tjC9PY Director of Public orks/City ngineer Date(p<&C)3 Approved By Date - Z 0� Director of_CC rm nity Economicy/Develop en Approved'it y.,i`"I IV✓ 'Date City Manager - •'i.:Y'�,:.�i;:,P';"+',:'E" `�,S' W G"d"a �,IO til So"�,✓'s'v�2dd,t>,... N June 24,2003 City Project 02-04 Ramon Road and Sunrise Way Street Improvements Change Order No.Two (2) Page 2 of 2 (Continued), 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) CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: International Pavement Solutions, Inc. Date: May 30, 2003 P. O. Box 10458 Project No.: C.P.02-04 San Bernardino,CA 92423-0458 Project Name: Ramon Road&Sunrise Way Street Improvements Change Order No.: One(1) Attn: Dennis Rieger, President Contract Purchase No.:316173 Account Number(s): 812=8192 - 65144 Agr.#457G M.O.#_Res.# l lftq A.CHANGES IN WORK: Increase to Contract Bid Item (New) Item Description A Pothole existing storm drain pipes B.CHANGES IN CONTRACT COST: Increase to Contract Bid Item(New) Item Description A Pothole existing storm drain pipes Lump Sum $ 6,500.00 TOTAL CHANGE ORDER = $ 6,500.00 NOTE: No additional markup will be added to any items in this Contract Change Order. All cost per each item are final. C. REASON FOR CHANGE: The storm drain connection design on the construction plans by Warner Engineering for Lundin Development at the NW corner of Ramon Road and Sunrise Way does not work as there is a negative fall to the existing drains. It is necessary to pothole the existing storm drain pipes to determine tying into these pipes as well as constructing the 2 proposed catch basins at the BCR and ECR of the curb return. Additional working days(28)will be added per the following: 5 = No work on Ramon Road due to Easter Week and special events in the City per City Staff recommendation (April 14 through April 18) 19 = During the removal phase of the Ramon Road improvements, the City's contractor damaged Time Warner's fiber optics cable. The cable company had to re-install new conduit, order, test and install the new cable. No charge to the City's contractor due to error by Time Warner, informing the City's contractor,that this conduit was abandoned 4 = Due to the above delays,the contractor had to re-schedule previously scheduled work Bid Item No. A, consideration of time adjustment will be deferred until the completion of the work. Determination of commensurate time extension will be in accordance with the provisions of Section 6-6.1 of the "GreenBook" Specifications,2000 Edition. D.SOURCE OF FUNDS: Merged Area No. 2, Ramon I Sunrise Street Improvements Acct. No. 812-8192-65144 $6,500.00 May 30,2003 City Project 02-04 Ramon Road and Sunrise Way Street Improvements Change Order No.One(1) Page 2 of 2 (Continued), Summary of Costs Contract Time Original Contract Amount: $ 351,300.00 Original Completion Date: April 28,2003 This Change Order: $ 6,500.00 Days Added for this C.C.O.: 28 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ 357,800.00 Revised Completion Date: June 6, 2003 1 have received a copy of this Change Order and the City Approval: n above AGREED PRICES are acceptable to the contractor. Submitted By Date &-G"cD3 Field Engineering Supervisor By P Approved By r Date c °:! Title Direc"mub'icks/Cit/y Engineerr�Date D3 ApprovedY�l/ Date <6; d3 Director oconomic Development Approvedb Date r/ 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) International Paving Solutions • Ramon/Sunrise Street Impr AGREEMENT #457C R1199, 11-6-02 AGREEMENT — - THIS AGREEMENT made this 15!f T' day of in the year 200�9,-hy and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and International Pavement Solutions, Inc. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth,agree as follows: ARTICLE 1 -THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedulels) of the City s Contract Documents entitled: RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 The Work is generally described as follows: The Work comprises the removal of existing asphalt concrete pavement, Portland cement concrete curb, gutter, sidewalk and driveway approaches; and construction of asphalt concrete paving, Portland cement concrete curb, gutter, sidewalk, driveway approaches, decorative paving, access ramps, storm drainage improvements, traffic signal relocation, landscaping and irrigation improvements,and appurtenant work. ARTICLE 2--COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof,the City and the Contractor agree that as liquidated damages or delay (but not as a penalty),the Contractor shall pay the City the sum of $425.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3--CONTRACT PRICE ($351,300.00) The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedulels)• ARTICLE 4--THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. n RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 AGREEMENT FORM 9/20102 AGREEMENT AND BONDS - PAGE 1 ARTICLE 5--PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6--NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid,to the last business address known to the giver of the Notice. ARTICLE 7 --MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. A-l7EST,:,CITY OF PALM SPRINGS,CALIFORNIA City Clerk APPROVED AS TO FORM: APPROVED BY THE BY Date C'fy Attorney Agreement No. Date CONTENTS APPROVED: (�J Agreement over/Andy$25,000 By City Engineer Reviewed and approved by / /{ Procurement & Contracting f2 Date , ,A�� m,µ In Date ._ P.O.Numb City Manager Date RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 AGREEMENT FORM 9/20102 AGREEMENT AND BONDS -PAGE 2 • , . ,.,,_. Y ;1A...��� � i '�Cr . ., i � ... .. i.4[ .`��i .P .�Y i YxYiwnxw.:Axr'v ' M.�.+v..xx.m.vv>.��w i'�I i wwwWn.wauurw u.w�wrrw�n-wxu x^ ��+ ••o 4'.r. n.._n h CONTRACTOR: Check one:_Individual_Partnership Corporation ll �� Signature fffotarized) / ,P-trrO Name:_ DeUtAkS C- Rkgfi Name: L3RENY e-21E6� Title:_ TRES• 1.1-Qelp.5 , Title: SAC„ (This Agreement must be signed in the above space by one of This Agreement must be signed in the above space by one of the following. Chairman of the Board, President or any Vice the following: Secretary,Chief Financial Officer or any President) Assistant Treasurer) State (f rn.A ,,, I State of I Countyly oC ,�on�z ayo County of On IVZO-pa, befoieme, On -40,02- before me, nLfMlu{ C—Cr�rBGsb'6 , Pei sonally appeared �gyeNtS t65 e7z personally appeared e l- Q,'Rt e6E2 personally known to me to ^" •^m -- tory personallyknown to me ewdeuce) to be the person(FOwhose namely is/ase subscribed to the ei,,41 ce)to be the peison(6whose nameK is/a ubscribed to the within instrument and acknowledged tome that he/shekliay executed the within instrument and acknowledged to me thalhe/sheAltey executed the same in authorized capacity(ies,and that by his/hemgh6r same in his/hes44eir authonzed capacity(iaa},and that by his/li^._niaci, signature(x'jon the instrumentthepersomwY,,or the entity upon behalf of signature(ejen the instrument theperson(:%�!or the entity upon behalf of which the person(ajracted,executed the instrument. which the person,(ej acted,executed the instrument. J WITNESS my hand and official seal. /' WITNESS my hand and o�ial seal. Notary Signature: 1 Notary Signature: Notary Seal: Notary Seal: NANCY ESCOBCDO [® Commission 12G9339 NANCY ESCOBEDO •;.�, q Nafcity Public-Caiifomla 3 Commission#1289339 z d San Bpmordino County g Notary Pui-CC0fomta x,' MyCcmm p s.tan31 :5�05 Y tY San HamardnoiC37n200.5J KWSERSMPPUBLIC\Standard Service Agreements\Contract Service Agreement 8-21-02wpd.wpd November 1, 2001 -11- 4 • PERFORMANCE BOND Bond #: 08668468 Premium: $8,783.00 KNOW ALL MEN BY THESE PRESENTS, That Internaational Pavement Solutions, Inc. as Contractor, And Colonial American Casualty and Surety Company as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California,hereinafter called the "City," in the sum of: Three hundred fifty one thousand three hundred -------------dollars, Tor the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein,then this obligation shall he null and void,otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to he furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this 15th day of November , 2002. CONTRACTOR: International SURETY: Pavement Solutions, Inc. Colonial American (Check one: _individual, _partnership, Casualty and Surety Company A corporation) By v C' signature Title Richard Allen Beall Attorney In Fact (NOTARIZED) (SEAL AND NOTARIAL ACKNOWLEDGMENT OF Print Name and Title: SURETY) Dennis C. Rieger, President By ��,--�. signature (NOTARIZED) Print Name and Title: _L3R r c • tZfE6 egPR- Sre• (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, at Chief Financial Officer). RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 PERFORMANCE BOND 9/20/02 AGREEMENT AND BONDS - PAGE 5 Power of Attorney COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice Presided J. G. HAMILTON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By- 'Af said CgfOp y, which are set forth on the reverse side hereof and are hereby certified to be in full force and n the dat does hereby nominate, constitute and appoint Richard Allen BEALL and Karen Jean BJO D, both ads, California, EACH its true and lawful agent and Attorney-in-Fact,to make,execute seal eliver, for r rts behalf as surety, and as its act and deed: any and all bonds and undertakings, each in a ty not t� e ed the sum of SIX MILLION DOLLARS ($ 6,000,000) and the execution of such bonds� ertakings ' } rsuance of these presents, shall be as binding upon said Company, as fully and amply, to all i ` and purpo, atn they had been duly executed and acknowledged by the regularly elected officers of the Comp-n at its officefi6 timore,Md., in their own proper persons. The said Assistant Secretary does hereby ceq e extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Comp, ' now in force. IN WITNESS WHEREOF, th ice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of thud COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 71h day of September,A.D.2001. ATTEST: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ,�wu+critb BEAL By: J. G. Hamilton Assistant Secretary Paul C. Rogers Vice President State of Maryland County of Harford f ss: On this 7th day of September, A.D. 2001, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. \G�PP 79p�e a NOTARY PUBLIG ^ y9Fa9D GOUT`' �. Patricia A. Trombetti Notary Public My Commission Expires: October 9,2002 POA-F 186-0016 EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto" CERTIFICATE 1, the undersigned, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 15th day of November 2002 Assistant.Secrelary CALIFORA ALL-PURPOSE ACKNOWAGMENT State of California County of San Bernardino On November 20,2002 before me, Nancy Escobedo,Notary Public Date Name and Title of Officer(e.g.,'Jane Doe,Notary Puble) personally appeared Brent C.Rieger Name(s)of Sgnens) ®personally known to me- OR-❑pFeved to me an the baris Of satisfactory Pifidenogto be the persons) whose name(4 Wa,&subscribed to the within instrument and acknowledged to me that he/sheA4ey executed the same in his/heNthei#authorized capacity0s4, and that by his/treNtheir signature(s) on the instrument the person(s}, or the entity upon behalf of which the person(s) acted, „ rd,aNcv escoaeDo executed the instrument. Commission it 1.26433'; z Notary Public-Colifamic, Son rinmordino County WITNESS my hand and official seal. . . MY Ccmm 6"�iu`e'S. ion3l,2005 A Signature of Notary Public OPTIONAL Though the information belowis not required bylaw,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance Braid Document Date: November 15, 2002 Number of Pages: 1 Signer(s) Other Than Named Above: Richard Allen Beall Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): V.Pres./Sec. Title(s): ❑ Partner-❑ Limited ❑ General ❑ Partner-❑ Limited ❑ General ❑ Attorney-i n-Fact ❑ Attorney-i n- Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of ammo brae ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: International Pavment Solutions Inc. CALIFORA ALL-PURPOSE ACKNOWAGMENT State of California County of San Bernardino On November 20,2002 before me, Nancy Escobedo,Notary Public Date Name and T,tle of Officer(e g.,'Jane Doe,Nobry Pubbc) personally appeared Dennis C.Rieger Name(a)of Signers) ®personally known to me- OR-❑proved to Fne an the to be the person(Q whose nameW Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherlthp r authorized capacity(ies);and that by his/tror/their signature(&) on the instrument the person(s}, -" " or the entity upon behalf of which the person(s) niar,c't ESCoa[ao p (s}acted, Coil issionO 12a9337r z executed the instrument. sk: ,°gym Notan Public- Califomia f Son e rnardfno county WITNESS my hand and official seal. t MyCarrim-E1q3IfPa Srm31,?D0.5 r t nature of Notary Publm OPTIONAL Though the information below is not required bylaw,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance Bond Document Date: November 15,2002 Number of Pages: 1 Signer(s) Other Than Named Above: Richard Allen Beall Capacity(les) Clairned by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): Pres./Treas. Title(s): ❑ Partner-❑ Limited ❑ General ❑ Partner-❑ Limited ❑ General ❑ Attorney-! n-Fact ❑ Attorney-i n- Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thumb here ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: International Pavment Solutions Inc. 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT c\ ofCaliforniN� _.__,-.__. .-- .,. - .� - - - - - ,,. ...,..�1"'-e ,S'� State se. l 19l ol , County oflll,�il���d�'t� p pp nn On V`lWec�lJJ�ki151 / be fore me, PJIL8L��5 � Uy �� oalo J NaiSe drua or orl¢r} 9,"a d off Nmey Rm ue^I :)I personallya eared aJ� Name(a)ol9igneQs) Zj� :h t�I LR'personally known to me Ijl i(1 Ej-preved-to-me-on-the-basis-ef-satisfactory- z { -evidence C n << to be the person(s)-whose names} is/are )I subscribed to the within instrument and acknowledged to me that he/sheAhW executed f' the same in his/hen/thetr authorized il0 capacrty(iea), and that by his/heritheir )� signature(s)•on the instrument the person(s), or .:..: thntity upon behalf of which the ersons p t ) ial ate/ , executed the instrument. s, �l -1 .Ju,".^�.,^-rF:alf�-4�af66l3YJE�f f rl i 1�l I( �� �;� v?ro?amerdina C�ns� W NES I m),,y nhand nd ffici/I seal. „� i S19Aawre oTNolary Fubhc �'� �I u,? OPTIONAL Ij Though the Information below is not required by law,It may prove valuable to persons relying on the document and could prevent c u P ), fraudulent removal and reattachment of this form to another document. Description of Attached Do,ume t 1 till II` Title or Type of Document: -� V I UP� �t-�h'I� �l WL tE1i Document Date:flUlMN)v Ifs I '/Vll� '7 Number of Pages: � I u` Signer(s)Other Than Named Above: �hlPl CSC P J 10 �5 t0 Capacity(ies) Clai ppy Sig eri [f71 Signer's Name: ,C ❑ Individual ToP or III he a ;f•2 ❑ Corporate Officer—Trtle(s): jI �Q ❑ Penn er—❑ Limited ❑General ;r,} 5Pj Attorney-m-Fact ' ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Represenffn � ��I� �� �kl�!' �� �( D�� �II� L UUh�wr ,r 91999 Neliooal NolaryAssamelmn•9860 De Solo Ave.,PO Box 2402•CM1�s. dh,CA 913132402•www raAonalrearry or, Pod No 5907 Reorder Call Toil 1-800-8]BE827 PAYMENT BOND Bond #: 08668468 Premium: Included in Premium of KNOW ALL MEN BY THESE PRESENTS, Performance Bond That International Pavement Solutions, Inc. as Contractor, And Colonial American Casualty and Surety Company as Surety, are held firmly hound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," in the.sum of: Three hundred fifty one thousand three hundred ------------------ dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to he done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company,or corporation renting or hiring implements or machinery or power for, or contributing to,said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to he furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this 15th day of November 20o 2. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 9120/02 PAYMENT BOND AGREEMENT AND BONDS - PAGE 6 CONTRACTOR: International Pavement Solutions, Inc (Check one:_individual,_partnership, % corporation) _ By signature (NOTARIZED) Print Name and Title: Dennis C. Rieger, President By signature ' (NOTARIZED) Print Name and Title: D ENr e,R1E M yU•PR, IL54 C- (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). SURETY Colonial American Casualty and Surety Company By o/ Title Richard Allen Beall Attorney In Fact (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO,02-04 9/20102 PAYMENT BOND AGREEMENT AND BONDS- PAGE 7 Power of Attorney COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice Presided J. G. HAMILTON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By- ' Pf said Co sy, which are set forth on the reverse side hereof and are hereby certified to be in full force and. n the d it 1 does hereby nominate, constitute and appoint Richard Allen BEALL and Karen Jean BJO D, both ands, California, EACH its true and lawful agent and Attoruey-in-Fact,to make,execute,sealy� ehver, for a, ns behalf as surety, and as its act and deed: any and all bonds and undertakings, each in 5 alty not t�, ed'ed the sum of SIX MILLION DOLLARS (S 6,000,000) and the execution of such bonds u� ertakings j�n prsuance of these presents, shall be as binding upon said Company, as fully and amply, to all i \ and purpo,al if they had been duly executed and acknowledged by the regularly elected officers of the Comp�h at its offict tlmore,Md., in their own proper persons. The said Assistant Secretary does hereby ce he extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Comp -qd' now in force. IN WITNESS WHEREOF, th� ttice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the td COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 7th day of September,A.D.2001. ATTEST: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY �Wwty,� 8EAL By: J G. Hamilton Assistant Secretary Paul C. Rogers Vice President State of Maryland County of Harford ss: On this 7th day of September, A.D. 2001, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly swom, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. n NOTARY PUBLtC o Patricia A. Trombetti Notary Public My Commission Expires: October 9,2002 POA-F 186-0016 EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attomeys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the',Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing,is a full,true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Flower of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 15th day of November 2002 Assistant Secretary rrr"�71'0 u u State of Oal'fa;,.ia Courtly, of -10 onN embcr24,2002 Yefore File, Pi11c3 Esc aedo, 'olaly Public ux!e wemP ann Tmew O@,r,Pr,e�. lone Dce,rvo�ry�-unnc pelsor!Qily appealed :' cga, Name(c)of Si�nerL�) � `NE1Jse !._.Je;�r :5!c subsu!!_'ed to ih-- lmithin insi!U fl-fli And ACKEfGIP/IP_. leU ift Me Ulnt wl ./&II Yh }P.iefOutmi the - ir, .._ r ! _ r 1 _h.. 'in the Iushurnefit -,.e parson",- exaGLIted the instrument. - - -- - MANCY ESCOBEDC7I, i r.. vi'v3 T i�i��SS my cammi;sion li 12u933: •�f S!:�.!Ed and '_�•`j lyy!;lal Notary Public-CGlifzrnia P�,mordino county M�Ccmm-Erp�r�Jcm 31,2G0.5 rrauduren(rernovai and rouitacnrrienr of this fom to erroifier docu;,ent. j%ri C7c ' n ca ..- licit 3 s-eer2eI ica Document Tine of Type of uocurneflt. Land Docnliieni fate' November 15, ?n0i2 _ l)ml'nr ni Panes:at S;g!I!:I(s) "tiler Th.,, hi med A.;yivc. All—QF„11 S ignei'S Name: Signe€'S hfame: ❑ Individual ❑ Individual ( I Corporate Ofiicel ❑ Corporate Officer Title(s):❑ itle(s):V PlrsSlSec. P- ' r -❑ Lited ❑ General Partne r-❑ Limited El ❑ ,attorney-i n-Fact ❑ Attorney-i n- Fact ❑ Trustee ❑ Trustee �narrr -- ❑ Guardian or Conservator ❑ Guarc9€2n Or Ccnserrator � ❑ Other: fupofilnmih ncrc El Other. I Tou of Ihwnb hers Signer Is Representing: Signer is Representing: 7nLcmtdional P�rm,=n1 Soft!linn:;fnc CALIFORA ALL-PURPOSE ACKNOWAGMENT State of California County of San Bernardino On November 20,2002 before me, Nancy Escobedo,Notary Public Data Name and Title of Officer(e g,'Jane Doe,Notary Public') personally appeared Dennis C.Faeger Name(s)of Signers) ®personally known to me- OR-El t'Feved tom a n +,ha basis of sat;;rn,GteFy evide,Ge to be the person(s) whose name(-&)Ware subscribed to the within instrument and acknowledged to me that heirshelthey executed the same in his/he�'0helrho'F authorized capacity(ie and that by his/iterither signature(&) on the instrument the person(s}, or the entity upon behalf of which the person(s) acted, executed the instrument. NANCY ESCobEoo C©MMN51011# 1289339 ,g = NoPary Public- Cr Jrfe:nir WITNESS my hand and official seal. W, : i � 1of�LLF � �f;Cairn.D� r _n31 Z � Signature of Notary PaNic OPTIONAL Though the information below is not required bylaw,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Payment Bond Document Date: November 15,2002 Number of Pages:cl Signer(s) Other Than Named Above: Richard Allen Beall Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): Pres./Treas. Title(s): ❑ Partner-❑ Limited ❑ General ❑ Partner -❑ Limited ❑ General ❑ Attorney-i n-Fact ❑ Attorney-i n- Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thumb Lem ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: International Pavment Solutions Inc. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California j s /l IOW /lL I/ ��� ) ss. 3 t;I County of � ��� � � �� U ta>. OnOUhlfl ,before me, {� I�il���j C�� �CII 0�Mil7 ���G � I( uare n ( Nye`� /na Neme(s)oel siginenrls) � Idane,oeI10 oro �le g Nola,Pnel personally appeared AA m^ , I'll «iC 'personally known to me � O—pravgd-to—me—on—the—basis—of—satisfactory <- evidence ,I hC to be the persons} whose names) islara subscribed to the within instrument and p» acknowledged to me that he/she/they-executed s)] { ^ the same in his/her/their— authorized �)i capacity(es}, and that by his/hledtheir 0ii _ signature(s}on the instrument the person(s.), or I -. !l,� ;�r±z'p% the entity upon behalf of which the persons) I,p 13,Mro� z ac d, xecuted the instrument. IS` `• f -.-j 4 re r,l M)l... a,.als'e7 � j l �',=Ddmo GoUoyr T W ESS 'y hand and offi-ial seah '>>I CG:r',n C�q�'r�3ul9w,+Lu,�i I )i °° It; 91gnalueal Notary Public '71 I(i 71 if` 1 �JI «, PO TIONAL li Though the information below Is not required by law,it may prove valuable to persons relying on the document and could prevent ill I fraudulent removal and reattachment of this form to another document. I)� I% 7r Description of Attached Doc ment ?i n /� c ( ' 4� j </ Title or Type of Document: �� I: Ili_ �/ )i � Document Date: , i � Number of Pages: JI t� 11 �C Signer(s)Other Than Named Above: _ I/L�), �, ,1Eli P/01� i55 Capacity(ies) Ciai d by Signer I Signer's Name: w - 1 0 lt' ❑ Individual Top onnomn Here i�c 4; ;> � ❑ Corporate Officer—Title(s): 4; ❑ Partner—❑ Limited El General dll <.;n u " ,:Attorney-in-Fact I<, W7 ❑ Trustee ,> oil IG ❑ Guardian or Conservator ❑ Other: r r, Signer Is Representing::r��Db11 AtJl/1 LI/��t �ll/I��LP 01999 Nall.nel Notary Aeu I 9350 De Soto Ave PC Box 2402 Cht rlh,CA 916192402 wUe onelnoleryorg Pmtl No 5907 Re.rdel Gall Toll Free 1 800 876 6027 • • CITY PROJECT NO . 02 - 04 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: Wvv Itiu'y i 27i Marcus L. Fuller Senior Civil Engineer City of Palm Springs Civil Engineer C 57271 Approved by: David J. Barakian, P.E. City Engineer City of Palm Springs Civil Engineer C 28931 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 9/20/02 _ SIGNATURE PAGE A • 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 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 SPECIAL PROVISIONS 9/20/02 GENERAL CONTENTS - PAGE 1 • • CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART 1 - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO. 02-04 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 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 PART 1 CONTENTS 9/20/02 PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing Ramon Road and Sunrise Way Street Improvements City Project 02-04 N-1NOTICE IS HEREBY GIVEN that sealed bids for the Ramon Road and Sunrise Way Street Improvements, City Project 02-04, will be received at the office of the Director of Procurement and Contracting of the City of Palm Springs, California, until 2 : 00 P.M. on October 22, 2002, at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The Work comprises the removal of existing asphalt concrete pavement, Portland cement concrete curb, gutter, sidewalk and driveway approaches; and construction of asphalt concrete paving, Portland cement concrete curb, gutter, sidewalk, driveway approaches, decorative paving, access ramps, storm drainage improvements, traffic signal relocation, landscaping and irrigation improvements, and appurtenant work. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder and reject all other bids, as it may best serve the interest of the City. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier' s check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm 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. N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 NOTICE INVITING BIDS 9120/02 PAGE 7 ® • 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 $30 . 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 T k By 9 D David J. Barakian, PE Director of Public Works/City Engineer City of Palm Springs RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 NOTICE INVITING BIDS 9/20/02 PAGE 2 0 0 INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder' shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE — a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract RRMUM&D AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 INSTRUCTIONS TO 9/20/02 BIDDERS-PAGE 1 0 0 M 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 case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM -The Bid shall be made on the Bid Schedule sheets bound herein. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict between the words and figures, the words shall govern. The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand 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 et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK — (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 INSTRUCTIONS TO 9/20/02 BIDDERS-PAGE 2 • 0 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 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT -The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 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: (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. Goad 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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 INSTRUCTIONS TO 9/20/02 BIDDERS-PAGE 3 0 (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- RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 INSTRUCTIONS TO 9/20/02 BIDDERS-PAGE 4 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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 COVER SHEET 9/20102 BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 Bidder accepts all of the terms and conditions of the Contract Documents,including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, 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 Band contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: /0.60a. O Bidder: _rNTT PjeA�T-/0A64LL PAA/IJ//M'EW7- 50U4T7W5 Z&- Title: (/ ,/ n (sign e) 13/?�Aq'C• /l/1rGLsR, •PFC'S/.S�Lr. • RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 BID (PROPOSAL) 9120/02 BID FORMS-PAGE 2 BID SCHEDULE Schedule of Prices for the Construction of the: RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO. 02-04 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS *10,000.00 2. Traffic Control --- LS $ d a 96. 0 d 3. Remove Existing A.C. Pavement 13,250 SF $� $ !95"0,00 4. Remove Existing P.C.C. Sidewalk 11,500 SF $ / 7s $o20r /as.0o 5. Remove Existing P.C.C. Curb & Gutter 1,250 LF $ 3,0 O S 3750. 00 6. Remove Existing Drain Inlet 2 EA $ 775O 0 $ /1 550. 0 D 7. Overlay Existing A.C. Pavement 2,250 SF $1. '�-? $ 3/50. 00 8. Construct 5"A.C. Pavement 11,950 SF $ 1,5a *jLLL1/ OD 9. Construct 4" Crushed Miscellaneous Base 11,950 SF $ 470 $ F366, 00 10. Construct Type Al-6 Curb 2,100 LF $ /SO 0 $ 34 500-00 11. Construct Type A2-6 Curb & Gutter 750 LF $ a 3.00 $ 171 a.50.0 0 p0 12. Construct Type A Access Ramp 2 EA $ �t 600 $ 3 a fi0 .00 13. Construct Colored Type A Access Ramp 5 EA $ /7,50.00 $ 8 250. 00 14. Construct P.C.C. Sidewalk 4,850 SF 0 , f O$ '7. 50 $ a 'Oa5 " 15. Construct Colored P.C.C. Sidewalk 5,550 SF $ j $D $ 301 5a s. L D 16. Construct P.C.C. Driveway Approach 3,250 SF $ 5,5 0 $ '7 5;0 0 17. Construct P.C.C. Bus Turn-Out 2,450 SF $ b •5 0 $ /5 9a5.00 OO 18. Construct Decorative P.C.C. Paving 150 SF $, '�` $ �, tQ7Jr• - TATL-kN4-T oAM L -P4y4L7n tvT SOLu-rtOAJs SAJC, . Name of Bidder or Firm RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 UNIT PRICE BID SCHEDULE 9120102 BID FORMS- PAGE 4 BID SCHEDULE (Continued) RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO. 02-04 Item Description Estimated Unit unit Amount No. Quantity Price 19. Construct Median Island Stamped Concrete 2,900 SF $ 5, 75 s& 675.0-0 20. Construct Nuisance Water Drain Inlet 2 EA $ Ll000 60 $ 00000 do 21. Install 8"V.C.P. Storm Drain 50 LF $ q5. 0D $ a950.0D 22. Construct Parkway Drain 2 EA $ s'Q.00 $ 4SO• 9a 23. Construct Storm Drain Junction Structure 2 EA $ /,3�.00 $ 1350, 00 24. Modify Existing Catch Basin 1 EA sa Qo.00 s01500. oD 25. Adjust Existing Sewer Manhole to Grade 1 EA $ Q00 OD $ /00a Do 26. Adjust Existing Water Valve to Grade 2 EA $ �,0 $ 00. 00 27 Ramon Road and Sunrise Way Traffic Signal --- LS Modification $ 5O)DO D.O D 28. Traffic Striping, Signage & Markings --- LS $ ��� ( tio-00 29. Irrigation System --- LS $ l q' Do o • b 0 30. Landscaping --- LS $ 16, oo y •O D 31. 30-Day Maintenance Period --- LS $ 7 0. 0 D TOTAL OF ALL ITEMS OF BID SCHEDULE: $ 35�9, 95D. ao (Price in figures) (Price in wartlsl QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. -D4TE2N14TI0AJAr, -'eve-mL-Nr s��uttoNs s�� Name of Bidder or Firm RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 UNIT PRICE BID SCHEDULE 9/20102 BID FORMS- PAGE 5 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 n•ao1 7334 Rf11 2..5[$4 cR 90 -7339 2. SlI� li�� �SL�AIAGE 3-7L4(oOD �3 `)D _QislCAV Panes YF36 D b5C7006 R4- FgjMnONT (!_.R `T45 39-5631 a. STP1Y�Pr D (` u >T E '7 8a '15 0 3. 7 O)a P 0 C PrvrT-6 R-pi L-m Ccmum-rr- 156o W. i.ANioza- Rd - L3 4. 5. 6. 7. 8. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO,02-04 LIST OF SUBCONTRACTORS 9(20(02 BID FORMS-PAGE 6 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) County of 4,2 t i, Malr C- R I Esc, , being first duly sworn deposes and says that he or sloe is �1 Mns • 5EC • of .ZNrERNArtontAt_ Q40rinG,vr ShI "T'/VA, S :Dje 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 .7'M1V#770Al4,t- A41e131C-iW ga U71aU6 -rAIC. By G Title Organization =AEre-a_ALA,T70AJq-L Ay&7n&wT $OLa770N5 IWI. Address P. O. f3Dk i off S8 5A^) I3CRNAA?/j/NO c�19a4 -oyK� RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 NON-COLLUSION AFFIDAVIT 9/20/02 BID FORMS -PAGE 7 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: SAIrc-RM.4f I on,R� PAV99me-nMT SO4(47-/0u5 SNG. SAA BeRmA2p t.o ) C A 4a 4 o s& 2. CONTRACTOR'S Telephone Number:(gDq ) ../o Facsimile Number: ( *q ) _ 7 9'1- 90 ?so 3. CONTRACTOR'S License: Primary Classification B State License Number(s) 7a`y as (o Supplemental License Classifications 15 4, Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety LA-L QN1MI ,qW CtL4M G S(tRgI74 D Address 30I l O t= ul t o lc tZ d �f1LT t Ilv\o 2C- � It'1 f} �.la..l l Surety Company ��< L LNG , &(Zrr V VLF Telephone Numbers: Agent ?RVI ) 790. -9,345 Surety ( Q091 )19 �--Z3�5 5. Type of Firm (Individual, Partnership or Corporation): 0_0P-POi2ATl 0o 6, Corporation organized under the laws of the State of: ME-V to bAr 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: brCh S @, t�2lE6�i2, � �'t2m 4�,`t�5 C'.{1l.LE I'Mfa'Ct_GILLD 'Cemee.u.�.a,( 9a.5go BW&T 0-?M6eIZ U.PREI]SEE- 833 QLouER_,ST I2EbUWb'31 CR g a 3 l q RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 BIDDER'S GENERAL INFORMATION 9/20/02 BID FORMS -PAGE 9 BIDDER'S GENERAL INFORMATION (Continued) a. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: _WMsc- SCE Lls i a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: �UD� (�'pt A 51�pr_fillsT E t�DEn�i 11. Is full-time supervisor a � contract services 7 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 BIDDER'S GENERAL INFORMATION 9/20/02 BID FORMS - PAGE 10 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO. 02-04 Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS PART II-- SPECIAL PROVISIONS CITY PROJECT NO. 02-04 GENERAL CONTENTS - PAGE 1 9120/02 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO. 02-04 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, dated July 1999, 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. 1-2 LEGAL ADDRESS 1-2 . 1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2 .2 Legal Address of the Engineer. - The official address of the Engineer shall be the Director of Public Works/City Engineer, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 1 - PAGE 1 9120/02 as the Engineer may subsequently 'designate in writing td 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 Engineering Field SupeIIrvisor, City of Palm Springs, Public: Works and 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 Director of Public Works/City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any: payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings land 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) President's Day (Third Monday in February) Memorial Day (Last Monday in May) Independence Day (July 4) Labor Day (First Monday in Sepjtember) Veteran's Day (November 11) Thanksgiving Day (Last Thursday in November) Day after Thanksgiving Day (Last Friday in November) 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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 1 - PAGE 2 9/20/02 • • (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 - RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 7 - PAGE 3 9120/02 • • SECTION 2 -- SCOPE AND CONTROL OF WORK 2-1 GENERAL Particular attention is directed to the provisions of Section 6- 1, "Construction Schedule and Commencement of Work, " Section 6- 7, "Time of Completion, " and Section 6-9, "Liquidated Damages" of the Standard Specifications. After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. Said Work shall be diligently prosecuted to completion before the expiration of: 40 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. Said time of completion does not include time associated with ordering long lead-time items. Contractor shall refer to Section 4-2 .2 of these Special Provisions for requirements associated with ordering long lead-time items. In addition to the construction duration time of 40 working days, the Contractor shall be bound by a maintenance period of 30 calendar days which is to begin upon final City Engineer' s acceptance, of plant, irrigation, and rockery 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 30-day maintenance period must be extended due to plants, irrigation facilities, or rockery landscape being unrepaired or unreplaced. 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 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 2-PAGE 1 9/20/02 Documents, and shall obtain a written, acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2 .2 EXECUTION OF BONDS Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of , sufficient personal sureties and admitted surety insurers . If a corporate surety insurer is used, a County Clerk' s certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds . If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995 . 510 shall be met to the satisfaction of the City Engineer. , 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5 . 2 of the Standard Specifications shall be revised to read as follows: In resolving disputes resulting , from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders 8. Plans (Contract Drawings), 9. Standard Plans 10. Standard Specifications 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govern over scaled dimensions 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: RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 2 -PAGE 2 9/20/02 "2-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE - NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data, " or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. 2-6 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. If any existing monument wells must be disturbed due to construction, the Contractor shall remove the monument well, and shall protect the monument in place. The Contractor' s construction surveyor shall tie out the monument and mark the location thereof after final lift of pavement is placed. The Contractor shall then replace the monument well in accordance with City of Palm Springs Standard Drawing No. 100 . Contractor shall notify the Engineer 72 hours in advance of disturbing existing monumentation. Any existing monument shall not be disturbed. The Contractor shall maintain a Survey location check on the monument without cost to the City. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 02-04 SPECIAL PROVISIONS- SECTION 2- PAGE 9/20/02 The Contractor is advised that any resetting of monuments shall be performed by the Contractor' s construction surveyor. Should the Contractor anticipate the removal of any survey monuments, it shall notify the Engineer prior to removal. The Contractor shall be financially responsible for reinstalling the existing monument well, and the City' s survey crew will reset the monument. 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. 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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 2- PAGE 4 9/20/02 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. 2 .12 SUBMITTALS The following provisions shall be added at the end of Paragraph 2-5 . 3 . 3 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 - RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 2 - PAGE 5 9/20/02 • 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 ercent p (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1st 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 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CHANGES IN WORK CITY PROJECT NO. 02-04 9/20/02 SPECIAL PROVISIONS -SECTION 3 - PAGE 1 0 percent, the work in excess of 1'25 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 fo:r 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 coasts 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 thelwork 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 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CHANGES IN WORK CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 3 - PAGE 2 9/20102 ® • 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 - RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CHANGES IN WORK CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 3- PAGE 3 9120/02 • • 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 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 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CONTROL OF MATERIALS CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 4-PAGE 1 9/20/02 the City. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the crder (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 - RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CONTROL OF MATERIALS CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 4- PAGE 2 9/20102 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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS UTILITIES CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 5 -PAGE 1 9/20/02 The public utility, where they are the owner, shall have the sole discretion Ito 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 1-800-422-4133 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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS UTILITIES CITY PROJECT NO. 02-04 SPECIAL PROVISIONS - SECTION 5 - PAGE 2 9/20/02 The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. All water meters, fire hydrants, Southern California Edison vaults, Verizon vaults, Southern California Gas Company valves, and other subsurface structures will be relocated or adjusted to grade by the appropriate utility company. The Contractor shall notify each utility owner a minimum of 2 working days before commencing the Work and shall be required to appropriately coordinate all of its work with the work required of the respective utility companies in the relocation of their facilities. All costs in phasing, delaying, or adjusting Contractor' s work or construction schedule to comply with requirements of the utility companies in the scheduling of their utility relocation work shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefore. - END OF SECTION - RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS UTILITIES CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 5 -PAGE 3 9120/02 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 Tom Cartwright, Engineering Field Supervisor (760) 323-8253 Sherman Ferguson, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Kim Hoover (760) 202-4248 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE PROSECUTION, PROGRESS, RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 02-04 SPECIAL PROVISIONS- SECTION 6 -PAGE 1 9/20/02 Attention: Mr. Dale Scrivner (760) 674-5452 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5B80 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. 6-5 PROJECT COORDINATION The Contractor is advised that prior to and during construction of this project substantial construction activity will be underway related to the development of a new commercial shopping center, located at the northwest corner of Ramon Road and Sunrise Way (the present site of the Ralph' s grocery store and related shops) . Demolition and construction work will occur which will impact the Contractor' s project area, affecting, at times, the Contractor' s prosecution and progress of the work. The Contractor will be required to accept all project impacts related to the on-site construction work associated with the new Commercial Shopping Center project, including phasing of the Contractor' s work, temporary interruptions related to project access into and out of the commercial shopping center by other Conti-actors and materialmen, and other unforeseen circumstances . In :submitting its bid, the Contractor acknowledges advance notice of any and all required project coordination with the adjacent property, and shall not be entitled to any additional compensation. END OF SECTION - PROSECUTION, PROGRESS, RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 6 -PAGE 2 9/20102 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. - As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which copies shall be made available to any interested party on request. The RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 7- PAGE 1 9/20102 Contractor shall post a copy of such determination at each job site. The Contractor shall, as a penalty to the City, forfeit $50 . 00 for each calendar day, or portion 'thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it. 7-4 Travel and Subsistence Payments . - As required by Section 1773. 8 of the California Labor Code, the Contractor shall pay 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 Apprentices on Public Works . '- The Contractor shall comply with all applicable provisions of 'Secti-on.s 1777 . 5 and 1777 . 6 of the California Labor Code relating to employment of apprentices on public works . 7-6 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. 7-7 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 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 7 -PAGE 2 9/20/02 • • withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. 7-8 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. 7-9 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 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 7-PAGE 3 9/20/02 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 drays 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 6,0 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 thelContractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50, 000. If the claim is more than $50, 000, but less than $375, 000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City' s response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to ,respond, or within 15 days of the City' s response, whichever occurs first. The 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. 7-10 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations . - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security ,number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated ;under paragraph one of this Section 7-10, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 1 . A certified copy ! of an employee ' s payroll record shall be! made available for inspection, or furnished� to the employee, or his or her authorized', representative on request. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 7-PAGE 4 9/20/02 0 2 . A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations. 3 . A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to Section 7 . 10, paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, sub- contractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. The, Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-10, herein, with the entity that requested the records within 10 days after receipt of a written request. Any copy of records made available for inspection as copies, and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such a manner as to prevent disclosure of an individual ' s name, address, and social security number. The name and address of the Contractor awarded the Contract or performing the Contract shall not be marked or obliterated. The Contractor shall inform the body awarding the Contract of the location of the records enumerated under said Section 7-10, paragraph one, herein, including the street address, city and county, and shall, within 5 working days, provide a notice of any change of location and address . RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 7 -PAGE 5 9120/02 i i In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section. Should noncompliance still be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain , the full name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall. also indicate all apprentices and ratio of apprentices to journeymen. The employee ' s address and social security number need only appear on the first payroll on which his or her name appears . The payroll shall be accompanied by a "Statement of Compliance, " signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less than those required by the Contract . The "Statement of Compliance" shall be on forms furnished by the City, or on any ', form with identical wording. The Contractor shall be responsible for the submission of copies of payrolls from all subcontractors. If, by the 15th of the month, the, Contractor has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the lst of that month, the City will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10, 000, nor be less than $1, 000. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the Contract. The retention for failure to submit payrolls for . any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. 7-11 INSURANCE 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 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 7 -PAGE 6 9/20/02 0 0 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 2 . Comprehensive General Liability: a) Bodily Injury (Including completed operations and products liability and wrongful death) : $ 1, 000, 000 Each Occurrence $ 11000, 000 Annual Aggregate Property Damage: $ 1, 000, 000 Each Occurrence $ 11000, 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 RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 7-PAGE 7 9/20/02 7-12 PERMITS 7-12 . 1 Business License. The: Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the : City' s Municipal Code. The Contractor shall obtain a Business ', License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289 . 7-12 .2 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and ,sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be obtained from the office of the ,Engineer. 7-13 SITE CLEANUP Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and' free from rubbish and debris. The Contractor shall also abate dust nuisance, as required in Section 7-16 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. 7-14 DUST CONTROL 7-14 . 1 General A. The Contractor shall be responsible for stabilizing the disturbed soil during construction. The method which it will use must be approved by the Engineer. If a water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water (Agency at (760) 323-4971 to obtain said meter. The cost of this work shall be included in RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-04 SPECIAL PROVISIONS - SECTION 7-PAGE 8 sre0/02 • • 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 the Standard specifications, and to the satisfaction of the City Engineer. 7-14 .2 Dust Control Sign Requirements 7-14 .2 .1 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 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. 7-14 .2 .2 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 . RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 7- PAGE 9 9/20102 c. For construction projects that are developed in phases, the sign should be relocated to the areas which are under active construction. 7-14 .2 .3 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: GENE AUTRY TRAIL & RAMON ROAD MEDIAN LANDSCAPING Contractor: _ City Project No: 00-01 The sign shall contain , the following words in the largest, minimum 11-�", bold face type letters : TO REPORT BLOWING ]DUST FROM THIS PROJECT CALL: (=) }L}OC77CK]CX The Contractor shall provide its', Superintendent' s or Project Manacfer' s 24 hour telephone number,. Underneath in smaller, min. 3/8" ',bold face type letters shall be the following words: I£ 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 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 . 7-14 .2 .4 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. 7-14 .2 .5 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 - RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 02-04 SPECIAL PROVISIONS- SECTION 7 -PAGE 10 9/20/02 0 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 8- PAGE 1 9/20/02 ® • 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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 9- PAGE 1 9/20/02 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 wi11 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 th'e 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 . RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 9 -PAGE 2 9120/02 • • 2 . Installing temporary construction power, wiring, and lighting facilities per Paragraph 7-8 . 5, "Temporary Light, Power, and Water" of the Standard Specifications and these Special Provisions. 3 . Providing and maintaining the field office trailers for the Contractor and the Engineer, complete, with all specified furnishings and utility services, including telephones, telephone appurtenances, and photocopying machine per Section 8-2, "Field Office Facilities" as specified in the Standard Specifications and these Special Provisions. 4 . Providing on-site communication facilities for the Contractor and the Engineer, including telephones, 2-way radios, pagers, modems, and facsimile machine, as specified in these Special Provisions . 5 . Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7- 8 . 4, "Sanitation" of the Standard Specifications . 6. Furnishing, installing, erecting, and maintaining all storage buildings or sheds required for the temporary storage of any products, equipment, or materials that have not yet been incorporated into the Work. All such storage facilities shall meet or exceed the material manufacturer' s published storage requirements and these Special Provisions, including any ambient temperature and humidity controls, if recommended by the material manufacturer, and for all security and safety on and about the site of the Work. 7 . Arranging for, and erection of, the Contractor' s construction and storage yard per Section 7-10, "Public Convenience and Safety. " B . Obtaining and paying for all required bonds, insurance, and permits. 9 . Posting all OSHA-required notices, and establishment of OSHA-approved safety programs . 10. Having the Contractor' s superintendent at the job site full-time. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS MEASUREMENT AND PAYMENT CITY PROJECT NO. 02-04 SPECIAL PROVISIONS-SECTION 9- PAGE 3 9/20/02 11 . Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications . 12 . Installing and maintaining 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 - RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS !, MEASUREMENT AND PAYMENT CITY PROJECT NO. 02-04 SPECIAL PROVISIONS -SECTION 9 - PAGE 4 9/20/02 ® • SECTION 10 - CONSTRUCTION DETAILS 10-1 RECORD DRAWINGS The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans shall be legibly marked showing each actual item of record construction including: 1 . Measured depths of elements in relation to fixed datum points . 2 . Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements . 3 . 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 . 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 . 10-2 TRAFFIC CONTROL 10-2 . 1 Maintaining Traffic. - Attention is directed to Section 7-10, "Public Convenience and Safety, " of the Standard Specifications for Public Works Construction (Greenbook) . 10-2 .2 Field Operations. - The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions . The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use. 10-2 .3 Construction Signing, Lighting and Barricading - Construction signing, lighting and barricading shall be provided RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20102 SPECIAL PROVISIONS-SECTION 10-PAGE 1 on a°ll 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. 10-2 . 4 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 sign; and will be responsible for adding the dates and hours of closure to the signs . Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. 10-2 .5 Notice to Property Owners or Businesses . - The Contractor shall notify the property owners or occupants of affected properties with a written notice 48 hours prior to the beginning of construction. Said ',notice shall be prepared and submitted to the Engineer for , approval prior to notifying property owners or occupants of affected properties . 10-2 . 6 Traffic Disruptions . - For all road closures, road detours, lane closures, and all night operations, the Contractor shall. obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. All warning signs shall be manufactured with high intensity faces and legends, and shall be placed at least 7 calendar days prior to the commencement of construction. All work done on major and secondary thoroughfares shall utilize solar powered flashing arrow boards, and all signs shall remain in place during nighttime hours . Any of the Contractor' s work that may disrupt normal traffic signal operation shall be coordinated with the Engineer a minimum of 2 working days prior to the commencement of the Work. 10-2 . 7 Traffic Signal Operations . - The Contractor shall not modify the Signal Timing. The Contractor shall notify the City 24 hours in advance of any lane closures or detector loop removals so that the agency can modify the signal timing appropriately. 10-2 . 8 Travel Lanes . - In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at ,all times . At night and during RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS -SECTION 10- PAGE 2 0 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 in each direction. 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 therefor. 10-2 . 9 Detours. - The Contractor shall provide, install, and remove any detours for the routing of vehicular and pedestrian traffic as shown on the Drawings, as specified in the Special Provisions, or as directed by the Engineer. Payment for such work shall be included in the Bid Item price for traffic control in the Bid Schedule, and no additional compensation will be allowed therefor. 10-2 . 10 Traffic Access and Control. - The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic around all work in the construction zone, including solar-powered arrow boards . All traffic controls shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to replace any part of these requirements . Local access shall be maintained to all properties fronting the Work at all times . 10-2 . 11 Parking and Access . - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owners . 10-2 . 12 Pedestrians . - The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone. These signs and barricades shall be an integral part of the Contract, and shall be included as part of the bid item for Traffic Control in the Bid Schedule, and no additional compensation will be allowed therefor. 10-2 . 13 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. 10-2 . 14 Measurement and Payment - Measurement for payment for traffic control will be based upon the completion of all RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS -SECTION 10-PAGE 3 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 . Full compensation for furnishing all labor, materials (including sign,) , tools, equipment and incidentals,, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of traffic control plans will be included in the lump sum bid item for Traffic Control, and no additional compensation will be made therefor. 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 , all miscellaneous improvements as shown and indicated on the plans, but not separately paid for in the Bid Schedule or not individually specified in these special provisions . 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, shall be considered as included in the various bid items of work, and no additional compensation shall be allowed therefore . 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 'Docurllents . The Contractor shall be responsib',le for any and all damage done to existing property and adjacent properties during all RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20102 SPECIAL PROVISIONS- SECTION 10-PAGE 4 0 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. Trees Within Project Limits - The Contractor shall exercise all necessary precautions so as not to damage or destroy trees or plants, including those lying within project limits (except trees or plants specifically designated for removal) , and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the property owner or the City. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the Contractor or a certified tree company under permit from the City to the satisfaction of said property owner or the City. 10-3 . 3 Disposal Site - The Contractor is required to 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 meeting. The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or without the property owner ' s approval . 10-3 . 4 Unclassified Excavation - Unclassified excavation shall consist of all excavations, including roadways, unless separately designated. Payment for all unclassified excavation shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. 10-3 .5 Unclassified Fill - Unclassified fill shall consist of all fill, unless separately designated, and shall include preparation of areas on which fill is to be placed, and the depositing, conditions, and compacting of all fill material . Unclassified fill shall include installation of backfill material as required to bring finished grades to required elevations, including areas within the roadway, and within raised medians . Payment for all unclassified fill shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS-SECTION 10- PAGE 5 10-4 REMOVALS 10-4 .1 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 (11 ) minimum clearance to all future concrete improvements . All removal areas shall be completely cleared of all objectionable materials . 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. 10-4 .2 Concrete Sidewalk - Concrete sidewalk, including driveway approaches and 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 . 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 (including driveway approaches and access ramps) , and no additional compensation will be allowed therefore. 10-4 . 3 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 . Payment for concrete curb and/or curb and gutter removals shall be made at the unit price bid' per linear foot for ' Remove Existing P. C. C. 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. 10-4 . 4 Drain Inlet - All existing nuisance water drain inlets subject to removal shall be removed such that construction joints with existing storm drain pipe ', are unbroken and clean. All damaged or broken storm drain pipe as a result of drain inlet removals shall be replaced and/'or repaired to the Engineer' s satisfaction at the Contractor' s cost. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9120/02 SPECIAL PROVISIONS- SECTION 10-PAGE 6 Payment for removal of existing drain inlets shall be made at the unit price bid per drain inlet for "Remove Existing Drain Inlet," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of the drain inlet, including all associated equipment; and including removal, replacement and repair of any broken or damaged storm drain pipe, and no additional compensation will be allowed therefore. 10-5 SUBGRADE PREPARATION 10-5. 1 Subgrade Preparation. - Preparation of subgrade shall conform to Section 301-1. 2 of the "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 95 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 . 10-5 .2 Grade Tolerance. - Immediately prior to placing subsequent layers of material thereon, the grading plane, at any point, shall not vary more than 0 . 05 feet above or below the grade established on the project plans . 10-5. 3 Watering. - Water for use in subgrade preparation shall be potable, therefore, there is no need to obtain reclaimed wastewater permits . Water shall be applied to compact soil, 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 . 10-5 . 4 Payment. - Payment for preparation of subgrade shall be considered as included in the item of work for which the subgrade is prepared. 10-6 CRUSHED MISCELLANEOUS BASE 10-6. 1 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 . RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS-SECTION 10- PAGE 7 10-6.2 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 . Special Note: Payment for crushed, miscellaneous base shall only be for that material used under proposed asphalt concrete paving, as shown on the plans . Crushed miscellaneous base material used in other locations, or required ',as part of trench repair for traffic signal installations, irrigation system installations, or any other , miscellaneous work, shall be considered as included in the various bid items of work, and' no additional compensation for the material will be allowed therefore. 10-7 ASPHALT CONCRETE 10-7 .1 Material - Asphalt concrete pavement shall conform to Section 203-6 "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," of Type B- AR400�0 asphalt concrete pavement and the second lift of one and one-half inches (11f ) 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 . Asphalt concrete pavement overlay, with a minimum total section thickness of 14' (0 . 10' ) shall be ,laid in one lift consisting of Type C2-AR4000 asphalt concrete pavement . No feathering of asphalt concrete pavement at join points shall be allowed. All joints shall be accomplished with header cuts, such that join points are smooth and flush. All asphalt concrete pavement construction shall conform to Section 302-5 "Asphalt Concrete Pavement," of the "Greenbook" Standard Specifications . 10-7 .2 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 . 10-7 . 3 Tack Coat - Tack coat ! shall be a SS-1h emulsified asphalt and it shall be applied to all clean, existing asphalt area; and to all concrete surfaces adjacent to new asphalt RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS -SECTION 10- PAGE 8 • 1 • 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. 10-7 .4 Measurement and Payment - Payment for asphalt concrete pavement will be made at the unit price bid per square foot for "Overlay Existing A.C. Pavement," or "Construct 5" A.C. Pavement," as shown on the plans, as specified in the Standard Specifications and in these special provisions and as directed by the Engineer. No separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefor shall be included in the unit price bid for asphalt concrete. Payment for grinding existing asphalt concrete pavement, where required and shown on the plans, shall be considered as included in the unit price paid for "Overlay Existing A.C. Pavement," and no additional compensation will be allowed therefore. Payment for asphalt concrete shall include full compensation for construction of asphalt concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, preparation of subgrade, and tack coat, in accordance with the Standard Specifications and these special provisions . Special Note: Payment for asphalt concrete pavement shall only be for that material used for proposed asphalt concrete paving, as shown on the plans . Asphalt concrete pavement material used in other locations, or required as part .of trench repair for traffic signal installations, irrigation system installations, or any other miscellaneous work, shall be considered as included in the various bid items of work, and no additional compensation for the material will be allowed therefore. 10-8 PORTLAND CEMENT CONCRETE 10-8 . 1 Material - Portland cement concrete of the class and type shown on City Standard Drawings shall be used to construct new curb, gutter, access ramps, and sidewalk. Where class and type are not specified in the standard drawings or plans, 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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS-SECTION 10-PAGE 9 10-8 .2 Curb or Curb and Gutter - Construction of Type Al-6 Curb or Type A2-6 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 adjacent to proposed curb or curb and gutter shall be saw-cut and removed prior to placement of concrete (where required) . Use of' the existing edge of pavement as a form for new concrete improvements will not be allowed. 10-8 .3 Sidewalk - Construction , of 4" concrete sidewalk shall conform to City of Palm Springs Standard Drawing No. 210 . Sidewalk shall be constructed to the dimensions as specified in the City' s Standard Drawing and ' as shown on the plans, but application details and other specifications not explicitly stated or shown in the City' s Standard Drawing shall conform to Section 303-5 of the "Greenbook" Standard Specifications . Concrete material shall be Portland Cement Concrete of type 560- C-3250 (6 Sack) . 10-8 .4 Colored Sidewalk -- Construction of 4" colored concrete sidewalk shall conform to City of Palm Springs Standard Drawing No. 210 . Sidewalk shall be constructed to the dimensions as specified in the City' s Standard Drawing and as shown on the plane,, but application details ,and other specifications not explicitly stated or shown in the' City' s Standard Drawing shall conform to Section 303-5 of the "Greenbook" Standard Specifications . Concrete material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . Concrete material shall contain an integral color admixture, Chromix C-11, " Desert Sand," as manufactured by L. M. Scofield Company, or equal . 10-8 .5 Type "A" Access Ramps - Construction of Type "A" access ramps shall conform to the City of! Palm Springs Standard Drawings Number 212 and 212 A. Standard Drawings 212 and 212-A conform to ADA :standards as called for in the Plans . Details specified in these: Standard Drawings shall govern, but the Construction Plans shall. be referred to for other ' specifications not explicitly stated or shown on the City of Palm Springs Standard Drawings . Construction materials and application details shall conform to Section 303-5 of the "Greenbook'I Standard Specifications . New curb ramps shall cleanly match' existing improvements where required. 10-8 . 6 Colored Type "A" Access Ramps - Construction of colored Type "A" access ramps shall conform to City of Palm Springs RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO, 02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS -SECTION 10- PAGE 10 0 Standard Drawings Number 212 and 212-A, and shall be constructed of concrete material that contains an integral concrete color admixture, Chromix C-11, "Desert Sand," as manufactured by L. M. Scofield Company, or equal, at locations shown on the plans . This ramp detail conforms to ADA standards as called for in the plans . The details specified in this Standard Drawing shall govern, but the plans shall be referred to for application location details. ADA standards shall be referred to for other specifications not explicitly stated or shown on the City of Palm Springs Standard Drawing. Construction material and application details shall conform to Section 303-5 of the "Greenbook" Standard Specifications . New curb ramps shall cleanly match existing improvements where required. The cost of the colored P.C. C. access ramps shall include any necessary saw-cutting, removal, and haul-away of the portions of curb and curb return which is required for the installation of the access ramps . 10-8 . 7 Driveway Approaches - Construction of concrete driveway approaches shall conform to City of Palm Springs Standard Drawing No. 205 . Driveway approaches shall be constructed to the dimensions as specified in the City' s Standard Drawing and as shown on the plans, but application details and other specifications not explicitly stated or shown in the City' s Standard Drawing shall conform to Section 303-5 of the "Greenbook" Standard Specifications . Concrete material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . 10-8 . 8 Bus Turn-Out. - Construction of 11" thick, reinforced concrete pavement for bus turn-outs shall be constructed as shown on the plans, and application details and other specifications shall conform to Section 303-5 of the "Greenbook" Standard Specifications . Concrete material shall be Portland Cement Concrete of type 560-C-3250 ( 6 Sack) . Type A1-6 curb constructed adjacent to concrete pavement for bus turn-outs shall be constructed monolithically with the concrete pavement for the bus turn-out. No cold or expansion joint between the concrete pavement and adjacent curb shall be allowed within the bus turn- out . 10-8 . 9 Concrete Steel Reinforcement - Steel reinforcement for concrete pavement for bus turn-outs shall consisting of #5 bars, conforming to ASTM A 615/615M, installed integral with the 11" concrete slab at 18" O. C. , both ways as specified on the drawings . Concrete reinforcement accessories shall consist of the following: RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS-SECTION 10-PAGE 11 Tie Wire : Minimum 16 gage annealed type. Special Chairs, Bolsters, Bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces : Plastic coated steel type; size and shape as required to meet ACI 318 and 'UBC requirements, Concrete reinforcement shall be placed, supported and secured against displacement . No deviations from required positions will be allowed. The Contractor shall maintain concrete cover around reinforcing per ACI requirements . ; 10-8 . 10 Decorative Concrete Pavement - Decorative concrete pavement shall be constructed of 6" thickness of type 560-C-3250 (6 Sack) concrete material and shall contain an integral concrete color admixture, "Antique Cork Color" , as manufactured by L. M. Scofield Company, or equal, at the location shown on the plan. The Colored concrete pavement shall be placed on a prepared subgrade and shall conform to Section 303-5 of the "Greenbook" Standard Specifications . The Contractor shall provide a smooth finish surface on colored concrete pavement. 10-8 . 11 Median Island Stamped Concrete - Stamped concrete pavement within median islands shall be constructed of type 560-C- 3250 (6 Sack) concrete material .' Stamped pavement shall be constructed of 4" thickness and shall contain an integral concrete color admixture, "Sunbaked Clay" color, as manufactured by L. M. Scofield Company, or equal at locations shown on the plans. Stamped concrete shall be placed on a prepared subgrade. Construction of stamped concrete shall conform to Section 303-6 "Stamped Concrete" and Section 363-7 "Colored Concrete" of the "Greenbook" Standard Specifications',. The Contractor shall provide a grooved/tooled 12" by 12" at 45° ;angle square pattern on stamped concrete, as approved by the Engineer. Sawcutting as a means of providing the 12" by 12" at 45' angle square pattern shall not be authorized. Before starting stamped concrete work, the Contractor shall provide concrete samples with finish and color to the Engineer for approval. 10-8 .12 Adjustment of Sewer Manhole -• The Contractor shall adjust the existing sewer manhole, to the grade of the stamped concrete in the median island, and adjust the manhole ring to fit behind the proposed curb, as shown on the plans . During adjustment, the Contractor shall cover all mainlines to prevent construction debris from falling' into the sewer system. The Contractor shall be responsible for all construction debris that enters the sewer system, and shall clean and flush all debris from the sewer system to the satisfaction of the City Engineer. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20102 SPECIAL PROVISIONS -SECTION 10- PAGE 12 10-8 . 13 Adjustment of Water Valve Covers to Grade - Water valve covers shall be adjusted to grade where shown on the plans in accordance with Desert Water Agency and City of Palm Springs Standards . 10-8 . 14 Vandalism - The Contractor shall be responsible for protecting all new Portland cement concrete construction from vandalism. Any vandalism identified on new concrete construction shall be removed and replaced by the Contractor, as required and directed by the City Engineer. 10-8 . 15 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, 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 reinforcement shall be considered as included in the payment for construction of concrete pavement, and no separate payment shall be allowed therefore . Payment for 6" Curb and 6" Curb & Gutter and shall be made at the unit price Bid per linear foot for "Construct Type Al-6 Curb" and "Construct Type A2-6 Curb and Gutter" per C. P. S. Std. Dwg. 200, and no additional compensation will be allowed therefor. Payment for P.C.C. Sidewalk per C. P. S. Std. Dwg. 210 shall be made at the unit price Bid per square foot for "Construct P.C.C. Sidewalk" , and no additional compensation will be allowed therefor. Payment for Colored P. C. C. Sidewalk per C. P. S . Std. Dwg. 210 shall be made at the unit price Bid per square foot for "Construct Colored P.C. C. Sidewalk" , and no additional compensation will be allowed therefor. Payment for construction of access ramps shall be made at the unit price Bid per each ramp for "Construct Type A Access Ramp" and "Construct Colored Type A Access Ramp" , and no additional compensation will be allowed therefore. Payment for P. C. C. Driveway approach per C. P. S . Std. Dwg. 205 shall be made at the unit price Bid per square foot for "Construct P. C. C. Driveway Approach" , and no additional compensation will be allowed therefor. Payment for Bus Turn-Out shall be made at the unit price bid per square foot for "Construct P. C. C. Bus Turn-Out" , complete in place, including required steel reinforcement, and no additional compensation will be allowed therefore . Payment for concrete RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS -SECTION 10-PAGE 13 curb constructed monolithic with the bus turn-out shall be made at the unit price bid per linear foot for "Construct Type Al-6 Curb," and no additional compensation will be allowed therefore. Payment for decorative concrete pavement shall be made at the unit price bid per square foot for "Construct Decorative P.C. C. Paving" , complete in place, and no additional compensation will be allowed therefore. Payment for median island stamped; concrete shall be made at the unit price bid per square foot for "Construct Median Island Stamped Concrete" , complete in place, and no additional compensation will be allowed therefore. Payment for adjustment of sewer manholes shall be made at the unit price Bid per each manhole for "Adjust Existing Sewer Manhole to Grade" , and no additional compensation will be allowed therefor. Payment for adjustment of water valve covers to grade shall be made at the unit price Bid per each valve for "Adjust Existing Water: Valve to Grade" , and no additional compensation will be allowed therefor. 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. 10-9 STORM DRAIN 10-9 „ 1 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 8" diameter vitrified clay pipe (VCP) as indicated), and shown on the plans . Installation of storm drain pipe shall conform to Section 306 of the "Greenbook" Standard Specifications . 10-9 .2 Drain Inlet - The Contractor shall construct nuisance water drain inlets per C. P. S . St'd. Dwg. 710, at the locations shown in the plans . RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS -SECTION 10-PAGE 14 • • 10-9 .3 Parkway Drain - The Contractor shall construct parkway drains per C. P. S . Std. Dwg. 705, at the locations shown in the plans . 10-9. 4 Storm Drain Junction Structure - The Contractor shall connect new VCP pipe to existing connector pipe per APWA concrete collar for RCP - STD. Plan No. 380-2, using 12" pipe criteria for 8" VCP, at the locations shown in the plans . 10-9. 5 Modify Catch Basin - The Contractor shall modify the existing catch basin by adding a concrete collar per detail as shown on the plans, and by adjusting to grade as required to fit with proposed adjacent curb. 10-9 . 6 Measurement and Payment - Measurement and payment for 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 storm drain pipe shall be made at the bid unit price per linear foot for " Install 8" V. C. P. Storm 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 nuisance water drain inlets shall be made at the unit price bid per each for "Construct Nuisance Water Drain Inlet" and shall constitute full compensation for construction of drain inlets, 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 parkway drain shall be made at the unit price bid per each for "Construct Parkway Drain" and shall constitute full compensation for construction of drain inlets, 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 junction structures shall be made at the unit price bid per each for "storm Drain Junction Structure" and shall constitute full compensation for construction of the junction structures, complete and in place, including excavation and backfill, disposal of waste, connections to pipes, and all appurtenant materials specified in the RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS - SECTION 10- PAGE 15 referenced standard drawings, and no additional compensation will be allowed therefore. Payment for modification of the catch basin shall be made at the unit price bid per each for "Modify Existing Catch Basin" and no additional compensation will be allowed therefore . 10-10 LANDSCAPING AND IRRIGATION SYSTEMS:: 10-10 . 1 Grading and Rockery Installation Materials : Fill Material: Existing soil shall be used whenever possible, but shall be free of debris, rubbish, organic matter, oil, weeds, rocks greater than 2" diameter and, other foreign matter. Decomposed Granite "Desert Gold" by Desert Rock and Supply, or equal, shall be applied 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 111f - 2" below top of curb or adjacent hardscape. The Contractor shall be responsible for import or export of backfill material necessary to achieve the required finish grades for landscaping areas . The Contractor shall furnish and apply pre-emergent weed control on all native or imported soil and decomposed granite per manufacturer' s specifications . 10-10 .2 Underground Irrigation Systems General . The irrigation design is diagrammatic. All irrigation equipment, except underground conduit that traverses the street, RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO. 02-04 CONSTRUCTION DETAILS 9/20102 SPECIAL PROVISIONS -SECTION 10-PAGE 16 • • 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 ' site conditions . 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 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 Engineer 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 Engineer. 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 City. Contractor shall connect irrigation system to water supply points of connection as indicated on drawings . RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO, 02-04 CONSTRUCTION DETAILS 9/20102 SPECIAL PROVISIONS-SECTION 10- PAGE 17 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: (a) 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: (a) Rigid PVC: PVC Class 2,00 . Pipe shall be continuously marked with: Manufacturer' s name, nominal pipe size, PVC type, SDR, NSF seal, ' and date of extrusion. (b) Rigid PVC Under Paving: Type 1, Grade 1, Schedule 40, IPS, ASTM D 1785 . (c) Poly Swing Pipe: As specified in Irrigation Detail Plans . Fittings : (a) 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 : (a) 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 . (b) Primer for PVC Pipe: As recommended by pipe fittings manufacturers . (c) PVC to metal joints shall be made with a PVC male adapter fitting or PVC 'Schedule 80 threaded fittings . RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO. 02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS -SECTION 10- PAGE 18 • • 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 Street pavement, sleeves for irrigation pipe and conduit for control wire shall be PVC: Type 2, Grade 1, Schedule 40 . Irrigation Controllers: As specified in Irrigation Detail Plans . Electric Control Valves: As specified in Irrigation Detail Plans . Valve Boxes : Shall be Carson #910 or #1419 series or equivalent with lid marked "Irrigation Control Valve" . The valve box covers shall be of a color that most closely matches the adjacent finish grade, composed of "Aztec Gold" decomposed granite or other material . Irrigation Heads and Drip Emitters: Drip emitters (Rainbird XREI-Bubbler, model no. PFR/FRA, with XB-20 nozzle, or equal) providing 1 gpm at 30 psi, shall be used with each plant or shrub, or as required by the Engineer. Deep watering tree bubblers (Rainbird 1404 or equal) shall be used for each tree or palm tree installed; providing 1 . 0 gpm at 30 psi . Deep watering tree bubblers and drip emitters shall conform to the details provided on the " Irrigation Details" plan (LD-2) . Backflow Prevention Assembly: Shall be as specified on Irrigation Detail Plans and shall be verified with Local Plumbing and Health Codes . Gate Valve: Shall be installed at all valves as specified on irrigation plans . Covers to gate valve boxes shall be of a color that most closely matches the adjacent finish grade, composed of " Desert Gold" decomposed granite or other material . 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 Engineer. The irrigation system design is based on the minimum flow demand shown on the irrigation drawings at each point of connection. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS-SECTION 10- PAGE 19 0 The contractor shall verify water ;pressure prior to construction and shall report any difference', between the water pressure indicated on the drawings and the actual pressure reading at the point of connection to the Engineer. 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 Engineer 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 Engineer, who will make the necessary arrangements . Disruption to existing systems shall be kept to a minimum. Verification of Finish Grade: The, Contractor shall verify, with the Engineer, 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 Engineer, , 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 Engineer. 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 Engineer. (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 RAMON'ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS -SECTION 10- PAGE 20 • 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 shown in the trenching and/or sleeving details located on Sheet LD-2 of the plans . Pipes and Fittings shall be installed according to details : (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 . 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 deburring the pipe end and cleaning the pipe and fitting from dirt, dust, and moisture. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS-SECTION 10- PAGE 21 The pipe shall be dry-iinsert.ed 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 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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS I CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20102 SPECIAL PROVISIONS-SECTION 10- PAGE 22 Cure joint a minimum of 30 minutes before handling and at least 6 hours before pressurizing. Irrigation Controller: Install according to manufacturer' s specifications and the detail on the plans and locate in general area shown on the Irrigation Plan with exact placement to be determined by the Engineer. (a) Connect control wires to controller in a sequential arrangement according to assigned identification numbers of the valves . Control wires shall be labeled 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 future 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 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 . 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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS-SECTION 10-PAGE 23 Backfilling: Backfill shall not be placed until the installed irrigation system has been inspected, approved, and tested in the presence of the Engineer. Backfill material shall be an approved sandy soil or sand. Unsuitable material, including clods and rocks over 2-1/4 inches in size, shall be removed from the premises and disposed of legally at part of the work under this Contract. Contractor shall make all adjustments without extra cost to the City. 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) 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 . RAMONI ROAD AND SUNRISE WAY STREET IMPROVEMENTS CONSTRUCTION DETAILS CITY PROJECT NO.02-04 9/20/02 SPECIAL PROVISIONS - SECTION 10- PAGE 24 0 0 (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. (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 for Public Works Construction, "Greenbook" , 2000 Edition. 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 the Engineer. (a) Static test for 6 hours at 125 psi (b) Tests shall be observed and approved by the Engineer prior to backfill . (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. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9120102 SPECIAL PROVISIONS-SECTION 10-PAGE 25 Completion of System: When the irrigation system has been completed, a performance test shall be done in the presence of the Engineer 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 City. The Contractor shall coordinate observation with the completion of planting. Job Acceptance: A preliminary final inspection will be performed on the date of completion of construction. The final acceptance shall be 30 days later, after the maintenance period. 10-10 . 3 Trees, Plants, and Groundcover 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 . Pre-emergent Weed Control: Pre-emergent weed control shall be "SurElan" or approved equal. Materials : Soil: Contractor shall use existing soil when possible . All soil used around planting shall be free of rocks 2" and larger. All soil shall be fully compacted. No'Iair 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 hav'I been grown under climatic conditions comparable to those of the subject site, unless otherwise specifically approved by the Engineer. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS', CONSTRUCTION DETAILS CITY PROJECT NO.02-04 SPECIAL PROVISIONS-SECTION 10 -PAGE 26 9/20/02 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 Engineer 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 Engineer. 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) Scarify sides of plant hole and root ball per installation details . (e) Fill to proper height with unamended native soil to receive the plant, and thoroughly tamp the mixture before setting the plant . (f) Set plant in upright position in the center of the hole, and compact the back-fill mixture around the ball and or roots . (g) Place plant tablets in back-fill per planting detail . Quantity of tablets used for each size plant container shall be per manufacturers specifications . RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9120/02 SPECIAL PROVISIONS-SECTION 10- PAGE 27 (h) 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. (i) 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 as shown on the Landscape Plan. Unless shown or noted otherwise on the Landscape Plan, all finish grades are to be level 11>!�"-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. 10-10 . 4 Maintenance And Plant Establishment Period Maintenance Period: The maintenance period shall be 30 days after completion of the irrigation, grading/rockery, and plant installation as determined and approved by the Engineer. The Contractor shall notify the Engineer when installation is complete and schedule a preliminary walk-through with the Engineer at that time. 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 wills have a new 30-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 30 day maintenance period. Project Maintenance: Proper maintenance shall include but is not limited to the following work: RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS', CONSTRUCTION DETAILS CITY PROJECT NO.02-04 9/20/02 SPECIAL PROVISIONS-SECTION 10-PAGE 28 0 1 . It shall be the contractor' s responsibility to notify the City prior to any maintenance performed on the contract area during the 30-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 30-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. 6. The entire irrigation system shall be checked weekly to ensure that the valves and controllers are fully operational . 7 . Litter pick-up shall be provided every Monday, Wednesday, and Friday during the 30-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 30-day maintenance period. 9. The Contractor shall maintain the landscape area free of weeds 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 30-day maintenance period. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO 02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS -SECTION 10- PAGE 29 11 . Pruning is to be done on trees and shrubs on a remedial basis only to correct form deficiencies . Pruning will be done to select plaints 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 10 and 20 days . Final walk-through is to be scheduled at the end of the 30-day maintenance period. Walk-through 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 landscape plan and planting detail plan, and shall include full compensation for excavating, grading, pre- treating, planting and all other appurtenant work. Special Note: Payment for construction of stamped concrete within median islands is NOT to be included in the lump sum price bid for "Landscaping," , but shall be made at the unit price bid per square foot for "Construct Median Island Stamped Concrete ." Payment for irrigation system 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 plan and irrigation detail plan, 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 30-day Maintenance 'and Plant Establishment Period shall be made at the lump sum price bid for 30-Day Maintenance Period, and will be made upon completion of the 30-day maintenance period. There will lbe no progress payments . The entire lump sum will be paid after the 30-day maintenance period. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CONSTRUCTION DETAILS CITY PROJECT NO. 02-04 9/20/02 SPECIAL PROVISIONS -SECTION 10-PAGE 30 0 The price shall constitute full compensation for all repair or replacement of plants, irrigation system, and rockery and all maintenance of facilities for the 30-day period. 10-11 TRAFFIC SIGNAL MODIFICATION, STRIPING, SIGNING, PAVEMENT MARKINGS AND MARKERS: 10-11 . 1 Striping, Signing, Pavement Markings and Markers : General. - Traffic stripes (traffic lines) and pavement markings shall conform to the provisions in Section 84-1 "General" and 84- 2 "Thermoplastic Traffic Stripes and Pavement Markings, " of the Caltrans Standard Specifications and these Special Provisions . Whenever the Contractor' s operations obliterate pavement delineation (lane lines, either pavement markers or painted lines or both) , such pavement delineation shall be replaced by Contractor before completion of project. Either permanent or temporary delineation shall be installed by Contractor before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type "L" temporary pop-ups) which shall be applied in accordance with the manufacturer ' s instructions . 'Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be considered as included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefor. Traffic striping and pavement markings may be installed at night after 8 : 00 p.m. or in the early morning before 6: 00 a.m. with the prior approval of the City Engineer. The Contractor shall install all raised pavement markers and reflectors, 72 hours after completion of final lift of asphalt as the job proceeds along, and shall rabbit track the proposed project, as the job proceeds before completion of work each day, not at total completion of final lift . The Contractor shall contact the Traffic Maintenance Supervisor of the City of Palm Springs, at (760) 323-8169, 72 hours before any legends are painted on city streets, to see that the pattern the Contractor is using match the pattern used by the City of Palm Springs . No other pattern will be allowed to be used except patterns that match City of Palm Springs . The Contractor shall paint all crosswalks, arrows and legends, 7 days after completion of the final lift of asphalt and again 21 days after completion of the final lift . RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS-SECTION 10-PAGE 31 Removal of Traffic Stripes and ', Pavement Markings . - Traffic stripes and pavement markings to be removed shall be as designated by the City Engineer. Where erasing methods are used for' the removal of painted traffic stripes and pavement markings or, for removal of objectionable material, and such removal operation is being performed within 3 meters (10 feet) of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the erasing machine and the surface being treated. Such removal shall be by sweeping concurrently with the erasing operation. Nothing in these Special Provisions shall relieve the Contractor from its responsibilities as provided in Section 7-1 . 09, "Public Safety, " of the Caltrans Standard ,Specification. Painting Traffic Stripes and Pavement Markings. - Traffic legends shall be of approved preformed thermoplastic. Pavement markers shall conform to the provisions 'of Section 85, 85-1 . 01 of the Caltrans Standard Specifications . ' THERMOPLASTIC PAVEMENT MARKINGS. - Thermoplastic pavement markings shall be durable, retro-reflective pavement marking material suitable for use as roadway, intersection, airport, commercial, or private delineation and markings . A. The markings shall be a resilient white or yellow alkyd thermoplastic product with uniformly distributed glass beads throughout the entire cross sectional area . Lines, legends, and symbols shall be capable of being affixed to bituminous and/or Portland cement concrete pavement . Other colors shall be made available as required. B. The markings shall be capable of conforming to pavement contours, breaks, and lfaults through the action of traffic at normal pavement temperatures . The markings shall have resealing characteristics . C. The markings shall have the ability to be applied in temperatures down to zero degrees C. (32 degrees F) . without any special storage, preheating or treatment of the material before application. The material shall be composed of alkyd resin, aggregates, pigments, binders, and glass beads which have been factory produced as a finished product, and shall be designed to meet the requirements of the current edition of the Manual of Uniform Traffic Control Devices for ' Streets and Highways . The RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS! CONSTRUCTION DETAILS CITY PROJECT NO.02-04 SPECIAL PROVISIONS-SECTION 10-PAGE 32 9/20/02 0 thermoplastic material shall conform to AASHTO designation M249- 79 (86) . Graded Glass Beads. - The material shall contain a minimum of 30 percent graded glass beads by weight . The beads shall be clear and transparent, with not more than 20 percent consisting of irregular fused spheroids, or silica. The index of refraction shall not be less than 1 . 50. Pigments . - Pigments shall conform to the following requirements : White. - Sufficient titanium dioxide pigment shall be used to ensure a color similar to Federal Highway White, Color No. 17886, as per Federal Standard 595 . Yellow. - Sufficient yellow pigment shall be used to ensure a color similar to Federal Highway Yellow, Color No. 13655, as per Federal Standard 595. The yellow pigment shall be of organic origin only. Skid Resistance. - The surface shall provide a minimum resistance value of 55 bpn when tested according to ASTM E-303 . Thickness. - The material shall be supplied at a minimum thickness of 3 . 18 mm (125 mils) . Environmental Resistance. - The material shall be resistant to deterioration due to exposure to sunlight, water, oil, gasoline, salt or adverse weather conditions . Application. - Application shall conform to the following requirements : Asphalt. - The material shall be able to be applied at ambient and road temperatures down to zero degrees C. (32 degrees F. ) without any preheating of the pavement to a specific temperature. The pavement shall be clean, dry, and free of debris . Supplier shall enclose application instructions with each container. Portland Cement Concrete. - The same application procedure shall be used as described under Asphalt. However, a compatible primer sealer shall be applied before application to assure proper adhesion. MARKERS : RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS-SECTION 10-PAGE 33 Pavement Markers - Pavement markers shall conform to the provisions in Section 85, "Pavement Markers, " of the Caltrans Standard Specifications and these Special Provisions . The second paragraph in Section 85'r1. 02 "Type of Markers" , of the Caltrans Standard Specifications shall not apply. The Contractor shall establish a'11 traffic striping by string line and rabbit tracking to provide markings that will vary less than 15 mm in 15 meters (1/2-inch ' in 50 feet) from the specified alignment . Bituminous adhesive shall not be used. All additional work necessary to establish satisfactory lines for markers shall be performed by the Conti-actor. Object Markers - Object Markers shall conform to the provisions in Section 82, "Markers and Delineators" of the Caltrans Standard Specifications and these Special Provisions . Contractor shall install Type K-1 ,Object Markers at the locations indicated in the plans, in accordance with Caltrans Standard Plan No. A73A. A copy of the Standard Plan is included in these, provisions . Blue Hydrant Markers . - Blue reflective raised pavement markers for fire hydrant delineation shall be "Bright Dot" round thermoset polymer pavement markers as manufactured by Clams, Products, or equal. The City will provide blue 2-way reflective markers to the Contractor. Bituminous adhesive shall not be used. Blue hydrant markers shall be installed 150 mm (6 inches) from the centerline stripe of the street and on a line perpendicular to the fire hydrant. When the fire hydrant is at an intersection, there shall be 2 blue markers installed. Each shall be placed 150 mm (6 inches) from the centerline stripe of the half-street closest to the fire hydrant and on a line perpendicular to the fire hydrant . Pavement markers shall conform to the provisions in Section 85, "Pavement Markers, " of the Caltrans Standard Specifications and these Special Provisions . TRAFFIC SIGNS Traffic Signs . - The Contractor, shall be responsible for the relocation of all existing regulatory signs (as required or shown RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS' CONSTRUCTION DETAILS CITY PROJECT NO.02-04 9/20/02 SPECIAL PROVISIONS - SECTION 10- PAGE 34 0 on the plans) and installation of all new regulatory signs, warning signs and guide signs. The Contractor shall be responsible for removal of all existing signage in the Work area. Care shall be taken to not damage the existing signs, for the Contractor shall be responsible for any damage. The Contractor shall install 760 mm (30-inch) long, 50 mm x 50 mm (2-in x 2- in) telespar sleeves for each traffic sign. When stop signs are removed, the Contractor shall temporarily re-erect them out of the immediate work area but at a location visible and obvious to motorists (existing signs to be removed shall be salvaged by the Contractor and returned in good condition to the City Corporation Yard) . The Contractor shall notify the City (a specific person will be designated at the pre-construction meeting) 72 hours in advance, of specific locations in which existing signs must be removed or relocated due to construction. 10-11 .2 TRAFFIC SIGNAL, SYSTEM General. - Furnishing, salvaging, relocating, modifying, and installing traffic signal systems and payment therefore shall conform to the provisions in Section 86, "Signals, Lighting, and Electrical Systems" of the Caltrans Standard Specifications and these Special Provisions . The existing traffic signal shall remain in operation until the new system is fully functional and ready for transition. Traffic signal work is to be performed at the following locations : - Ramon Road at Sunrise Way Description of Work. - The work to be done consists of installing salvaged and new (as shown on the drawings and as specified) signal equipment (poles, SMA, LMA, signal heads, conduit, conductors, pull-boxes, etc. ) . The signalized intersection shall remain fully operational until the new and relocated equipment has been installed and is ready to be fully operational, then the existing equipment shall be removed as specified and shown on plans. Foundations . - Portland cement concrete shall conform to Section 90-10, "Minor Concrete, " of the Caltrans Standard Specifications, and shall contain not less than 335 kg of cement per in (564 pounds of cement per cubic yard) . The exact location of all foundations for signal equipment and the service and controller cabinets shall subject to approval by the City Engineer prior to the start of any excavation work. In RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9120102 SPECIAL PROVISIONS -SECTION 10- PAGE 35 the event that roadway and intersection modifications by others have not been completed, the Contractor shall install foundations (and all other related items) at locations set back from the roadway where designated by the , City Engineer. The completed intersection and traffic signals shall appear as shown on the plans . Conduit. - The first paragraph in Section 86-2 . 05B, "Use, " of the Caltrans Standard Specifications is amended to read: Conduit to be installed in concrete structures and foundations shall be rigid metal. The conduit run between a structure and the nearest pull box shall be rigid metal . The fourth sentence in the third paragraph in Section 86-2 . 05C, "Installation, " of the Caltrans Standard Specifications is amended to read: When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, concrete- tight split coupling or concrete-tight set screw coupling shall be used. Insulated bonding bushings will Ibe required on metal conduit. All pull boxes shall be located behind the curb or at the locations shown on the plans . ! After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. At locations where conduit is to be installed under pavement and existing underground facilities require special precautions, conduit shall be placed by trenching as provided below. Installation of Conduit. - Conduit shall be installed by jacking or drilling only unless the City Engineer determines the material underlying the pavement warrants trenching. At locations where conduit is :,to be installed by jacking or drilling as provided in Section 86-2 . 05C, "Installation, " of the Caltrans Standard Specifications, and if delay to any vehicle will not exceed 5 mi'nutes, conduit may be installed by the trenching method as follows : All trenching shall be , approximately 50 mm (2 inches) wider than the outside diameter of the conduit to be installed and trench shall not exceed 150 mm (6 inches) in width. Conduit depth shall be a minimum of 600 mm (24 inches) or conduit !nominal diameter plus 30 mm (10 inches) , whichever is ! greater, except that at pull boxes the trench may belhand dug to required depth. RAMOIN ROAD AND SUNRISE WAY STREET IMPROVEMENTS CONSTRUCTION DETAILS CITY PROJECT NO.02-04 SPECIAL PROVISIONS - SECTION 10-PAGE 36 9/20/02 The outline of all areas of paving to be removed shall be cut to a minimum depth of 75 mm (3 inches) with an abrasive type saw or with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture and density. Conductors and Wiring. - Splices shall be insulated by "Method B. Multiple circuit conductors shall conform to the provisions in Section 86-2 . 08B, "Multiple Lighting Conductors, " of the Caltrans Standard Specifications . The fifth paragraph of Section 86-2 . 095, "Fused Splice Connectors, " of the Caltrans Standard Specifications is amended to read: Fuses shall be the standard midget ferrule type, with "Non-Time-Delay" feature, and shall be 10 . 3 by 12 . 7 mm (13/32-in by 1/2-in) . Liquid tight flexible metal conduit will not be required to separate telephone and power conductors in controller cabinets . Pull Boxes . - Pull boxes shall conform to the provisions in Section 86-2 . 06, "Pull Boxes" of the Caltrans Standard Specifications and these Special Provisions. Traffic Conduit and Pull Boxes. - The Contractor shall be very careful and shall protect the traffic conduits, conductors, or pull boxes during the saw-cutting and removal of the PCC sidewalk of each return. Any adjustment or replacement or repair of damage to said conduits, conductors, or pull boxes shall be done in accordance with the Caltrans Standard Specifications . Bonding and Grounding. - Grounding jumper shall be attached by a 5 mm (3/16 inch) or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been cast on foundation. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS-SECTION 10-PAGE 37 Electrical Service. - The twelfth paragraph in Section 86-2 . 11, "Service, " of the Caltrans Standard Specifications is amended to read: Except for falsework lighting, and power for the Contractor ' s operations, upon written request by the Contractor, the City Engineer will arrange with the serving utility to complete the service connections for'I both temporary and permanent installations and the city will pay all costs and fees required by the utility. Such request shall be submitted not less than 15 days before services connections are required. Testing. - On high-voltage series lighting circuits, the Contractor shall perform a high-voltage test consisting of an 8, 400-volt, 60-Hz alternating current between the conductors and a ground for 5 consecutive minutes and with the 2 ends of the circuit connected together. The initially applied voltage shall be applied to the entire completed circuit and shall not be greater than the rated voltage yof the cable and the rate of increase shall be approximately uniform and not over 100 percent in 10 seconds nor less than 100 percent in 60 seconds . The voltage shall be increased to the value of 8, 400 Volts root mean square and held at this value for ' 5 minutes . Functional testing shall not begin, nor signal energizing occur, on a Friday or on the day preceding a legal holiday. Functional Testing. - Functional testing shall conform to the provisions in Section 86-2 . 14C, "Functional Testing, " of the Caltrans Standard Specifications and these Special Provisions . Except for new or modified lighting circuits and sign illumination systems, the City will maintain the system or systems during the test period and will pay the cost of electrical energy for the operation of all the facilities that are undergoing testing. The cost of any necessary maintenance performed by the City, except electrical energy, shall be at the Contractor ' s expense and will be deducted from any monies due, or to become due the Contractor. The functional test for each lighting system shall consist of not less than 14 days . if unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained. RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CONSTRUCTION DETAILS CITY(PROJECT NO.02-04 SPECIAL PROVISIONS -SECTION 10- PAGE 36 9/20/62 • • Pedestrian Walkway. - One 1 . 2 meter (4-foot) wide pedestrian walkway shall be maintained in the parkway area on each side of all streets . The clearance from the pedestrian walkway to any traffic lane shall be 1 . 5 meters (5 feet) . Removing, Reinstalling Or Salvaging Electrical Equipment. - Salvaged electrical materials not used in completing the items of work shall be hauled to the City of Palm Springs Corporation Yard, 425 N. Civic Drive and stockpiled. Full compensation for hauling and stockpiling electrical materials shall be considered as included in the contract price paid for the item requiring the material to be salvaged, and no additional compensation will be allowed therefor. 10-11 .3 Vehicle Signal Faces And Signal Heads All signal heads shall be metal construction and powder-coated black in color. All vehicle signal heads shall be 12 inches with red, yellow and green indications, including arrows, conforming to the "Light Emitting Diode Retrofit Kit" specifications below. General: Light Emitting Diode Retrofit Kit -- The Light Emitting Diode (LED) retrofit kit shall be manufactured by The LED Sign & Signal Corporation, or equal. The LED retrofit kit shall replace the reflector, socket, gasket and lens assembly of the incandescent signal section and shall fit the sections of an incandescent signal face as specified in Section 86-4 . 01, "Vehicle Signal Faces, " of the Standard Specifications . Each retrofit unit shall consist of a convex lens made of clear ultraviolet stabilized plastic or glass, LED circuit board with 120-Volt AC quick disconnect connectors, and 2 conductors as specified in Section 86-4 . 01C, "Electrical Components, " of the Standard Specifications . Each conductor shall have a quick disconnect connector at one end and a spade tongue connector at the other. The unit shall be sealed with one-piece neoprene or EPDM (Ethylene, Propylene, Diene Monomers) gasket and shall be watertight . The Programmed Visibility Vehicle Signal Faces and the installations thereof shall conform to the provisions of Section 86-4 . 05 of the Caltrans Standard Specifications . Optical : The LEDs shall be the ultra bright type and shall be rated for 100, 000 hours of continuous operation at nominal current and at 25 degrees C. The minimum operating temperature range shall be from -25 degrees C. to 75 degrees C. The LED emission RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20102 SPECIAL PROVISIONS -SECTION 10- PAGE 39 • spectrum shall be 660 nm. The viewing angle shall be not less than 30 degrees . Each LED for the 8-inch and the 12-inch circular indications shall be rated at 800 millicandelas (mcd) , minimum. The minimum number of LEDs for an 8-inch circular indication shall be 425 and for a 12-inch circular indication shall be 595 . The LEDs shall be wired in a. minimum of 5 parallel strings for the 8-inch circular indications and a minimum of 7 parallel strings for the 12-inch. The LEDs shall be arranged uniformly throughout the circle. The burn--out of any LED in a string shall only result in the loss of that string, not the entire indication. Each LED for the 12-inch arrow indications, if required, shall be rated at 600 mcd, minimum. The minimum number of LEDs shall be 255 . The LEDs shall be arranged in lines and shall be wired in a minimum of 3 parallel strings. The burn-out of any LED in a string shall only result in the , loss of that string, not the entire indication. Electrical: The LED retrofit units shall be connected directly to 120-Volt AC with quick disconnect terminals . The operating voltage range shall be from 92-Volts AC to. 125-Volts AC. The fluctuations of line voltage shall have minimum effect on the luminous intensity of the indications . The indications shall not glow immediately after de-energization. A step down transformer shall not be used. The nominal power consumption at 120 Volts AC for an 8-inch and a 12-inch circular indication shall not exceed 25 Watts and30 Watts respectively. The nominal power consumption for a 12-inch arrow indication, if required, shall not exceed 15 Watts at 120 Volts AC. Type SV-1-T mountings with 5 sections and SV-2-TD mountings shall be bolted to the standard through the upper pipe fitting in a manner similar to the terminal compartment. Detectors . - Detectors shall conform to the provisions in Section 86-5 "Detectors, " of the Caltrans Standard Specifications these Special Provisions, and City Standard Drawing No. 613A. Loop detector lead-in cable shall be Caltrans Type B. In lieu of the requirements in the fourth paragraph of Section 86-5 . 01A (5) , "Installation Details, " of the Caltrans Standard Specifications, slots in asphalt concrete pavement shall be filled as follows : A. Asphaltic concrete sealant for inductive detector loop installation shall be furnished by the Contractor. Rubberized sealant shall be'. utilized in asphalt concrete RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9/20/02 SPECIAL PROVISIONS -SECTION 10-PAGE 40 ® • roadways only. Elastomeric sealant shall be utilized in portland cement concrete roadways only. In no case shall "hot-melt" sealant be used in any instance. B. Asphaltic emulsion sealant shall conform to State Specification 8040-41A-15 and shall be used only for filling slots in asphaltic concrete pavement. Such materials shall not be used in slots which are 16 mm (5/8-in) wide or where the slope causes the material to run from the slot . The material shall not be thinned in excess of the manufacturer' s recommendations and shall not be placed when the air temperature is less than 7 degrees C. (45 degrees F. ) . C. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface. D. Temperature of sealant material during installation shall be above 21 degrees C. (70 degrees F) . Air temperature during installation shall be above 10 degrees C. (50 degrees F) . Sealant shall be flush with the pavement surface. Minimum conductor coverage shall be 25 mm (one inch) . Loop detectors in any given lane shall not detect any vehicle in adjacent lanes . Size of individual loops may vary from that shown on the Plans . The Contractor shall test the detectors in accordance with the Caltrans Standard Specifications. New traffic loops shall be installed within a maximum of 2 calendar days prior to activation of the traffic signal . Existing traffic loops that are damaged during the course of construction shall be replaced within 2 calendar days of being damaged. Program Card. - The program card to configure the detection of vehicles will be determined by the City and provided to the contractor at the pre-construction meeting. 10-11 . 4 Payment Payment for traffic striping, signage and markings shall be made at the lump sum price bid for "Traffic Striping, Signage and Markings" , complete and fully installed, as shown on the Traffic Signing and Striping plan, as specified in the Caltrans Standard Specifications and in these Special Provisions and as directed by RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9120/02 SPECIAL PROVISIONS-SECTION 10-PAGE 41 the Engineer, and no additional compensation will be allowed therefore. Payment for traffic signal modification shall be made at the lump sum price bid for "Ramon Road and Sunrise Way Traffic Signal Modification" , complete and fully installed and operational, as shown on the Traffic Signal Modification plan, as specified in the Caltrans Standard Specifications and in these special provisions and as directed by the Engineer. Payment shall include full compensation for all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, salvaging, relocating, modifying, installing, testing and salvaging the traffic signal system including traffic signal detectors, and all appurtenant work, and no additional compensation will be allowed therefore. END OF SECTION - RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS I CITY PROJECT NO.02-04 CONSTRUCTION DETAILS 9120/02 SPECIAL PROVISIONS -SECTION 10- PAGE 42 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III - APPENDIX RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CITY PROJECT NO. 02-04 STANDARD DRAWINGS: 1. CITY OF PALM SPRINGS STANDARD DRAWING NO. 200 2. CITY OF PALM SPRINGS STANDARD DRAWING NO. 205 3. CITY OF PALM SPRINGS STANDARD DRAWING NO. 206 4. CITY OF PALM SPRINGS STANDARD DRAWING NO. 210 5. CITY OF PALM SPRINGS STANDARD DRAWING NO. 212 6. CITY OF PALM SPRINGS STANDARD DRAWING NO. 212-A 7. CITY OF PALM SPRINGS STANDARD DRAWING NO. 402 8. CITY OF PALM SPRINGS STANDARD DRAWING NO. 624 9. CITY OF PALM SPRINGS STANDARD DRAWING NO. 700 10. CITY OF PALM SPRINGS STANDARD DRAWING NO. 705 11. CITY OF PALM SPRINGS STANDARD DRAWING NO. 710 12. CALTRANS STANDARD PLAN NO. A73A 13. AMERICAN PUBLIC WORKS ASSOCIATION STD. PLAN No. 380-2 DUST CONTROL 'SIGN RAMON ROAD AND SUNRISE WAY STREET IMPROVEMENTS CONTENTS CITY PROJECT NO.02-04 PART III 9/27102 NO. EVISI�ONS APPROVED DATE ,,,--R= 1/2' R= 112" A. C. PVMNT. 1 1/2" R=1/2" 1/4" LIP ITYP.I 41' 0 0 R-l" A. C. PVMNT, _�7 r/2'�_ R=1/2" Al-6 A1-8 A2-6 A. C. PVMT. 24.-1 61 2" '2' - r �_7R ((/2" n �l 1/21 Ix 1/2' 6" /4- LIP (TYP.) ci R-I" 2' A2-8 ONSITE ONLY ONSITE ONLY Bi B2 24" 3' 3' 2' A Rt' SLOPE 1/2"— SLOPE j PR ;LOWLINE 6 • OF GUTTER 1/2'. FIBER EXPANSION JOINT— 6' CR OS$GUTTER-SECONDARY THOROUGHFARE Dl Cl - END OF CURB 4' 4' 101, 'u 2" 1_6 2" SLOPE 1/2" SLOPE 8' CROSSGUTTER-MAJOR THOROUGHFARE NOTES: D2 A. C. PVMT,. I. TYPES A-HIGH DIKE, Al-6, AND AI-8 ARE BARRIER CURBS. A-HIGH DIKE 2. TYPES A,B.0 AND D ARE CONSTRUCTED OF PORTLAND CEMENT CONCRETE. 560-C-3250 16 SACK). 3. TYPE A-HIGH DIKE IS CONSTRUCTED OF ASPHALTIC CONCRETE (E AR B000) 4. TYPE B CURB AND GUTTERS ARE FOR ONSITE USE ONLY. 5. ALL EXPOSED CORNERS ON P.C.C. CURBS AND GUTTERS SHALL BE ROUNDED WITH A 1/2" RADIUS. 6 A.C. PAVEMENT SHALL BE 1/4" ABOVE LIP OF GUTTER. 7. EXPANSION AND WEAKENED PLANE JOINTS, SEE SECTION 303-5.4L SCORING 5 FEET MAXIMUM. SPACING FOR I't DEEP WEAKENED PLANE JOINTS 10 FEET. CrrY OF PALM SPRINGS APPROV� DATE: DEPARTMENT OF PUBLIC WORKS 2 931 CITY ENGINEER R.C.E. DRAWN LE NO. STANDARDS CURB AND GUTTER CHECKED BY: E.R.F. IDWG. NO. 200 NO. REVISIONS APPROVED DATE I a' A.0 PVMT "A" VARIES NI5' 70 10 3: ' I/4" PE FOOT R EDGE OF GUTTERI 4 z SHOWN THUS ON PLAN iD BECT10N;B-B W. 2 2 ____ -- -- --- a�---- --- 1\ I � I �ry I i y GIB I I I I I I I I I HANDICAPPED RAMP PER C.P.S. S D. DWG. 212 ITYP.I I WEAKENED PLANE JOINT ITYPI SEE C.P.S. STD. DWG. 200 FOR CURB AND GUTTER B�-� NOTES I. THIS DRIVEWAY DESIGN FOR PARKING LOTS WITH 100 VEHICULAR SPACES OR GREATER. 2. ALL DRIVEWAYS SHALL BE 6" THICK PORTLAND CEMENT CONCRETE. 3. MIX DESIGN SHALL BE 560-C-3250 16 SACKI, 4, WEAKENED-PLANE JOINTS SHALL BE INSTALLED AT BOTH SIDES OF ALL DRIVEWAYS AND AT APPROXIMATELY 10' IMAX.I INTERVALS. 5. W/2 - A MINIMUM OF 16'. 6. RADIUS SHALL BE A MINIMUM OF 12' CITY OF PALM SPRINGS APPRO DATE: DEPARTMENT OF PUBLIC WORKS ' '`` 28931 CITY ENGINEER R.C.E. DRIVEWAY APPROACH DRAWN BY: M.V.H. STANDARDS WITH CURB RETURNS CHECKED BY: E.R.F. DWG. NO. 205 NO. VISIONS APPROVED DATE SHOWN THUS ON PLAN / -T.C. ELEV. w / F.L. ELEV. rc ' Q / B.C.R./E.C.R._ � I f I f � I N � I C 4 FL W LINE ryh v O ST AIGHT w GRrDE � I V I0 f I O 4i I I T.C. ELEV. a F.L. ELEV. 3 I Z� ELEV. a P.I,G. F m fI rw I ow I =z f-� 1D W I •• •�• of I NOTES: I. WEAKENED-PLANE "JOINT'SHALL-BE.INSTALLED 'AT .BEGINNING ar AND END OF SPANDREL AND TRANSITION. wm 2. SPANDREL, CROSS GUTTER AND TRANSITION SHALL BE 6' THICK PORTLAND CEMENT CONCRETE. 3. CONCRETE SHALL BE 8` THICK PORTLAND CEMENT CONCRETE. I560-C-3250, 6 SACKI- 4. CURB FACE HEIGHT SHALL 6' OR 8' AS SHOWN ON DRAWING. 5. CROSS GUTTER -W' SHALL BE CALLED OUT ON PLANS AS 6' OR 6' AS PER C.P.S. STD. DWG. 200. 6. SEE C.P.S. STD. DWG. 212 FOR ADDITIONAL REQUIREMENTS. 7, SEE C.P.S. STD. DWG. 110 FOR PAVEMENT REQUIREMENTS. CITY OF PALM SPRINGS AP7p DATE: DEPARTMENT OF PUBLIC WORKS 99JJ 28931 CITY ENGINEER R.C.E. CURB RETURN, SPANDREL DRAWN BY: S J C [ILL NO. STANDARDS AND CROSS GUTTER CHECKED 8Y: E.R.F. I DWC. NO. 206 Z O m ram-, ZONE C.B.D. - FACE OF CURB TO PROPERTY LINE z -3 ZONES R-2 THRU 8, C. AND M - B' -{ m O ZONE R-1 - 5' ,-Tmj `� A.C. PAVEMENT 4' MIN. SIDEWALK SLOPE = 1/4" 1' HILLSIDE STREETS 2 7. C7 rTI 0 m > FOR FINISH SEE SECTION 4' P. C. CONC. SHALL BE A MINIMUM 3250 LB. cn 303-5.5 OF THE STD. SPECS. CONCRETE IN ACCORDANCE WITH THE STANDARD O m '" CURB & GUTTER FOR PUBLIC WORK CONSTRUCTION SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION Lo SEE C.P.S. STD. DWG, 200 LATEST EDITION. LATEST EDITION (560-C-3250, 6 SACK). L/] Z (z] NOTES c N 1. FOR EXPANSION AND WEAKENED PLANE JOiN—lS SEE SECTION 303=5 4 2 AND 303-5.4.3 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. THE SPACING FOR _ 0 n D 1" DEEP WEAKENED PLANE JOINTS SMALL BE 10 FEET. SCORING SHALL BE DONE EVERY 5 FEET. _ > y 2. ORNAMENTAL SIDEWALKS SHALL BE ALLOWED IF STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER m o m x THAN THE PROVISIONS OF,THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST o� m � p EDITION AND ARE APPROVED BY THE PLANNING COMMISSION. 3. PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS - SIDEWALK FROM FACE OF CURB TO { Z m c PROPERTY LINE. m N . 4. INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA - SIDEWALK FROM FACE OF CURB z TO PROPERTY LINE. r m 5. STREETS IN EXCESS OF 5 7. SLOPE, WITH SIDEWALKS, SHALL HAVE MIN. 6' X 6' LANDING AREAS z oT EVERY 400' WITH A MAXIMUM 2% SLOPE BFHIND THE SIDEWALK. D -06. A MINIMUM 46" CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. � m i 7. MODIFICATIONS BASED ON SITE-SPECIFIC CONDITIONS SHALL BE REVIEWED BY THE DEVELOPMENT 0 O Z Z o c COMMITTEE.o m m B. SEE ALSO BIKEWAY REQUIREMENTS. CD0 cn m 9. FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS. D TV D z A m V) NO. REVISIONS APPROVED DATE mw BACK OF EXISTING SIDEWALK APPROX. 3/4" VARIABLE HEIGHT RETAINING - CURB IF NECESSARY AT EDGE I 1/4" 1; ' OF SIDEWALK (NOT NECESSARY T} WERE EXISTING WALL IS / II I I •:,•. .' , '•`••� ••',`,!' ,•• ' ? ADJACENT TO EDGE OF SIDEWALK �. 1�4- .+ GROOVING DETAIL 6„ +. �1+ SEE NOTE NO.1 OF v DWG. NO. 212—A PROVIDE EXPANSION JOINT WHERE EDGE OF RAMP IS 2t� EXIST. CURB AND GUTTER ADJACENT TO WALL ` (OR MONOUTHIC_CROSS—GUTTER) j5 • 0.45• N 4' OVTRCUT @@@ - ,�p^� (� O O .O SIDEWAik TRUNCATED DOMEE' REWIRED IF RAISED TRUNCATED =� RAMP SLOPE IS LESS THAN 6.67% DOME PATTERN IOz MAX. AT CURB (TYP) TOP OF VARIABLE HEIGHT RETAINING EXIST. PCC SIDEWALK CURB (IF NECESSARY) f' 4�. . . 4(TYP.) SECTION A-A VARIABLE HEIGHT RETAINING pL TOP OF RAMP (ROUNDED) CURB, IF NECESSARY EXIST. PCC SIDEWALK w I 4 EAST. POO CURB AND - lY OF CRe0�F5 _ GUTIFR OR MONOLITHIC -11 '-y 8.33X MAX MAATCH EXIST. PCC • ..•. .. ...... ...r�..�_ �...:. -. = WTiER (6' MIN. THICKNESS) SECTION B-B 4" OVERCUT 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 �y1 / DAB ° ENGINEERING DEPARTMENT ✓" L 26931 CITY ENGINEER R.C.E. CURB RAMP DETAIL - TYPE A DRAWN BY: G.F.F. =G. N ARD CHECKED BY: M.V.H. 12 N0. 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 MAY BE 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 6.677 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 5. WHEN DETECTABLE WARNING SURFACE IS NOT REQUIRED ON A CURB RAMP, THE CONCRETE FINISH OF THE RAMP AND ITS FLARED SIDES .SHALL HAVE A TRANSVERSE GROOMED SURFACE TEXTURE ROUGHER THAN THE SURROUNDING SIDEWALK. 6. TRANSITION FROM RAMPS TO WALKS,GUTTERS, OR STREETS, SHALL-BE 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. CURB 8. RAMP SIDE SLOPE LONGITUDNAL SIDEWALK SLOPESLOPEES RAD ADJACENT TO TOP OF THE RAMP.MLY FROM A MAXIMUM OF 107 T T CONFORM EXCEPTTTYPEB (DWG. NO.). 9. EXISTING CURB FACE HEIGHTS,- SIDEWALK AND CUTTER SLOPES AND DIMENSIONS WILL VARY FROM LOCATION TO LOCATION. EXISTING PARAMETERS AND MAXIMUM RAMP SLOPES SHALL CONTROL FINAL HORIZONTAL DIMENSIONS. 10. RAMPS SHALL BE MARKED IN THE FIELD BY THE CONTRACTOR AND APPROVED BY THE CITY ENGINEER PRIOR TO SAW CUTTING. 11. THE CONTRACTOR SHALL COORDINATE THE WORK WITH AFFECTED UTILITY AGENCIES OR OTHER PUBLIC AGENCIES TO RELOCATE ANY'ANTERFERING 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. OWG. NO. 1212 ARE: BASED UPON CONSTRUCTION WHERE A LEVEL CURB GRADE SITUATION EXISTS. WHERE STREET GRADES SLOPE, STRICT ADHERENCE TO THE MAXIMUM SIDE FLARE SLOPE OF 10 PERCENT MAY NOT BE POSSIBLE TO ACHIEVE. IN SUCH CASES, THE SIDE FLARES WILL BE PERMITTED TO VARY DEPENDING UPON CURB GRADE. THE FOLLOWING TABLE LISTS THE APPROXIMATE SIDE FLARE DIMENSIONS CORRESPONDING TO INCREASING CURB GRADES (FOR '6-INCH AND 8-INCH CURB HEIGHTS) IN ADHERENCE TO A.D.A. MAXIMUM ALLOWABLE SLOPES'. SIDE FLARES IN EXCESS OF 20 FEET WILL NOT BE REQUIRED, 6-INCH CURBS _ 8-INCH CURBS CURB GRADE_ DOWNHILL SIDE UPHILL SIDE DOWNHILL SIDE UPHILL SIDE 0 (LEVEL) 4.0 FT. 4.0 FT_ 5.0 FT. 5.0 FT. 2 PERCENT 4.0 FT. 4.4 FT. 5.0 FT. 6.0 FT. 4 PERCENT 4.0 FT. 5.4 FT. 4.0 FT. 7.4 FT. 6 PERCENT 4.0 FT. 7.1 FT. 4.0 FT. 9.6 FT. 8 PERCENT 4.0 FT. 10.2 FT. 4.0 FT. 13.9 FT. 10 PERCENT 4.0 FT. 18.3 FT. 4.0 FT. 20.0 FT. 12 PERCENT 4.0 FT. 20.2 FT. 4.0 FT. 20.0 FT. CITY OF PALM SPRINGS APPROVED: �/ / DATE: W ENGINEERING DEPARTMENT �J ✓� 28931 - CITY ENGINEER R.C.E. DRAWN BY: G.F.F. FILE NO. STANDARDS CURB RAMP - GENERAL NOTES CHECKED BY: M.V.H Dwc. No. 212-A NO. REVISIONS APPROVED DATE P.G. CONCRETE RING PER SUBSECTION 303-5.1 OF THE STANDARD SPECIFICATIONS SET TOP OF STANDARD MANHOLE FRAME- AND (560-C-325D-6 SACK) COVER AT FINISH GRADE OF STREET PAVEMENT SEE C.P.S. STD DWG. NO. 400 10 " 1/4" (IYPI 0 m ASPHALT CONCRETE "i. �� �- PROVIDE 9" ADJUSTMENT PAVEMENT. THICKNESS :' 3-24"X3" GRADE RINGS AS SHOWN ON PLANS. ALL JOINTS SHALL BE GROUTED PER SUBSECTIONS 202-2.2.2 AND 303-1.8.2 OF THE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION. NOTES- 1. WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY MODEL NO.S 1310/1", 1 1/4", 2", AND, 1312/1", 1 1/4", AND 2" OR EQUAL. SOUTH BAY FOUNDRY, P.O. BOX 1256, NATIONAL CITY, CA. 91950, (6191 474-8481. 2. MAXIMUM OF 3 GRADE RINGS. CITY OF PALM SPRINGS APPROV Do ,/ DATE: f DEPARTMENT OF TRANSPORTATION � it 31 CITY ENGINEER R.C.E. TOP OF MANHOLE DRAWN BY: FILE RBJ ND. STANDARD ` DETAIL CHECKED BY: DJB DWG. NO. 402 NO- 11111111kREVISIONS _ APPROVED DATE REGULATORY, WARNING OR GUIDE/y y\ SIGN .080 GAUGE ALUM. SIGN WITH HI-INTENSITY LETTERS / AND BACKGROUND COVERED \ / WITH 3M 1150 GRAFFITI— PROOF OVERLAY / SIGNS SHALL BE ATTACHED TO \ /� POST UTILIZING TWO UNISTRUT DRIVE RIVETS NO. TL 3806. 86° z m 90` LL 2" X 2" X 12 GAUGE TELESPAR o POST OF SUFFICIENT LENGTH TO EXTEND FROM TOP OF SIGN TO 7" INTO SLEEVE AND STILL LL PROVIDE T' OF CLEARANCE. Y m J a � 3 µZ U aW 24" mE o IF S/W m W LL < 5' p O a Y LL U a 72. I PLAN VIEW IF S/W > 5' EXIST. F.S. FACE OF CURB 12%, _ SEE DETAIL BELOW I0 % J FRONT ELEVATION 2-I/4" x 2-I/4" x 30" 112 GAUGEI TELESPAR SLEEVE PER POLE 3-4" ABOVE THE EXISTING D SURFACE. EXISTING GROUND a 0 ^ 0 POST INSTALLATION DETAIL SIDE ELEVATION CITY OF PALM SPRINGS APPROVED: f / DATE: .�"J'�`` DEPARTMENT OF TRANSPORTRANSPORTATION2 931 CITY ENGINEER R.C.E. DRAWN BY: R B.J IL STANDARDS SIGN INSTALLATION CHECKED BY: E.R F DWG. No. 624 NO REVISIONS IAPPROVED I DATE M.H. FR.d COVER-ALHAMBRA 2'.TYR SEE DETAIL NO. I FOY A-1530 PARKWAY TYPE NOTES 473 BARS I. THE 3/4"PROTECTION BAR SHALL BE EMBEDED 41/2" tr --------- ;• . j 6"INTO THE CONCRETE AT EACH END OF 3/4 GALV.STEEL 1 THE CATCH BASIN, \ STEP 3 R 2. #A-3911 ALHAMBRA OR EQUAL FORMED STEEL ' ,��.. .SEE NOTE 2 �.t� PLATE CURB BAR SHALL BE EMBEDED 6" INTO CONCRETE AT EACH END OF THE CATCH to _ �4"# BASIN. 3-12'�o.c. { 3. "H" DIMENSION 5'-6" OR OVER SHALL REQUIRE r4 SUBMISSION OF INDIVIDUAL ENGINEERING 3R '" CALCULATIONS BY A REGISTERED ENGINEER. SLOPE TO OUTLET '-I IN ALL DIRECTION A P.C. CONC. SHALL BE MIN. 3,250 LB. CONCRETE IN ACCORDANCE WITH THE STD SPECS.FOR w -12'ua, I PUBLIC WORKS CONSTRUCTION.J560C-3250' 6 SACK) 12d 12d 6" 7" 6., 4- ", SECTION A-A CURB FACE BK. OF CURB 5" 2'-7° CORED \N v BATTER LINE 4 • ' I B" MEET EXIST. A.C. 172 -- N 3/4"GALV.BAR ,e = • ' ' 6 SEE NOTE I �_� "' " •' #-3 BARS F I #3 BARS-12"o.c. 3"CLEAR 1 4 1 tl , 2 I"It 20"SUPPORT BOLT 3 (SEE SCHEDULE) At SUPPORT BOLT SCHEDULE +. 2-REQ'D AT 1/3 PTS WHEN W=14' w - 4_2, 21, I-REQ'0 AT1/2 PTS WHEN W= 7' 2„ DETAIL N0. 1 I-REQ'D ATI/2 PTS WHEN W=4' 6"6" A 4F3 BARS-12"D.C. EACH W Y4--, ` / T 4"R BOTTOM #3 BARS TOP q 2 STEEL PLANS 2 s APP.C.C.RES.NO.10766,DATED T-II-73. CITY OF PALM SPRINGS Ar•rw"vea. DATE. ? 6 73 DEPARTMENT OF COMMUNITY DEVELOPMENT 16534 CURB INLET CATCH BASIN TY EMEI EE C,E. DRA Er• FILE w0. ' G.E.C. STANDARDS "TYPE 'A ."ECEED EYE J.H.A, DWE.NO. 700 All N0. REVISIONS — APPROVED DATE PIPE PER IMPROVEMENT SIDEWALK FINISH HINGE COVER AT TOP OF FRAME OR GRADING PLAN GALVANIZED STEEL ANGLE I (� 2'IMI I l PyT, BATTER 1:12 IS=O.OZII FRAME a COVER P.C.C. CONC.- I--e• SLOPE PER FT. W SECTION A-A < ! A,IR. 6" B u no. 3 E 12" MAX I.6' CLEAR I w r INL£T SECTION-INLET TYPE I ' J BARS INLET 1 ' TYPE I TYPE I II SECTION B-B a - - iA -ROUND STEEL EAR B '11 I ' B ySTATION AS SHOWN ON PLAN Or SECTION-INLET TYPE II ANCHOR OCTAL$ I ANCHOR I (NOTES 6eTl � 3' PONT "M' POINT 'N' POINT '0" JI DETAIL OF ANCHOR A I S --------------------------- ►ice JD GRADE LINE AS ' eHOWN ON PROFILE. _______________ POINT '0' ----___- POINT 'P' FLOW LINE, — PONT N PONT " PROFILE STEEL LIST 'F�p GALVANIZED x0. AR ASTM-A61 NOTES-Lip• S B sT6i ulaE ANCHORS SuIZTE SPACING LENGTH -OM 3 2iK2RT Z mJ 7" 1'-9" Z3K L FLOOR OF BOX TO BE TROWELLED SMOOTH. I-6" •• 2. WHEN THE TOE OF SLOPE IS WITHIN THE R\W, INLET TYPE,I BEGINS AT THE TOE RATHER THAN AT THE R\W LINE. Z• 6 • 3'-3" 3. FOR OPEN BITCH APPROACH ITYPEIII THE 2' EXTENSION IS NOT REQUIRED 3, 9" WHEN THE BACK OF WALK IS 2' OR MORE FROM THE R/W ALINE. 3•_0 •• 3 " 4. TOP OF INLET STRUCTURE (TYPE IBIII TO BE FLUSH WITH ADJACENT SURFACE 3'-6 6" 4•-3•• WHERE PRACTICABLE. 4•_0 S" 4'-9" 6. A HEADED STEEL STUD a"X6T WITH HEAD CA" ATTACHED BY A FULL 4'-6 4" 3"'x 3'-i- 6r 5'-3.. PENETRATION BUTT WELD MAY BE USED AS AN ALTERNATE ANCHOR. 5' O 5" 5'-9" 6. NORMAL CURB FACE AT POINT M AND Q. B•.i AT POINT NI AND P. 5.-6_ „ ,. 4" 6'-3" T. THE 3' LEG OF THE INTERIOR ANCHORS SHALL BE PARALLEL TO THE: 6.0 " 3 T 6'-9- TOP OF SIDEWALK. CffY OF PALM SPRINGS APPROVED: DATE: 28931 DEPARTMENT OF TRANSPORTATION CITY ENGINEER R.C.E. - DRAWN BY: S.H.K IL NO. STANDARDS PARKWAY DRAIN CHECKED BY: E.R.F. DWG. NO. 705 NO. REVISIONS APPROVED DATE INLET PIPE FOR C.B. NO. 2 ONLY. NEW CROSS GUTTER — _ TRAFFIC CAST IRON BICYCLE PROOF GRATE AND FRAME NO. A-2012 BY ALHAMBRA FOUNDRY OR APPROVED - - EQUAL. 6 I BROOKS PRODUCTS 200 FPB CONC. f z BOX OR APPROVED EQUAL. w z NEW CROSS GUTTER o I I a EXISTING CROSS GUTTER 0 t- U W Z Z - O U D j NEW 6" P.C.C. CROSS GUTTER. TRAFFIC CAST IRON BICYCLE PROOF co GRATE AND FRAME NO. A-2012 BY ALHAMBRA FOUNDRY OR APPROVED EQUAL. ��/�� o /������ .✓ NEW 6" P.C.C. CROSS GUTTER. BROOKS PRODUCTS 200 FPB CONC. BOX OR APPROVED EQUAL. DETAIL A R pyyy{�� p GWSEAS\EU010 UAWG CITY OF PALM SPRINGS APIA E DATE: 4? DEPARTMENT OF PUBLIC WORKS Y� CITY ENGINEER 89 E NUISANCE WATER DRAINS DRAWN BY MVH FILE NO. STANDARDS CHECKED BY D.JP DWG. NO. 7100 z Pna�P�r z.err o+ ar0et plot. 20D , W.A.KEA"E01 ¢5 I I July 3.mlro uos v ]d-e _ IEOx3O0 mm ellOw ISO mm fe flective r ellolY eM1aeTln9 ' III fhcrWe 'W11 • sM1eeting mmII TYPE K-1 FR NT REAR TYPE L-f ---------------------- Iso i O 0 b SM1ee tln9 II�W Z �A 150 ISOx300 mm e V r.naw - TYPE K-2 G1 / reflective V SM1eetln9 a 7 8 NOTE I.Tose au:cadoafmarkal57 wnma oota onec nnl s. • i es�; "' brae vs mm nm ranee yeno. pavem.nt surface eM1eetln9 TYPE L-2 TYPE K-4 1Ral f.Mcte I.rl 0 �jrf.ae Y t STATE DF fALIFOPM1IA DEPARtMENT OF TflANSFDRTATII OBJECT MARKERS NO SCALE ALL OOlEIiSIOS ARE el AALLIMETERS MESS OTRERNISE S." A73A 15M 0 300 mm (#4 0 12' 330-C-23 (560-C-3250) CONCRETE L/2 (TYP.) 25 mm (11 (TYP.) 7. D L T 300 mm (12') 300 mm (129 100 mm (4m) NEW OR ---E_—_ EXIST. PIPE -_1 450 mm (181) 300 mm (12') 125 mm (50) — 600 mm (24*) 300 mm (12-) 150 mm (61 750 mm (30") 450 mm (181) 175 mm (T) r_k, 900 mm (36*) 450 In p/pl m (181 225 mm (91 . ri O—w- 1050 mm (42.1 450 11 (18') 225 m (9') T200 mm (48' 450 mm (189 250 mm (1-0 <A 1425 mm (57' 8.) 250 mm (104) m (80)T 1500 mm (60 525 mm (il') 275 mm (11.) 15M 0 300 mm 1650 mm (66' 525 mm (211 275 mm (Ill (#4 0 120) — 3-15M (&4) CIRCULAR TIES. 11800 mm (724)l 600 mm (241' 300 mm (121 SEE NOTE 9 150 mm 0 46"A CUT --- NO. NO.NO. 2 CUT NO. I LINE—X4_ r. -- / 900 CUT NO. 2 LINE :A 150 (60) mm MIN! CUT NO. 2— 3.14 (DO-D)— DETAIL 'A' (SEE NOTE 10) INTERIOR SURFACE SONO-TUBE, OR EOUAL, INTERIOR FORM OF PIPE CUT NO. 11 SAW THE TUBE AT AN ANGLE OF A/2 WITH THE TRANS- VERSE PLANE. REVERSE ONE SECTION AND TAPE BOTH SECTIONS DETAIL NBN TOGETHER FORMING THE DEFLECTION ANGLE A. TYPICAL JOINT FOR CUT NO. 2: SAW THE TUBE LONGITUDINALLY REMOVING A STRIP 3.14 (DO-D ) WIDE ON THE SIDE OPPOSITE THE OPEN JOINT. REINFORCED CONCRETE PIPE BEND THE ENDS OF THE CUT TOGETHER AND INSERT THE TUBE IN THE PIPE. AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER O- STA PROMULGATED BY THE CONCRETE COLLAR FOR RCP PUBLIC WORKS STANDARDS INC,, 12 300 mm MEARDTRICPLAN GREENTOOK COMMITTEE R! 1992 ( ") THROUGH 1800 mm 72" 380 - 2 .. .... USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 2 Project Name : Ramon Road and Sunrise Way Street Improvements Contractor : City Project No . 02 - 04 TO REPORT BLOWING DUST ----- ----- ----------------------- ------- - -- - --- --- - FROM TH7S PROjECT . CALL . ( XXX ) xxx o 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 Department After hours of weekends (760) 323-8115 — Palm Springs Police Department Or call A.Q.M.D. 1-800-288-7664 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIOOm) 1 &A Adk11/15/2002 `PRODUCER (909)792-2345 FAX )792-0159 ' ONLY AND CONFERS4WJ RIGHTS UPON THE CERTIFICATE 'Beall Insurance Services HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 130 W. Vine Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Redlands, CA 92373 INSURERS AFFORDING COVERAGE INSURED INTERNATIONAL PAVEMENT SOLUTIONS, INC. INSURERA ROYAL SURPLUS LINES INSURANCE COMPANY P. 0. BOX 10458 INSURER B: SAFECO INSURANCE COMPANY OF AMERICA SAN BERNARDINO, CA 92423 INSURERC N' RER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER DATE(MMIDDM/) DATE(MMIDD/YY) LIMITS GENERAL LIABILITY K2HA121070 08/13/2002 08/13/2003 EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Anyone fire) $ 100,000 CLAIMS MADE OCCUR MED EXP(Any one person) $ 5.000 A PERSONAL&ADV INJURY $ 110003000 X Deductible $5000. GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGO S 1,000,000 POLICY X JECT LOC AUTOMOBILE LIABILITY 1CG215921-10 08/13/2002 08/13/2003 COMBINED SINGLE LIMIT S X ANY AUTO (Ea accident) 13000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) 6 X HIREDAUTOS BODILY INJURY X NON-OWNEDAUTOS (Per addIdent) S PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHERTHAN EA ACG S AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR ❑CLAIMS MADE AGGREGATE S DEDUCTIBLE $ RETENTION S $ WORKERS COMPENSATION AND TORV LIMITS ER EMPLOYERS'LIABILITY E L EACH ACCIDENT $ E.L.DISEASE-FA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ngoing operations of the named insured. E: lob B: 02-04 Ramon Road & Sunrise Way Street Improvements ertificate holder is named as additional insured to the General Liability Policy per the attached CG 2010 11/8S, required by contract CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1.0 DAYSWRITTEN NOTICE TO THE CERTIFICATE HOLDERNAMEDTO THE LEFT, City of Palm Springs BUT FAILURETO MAILSUCH NOTICESHALL IMPOSE NO OBLIGATION ORLIABILITY 3200 TahquitZ Canyon Way OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Palm Springs, CA 92262 AUTHORIZED REPRESENTATIVE q 1 Richard Beall -,, /1 4- { B01420 OT S-N FRANUSCQ LA 90410b07 _ ' COMPEN ATIOhV - - - r� ,N POLICY NUMBER 178764 — 02 " CERTIFICATE EXPIRES 803 -03 . r CITY 610PALM SP 3F -` 09 i(oW TZ CANYON WA`i PALM OlPRIWOS CA 92162 WAY STREET TMPR;:VElEA S L This Is to ceArfy that we have issued a valid mtiers' Compensation insurance policy In a form approved by the California Insurance Commissioner toi employer named b2 m stobH policy peuod indicated._ This policy Is not subject to carlcellallon by the Fund except upon Wg days'advance written notice to the employer. -:0 - We will also give you toy,days'adva,Iicg notice should this policy be cancelled priorto its normal expiration, This certificate of_insurapce Is not an insurance policy and does not amend, extend'oralterthe coverage afforded by the policies listed herein. Notwithstanding any mqunemml, term, or condition "pf any conh-api ar other docul-nent with respect to',wbidh ,this celuficele of lnsumirce may he Issued or may perhm. the^insurance afforded by the pdoms . . described,Hereon is subject to all Me lermsr ex.stuns and condlYons of such pahcles. I AUTHORIZED RLPRES LrN TATIa/F� " - PRLSIDENT EMPLOYERS L.e AKIL 19,i kinj € !"Wh:;1+`f ING DEFEM5E COSTS: * 0S ° e000 PER fp'IC610RENCE . ENDORSEMENT t_v ;;F EMT TTLEOCE<I .f9 L.13�. i_ E.�b'��G1iLE La - .i3 ATTACHED T" AMD FOAMS A PART OF THIS fCU EMPLOYER " - - F- IMTERMATANAL,..PAVEMENT OI.f3"a'IO'NS j 1 C • I i