Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
00426C - PYRAMID BUILDING CONSTRUCTION HENRY FRANK ARCADE PARKING LOT
0 0 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: Pyramid Building & Construction Company ACCEPTANCE DATE: March 1, 2002 P.O. Box 3306 PROJECT: Henry Frank Arcade Parking Lot Victorville, CA 92393 Improvements AGREEMENT NO. 426C RESOLUTION NO. 1142 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 1515 L.F. Curbing L.F. Parking Lot/Street Paving 37,280 S.F. Street Paving S.F. Sidewalks 2,825 S.F. Sidewalks S.F. Driveway Approaches S.F. Driveway Approaches S.F. Bike Paths S.F. Bike Paths S.F. Sewer Mains L.F. Sewer Mains L.F. Sewer Laterals L.F. Sewer Laterals L.F. Sewer Manholes EA, Sewer Manholes EA. Storm Drains L.F. Storm Drains L.F. Survey Monuments EA. Survey Monuments EA. Landscaping/Irrigation Lighting Location: 241 North Indian Canyon Drive Palm Sprints C.P.S. Drawing No(s). Permit No. Contractor(s) actually doing the work Pyramid Building & Construction, VIP Landscape, LaSalle Electric, Palm Canyon Contractors Helmut Erhard Masonry Inc. Notify your bonding companylbank to release the following bonds: No. FC 900100155 in the amount of $ 284,797.40 Performance Lda6103 No. FC 900100155 in the amount of $ 284,797.40 Payment 5 a5 D8 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: Pinnacle Surety/Insurance Services Comments: FINAL CONTRACT AAMMO'U�NT: $ 288,079.67 Submitted by: �J; /R 6WW zU.i9gJ/ EngineJCir Fi upervisor Approved by: City Engineer Distribution: Original to Addressee; Copies to City Clerk, Engineering File, Engineering Field Supervisor, Building, and Facilities Index No. 0205 DOC 200n7211 816 04�2002 08:00A Fee: NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, llCounty Clerk 8 Recorder I IIIIII IIIIII IIII(IIIIII III(IIII(IIIIII III(IIII IIII IIII M s u PAGE SRE OA PGOR NOGOR SMF MISG Return To: City Clerk City of Palm Springs q R L GOPY LONG REFUNO NGHG E% P.O.Box 2743 — -- — - - Palm Springs, CA 92263-2743 -- -- - - NOTICE OF COMPLETION 0 NOTICE IS IIEREBY given that: 1. The City of Patin Springs, California,is a municipal corporation,organized and incorporated pursuant to the laws of N the State of California. - -- - - -_ -- - --- ----- - - - - fl 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 Patin Springs is City Hall,3200 E.Tahquitz Carryon Way,Patin Springs,California(P.O. Box 2743,Patin Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 1" day of March 2002. 5. The name of the contractor (if named) for such work of improvement was: Pyramid Building & Construction Company. 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: Henry Frank Arcade Parking Lot Improvements. 7. The property address or location of said property is:241 North Indian Canyon Drive,Palm Springs. 8. City Project No. 01-09, Agreement Number: 426C, Resolution Number: 1142 DATED: /a? CITY OF PALM SPRINGS BY: City Engineer 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 corporation; that she has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, she makes this verification on behalf of s ' nicipal corporati City Clerk WP:md/Oct94 Index No. 0502 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER rl�. To: Pyramid Building&Construction Date: November 29,2001 P.O.Box 3306 Project No.: 01-09 Victorville, CA 92393 Project: Henry Frank Parking Lot Imp. Change Order No.: Two(2) Contract Purchase No.: 216087 Account Numbers: 8199-65137 Agreement#426C Resolution#1142 A. CHANGES IN WORK: INCREASE TO CONTRACT QUANTITIES New Items: a. Additional Move In Costs Lump Sum/Agreed Price Bid Schedule A Item No. 12. A2-8 Curb/Gutter 20 LF 14. 4" Colored Sidewalk 325 SF 16. 6"PCC Pavement 257 SF 23. Type A Colored Ramp 1 EA 24. 2.5" AC Pavement 318 SF 25. 5"AC Pavement 368 SF 26. 4"Misc Base 685 SF DECREASE TO CONTRACT QUANTITIES Bid Schedule A Item No. 2. Remove AC Paving (982 SF) 3. Remove Sidewalk (440 SF) 5. Remove PCC Curb/Gutter (7 LF) 6. Remove Block Wall (1.5 LF) 8. AI-6 Curb (36.2 LF) 13. 4"PCC Sidewalk (550 SF) 15. 4" Stamped Sidewalk (800 SF) 17. 6" Stamped PCC Pavement (263 SF) 18. Curb Return/Spandrel (41 SF) 19. 4'Wide Cross Gutter (9 LF) 20. Type B2 Cross Gutter (2 LF) 21. PCC Channel (1.5 LF) 22. Type A PCC Ramp (2 EA) Bid Schedule B Item No. 1. Remove AC Pavement (570 SF) 5. 2.5" AC Pavement (70 SF) Page 1 of 3 B. CHANGES IN COST: • . INCREASE TO CONTRACT QUANTITIES New Items: a. Additional Move in Costs Lump Sum/Agreed Price $4,341.25 Bid Schedule A Item No. 12. A2-8 Curb/Gutter 20 LF @$24.00/LF $480.00 14. 4" Colored Sidewalk 325 SF @$4.50/SF $1,462.50 16. 6"PCC Pavement 257 SF @$5.00/SF $1,285.00 23. Type A Colored Ramp 1 EA @$800.00 EA $800.00 24. 2.5"AC Pavement 318 SF @$0.82/SF $260.76 25. 5"AC Pavement 368 SF @$1.60/SF $588.80 26. 4"Misc Base 685 SF @$1.00/SF $685.00 Total of Increases = $9,903.31 DECREASE TO CONTRACT QUANTITIES Bid Schedule A Item No. 2. Remove AC Paving 982 SF @$0.45/SF ($441.90) 3. Remove Sidewalk 440 SF @$0.75/SF ($330.00) 5. Remove PCC Curb/Gutter 7 LF @$4.50/SF ($31.50) 6. Remove Block Wall 1.5 LF @$9.00/LF ($13.50) 8. Al-6 Curb 36.2 LF @$11.78/LF (426.44) 13. 4"PCC Sidewalk 550 SF @$3.00/SF ($1,650.00) 15. 4" Stamped PCC Sidewalk 800 SF @$5.50/SF ($4,400.00) 17. 6" Stamped PCC Pavement 263 SF @$7.00/SF ($1,841.00) 18. Curb Return/Spandrel 41 SF @$7.00/SF ($287.00) 19. T Wide Cross Gutter 9 LF @$16.00/LF ($144.00) 20. Type B2 Cross Gutter 2 LF @$20.00/LF ($40.00) 21. PCC Channel 1.5 LF @$25.00/LF ($37.50) 22. Type A PCC Ramp 2 EA @$500.00/EA ($1,000.00) Bid Schedule B Item No. 1. Remove AC Pavement 570 SF @$0.55/LF ($313.50) 5. 2.5" AC Pavment 70 SF @$0.84/SF ($58.80) Total of Decreases = ($11,015.14) TOTAL NET CHANGE ORDER DECREASE AMOUNT (51,111.83) C. REASONS FOR CHANGES: a. Redesign of proposed improvements in front of Fire Station#1 required relocation of the existing water service and meter by DWA. This relocation was not completed within the time frame of the other on site improvements and this item reflects additional costs to the contractor. The Above Lump Sun item is inclusive of short load concrete charges, extra move in for concrete crew, extra move in of grading and paving crew,prolonged use of portable sanitation and additional traffic control charges. Eliminated Bid Items 13. 4" Stamped PCC sidewalk -This item was eliminated because it was determined that the existing improvements need not be disturbed in order to complete adjacent,proposed improvements. 14. 4" PCC Sidewalk - Areas of proposed grey concrete were substituted with item no. 14 (4" PCC colored sidewalk). Therefore,this item was not used. Page 2 of 3 22. Type A PCC Ramp - These ramps were substituted with item no. 23 (Type A colored Ramp) in order to match adjacent impr*ents. 1 0 All other items on this change order whether it be an increase or decrease to the contract are due to actual quantities placed on the project either being less or more than the original estimate. Thirty(30)additional working days will be added to the contract for the completion of this work in front of the Fire Station and is inclusive of down time while waiting for service relocation. *Note: No additional mark ups will be added to any item on this Change Order.All cost per each item are final. D. SOURCE OF FUNDS: Account No. 8199-65137 Henry Frank Arcade Parking Lot Improvements Summary of Costs Contract Time Original Contract Amount: $284,797.40 Original Completion Date: October 9,2001 This Change Order $(1,111.83) Days Added for this C.C.O.: -30- Previous Change Order(s): $4,394.10� Previous Days Added: -5- Revised Contract Amount: $288,079.67 Revised Completion Date: November 30,2001 I have received a copy of this Change City Approval: Order and the above AGREED PRICES are acceptable to the contractor. Submitte )y] Date 1 /7 07, Field Engine 'ng Supervisor By Approved Bye" Date City Engineer Date /���Z Approved Date Z_ � /, ',2 tt Manager Distribution: Original Conformed Conies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) Page 3 of 3 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Pyramid Building& Construction Date: October 17,2001 P.O. Box 3306 Project No.: 01-09 Victorville,CA 92393 Project: Henry Frank Parking Lot Imp. Change Order No.: One(1) Contract Purchase No.: 216087 Account Numbers: 8199-65137 Agreement#426C Resolution# 1142 A. CHANGES IN WORK: INCREASE TO CONTRACT QUANTITIES New Items: a. Construct Trash Enclosure Lump Sum/Agreed Price b. Construct Type C Colored Concrete Ramp Lump Smn/Agreed Price Bid Schedule A Item No. 19. Construct 4'Wide Cross Gutter 6 LF 25. Construct 5"AC Pavement 137 SF 26. Construct 4" Crushed Miscellaneous Base 137 SF DECREASE TO CONTRACT QUANTITIES Bid Schedule A Item No. 11. Construct A2-6 Curb&Gutter 8 LF 12. Construct A2-8 Curb&Gutter 8 LF 14. Construct 4" Colored Concrete Sidewalk 135 LF 17. Construct 6" Stamped Concrete Pavement 65 SF 23. Construct Type A Colored Concrete Ramp 1 EA 27. Construct 4'Block Wall 10 LF B. CHANGES IN COST: INCREASE TO CONTRACT QUANTITIES New Items: a. Construct Trash Enclosure Lump Sum/Agreed Price $6,500.00 b. Type C Colored Ramp Lump SundAgreed Price $550.00 Bid Schedule A Item No. 19. 4'Cross Gutter 6 LF @$16.00/LF $96.00 25. 5"AC Pavement 137 SF @$1.60/SF $219.20 26. 4"Mae Base 137 SF @$1.00/SF $137.00 Total of Increases = $7,502.20 DECREASE TO CONCRETE QUANTITIES Bid Schedule A Item No. I1. A2-6 Curb&Gutter 8 LF @$19.20/LF ($153.60) 12. A2-8 Curb&Gutter 8 LF @$24.00/LF ($192.00) 14. 4" Colored Sidewalk 135 SF @$4.50/SF ($607.50) 17. 6" Stamped PCC Pavement 65 SF @$7.00/SF ($455.00) Page 1 of 3 23. Type A Color Ramp . 1 EA @$800.00/EA ($800.00) 27. 4'Block Wall 10 LF @$90.00/LF • ($900.00) Total of Decreases = ($3108.10) TOTAL NET CHANGE ORDER AMOUNT 54,394.10 C. REASONS FOR CHANGES: During construction of the Henry Frank Parking Lot,it was discovered that an existing trash enclosure located on the property of Fire Station No. 1 is in very bad condition. The walls of this enclosure are about to fall down,and present a hazard to public safety. After investigating the issue further, it was discovered that the trash bin located inside the enclosure is not used by the Fire Department(which has a separate trash facility). This bin is used strictly by the adjacent businesses, and requires disposal trucks to access Fire Station No. 1 parking area for emptying. The dilapidated condition of the enclosure requires demolition and disposal. Further, and most importantly, the Fire Station site cannot be secured with the trash enclosure in its current location. Per this change order,the contractor will remove the enclosure and construct a new trash enclosure which will be located within the Henry Frank Parking Lot and off of the property of the Fire Station. The above agreed price includes all costs for the removal of the existing enclosure, removal of curbs and the construction of a new enclosure per the attached drawing and City Standard as directed by the Engineer. Price is inclusive of additional wrought iron fencing as required. Adjustments to Bid Schedule A, items 11, 12, 14, 17, 19, 23, 25 and 26 were required due to a proposed design change requested by Bary Freet,Fire Chief, in front of Fire Station No. 1. Proposed changes allow for continued on- street parking along Indian Canyon Drive in front of Fire Station No. 1. Type C colored Concrete Ramp is required as part of the design changes at Fire Station No. 1 frontage. Bid Schedule A item No. 27 was reduced because the actual quantity built was less than the original estimate. Five(5)additional working days will be added to the contract for the completion of this work. *Note: No additional mark ups will be added to any item on this Change Order.All cost per each item are final. D. SOURCE OF FUNDS: Account No. 8199-65137 Henry Frank Arcade Parking Lot Improvements Funds for the demolition and construction of the trash enclosure will be transferred from the Plaza Theater fund Balance. Summary of Costs Contract Time Original Contract Amount: $284,797.40 Original Completion Date: October 9, 2001 This Change Order $4,394.10 Days Added for this C.C.O.: -5- Previous Change Order(s): $0 Previous Days Added: -0- Revised Contract Amount: $289,191.50 Revised Completion Date: October 16,2001 Page 2 of 3 I have received a copy of this Change City Approval: Order and the above AGREED PRICES are acceptable to the contractor. SubmitteAy Date lU 3l G Fie d Engine ' g Supervisor �� By Approved By �`'`' - Date City Engineer Date � 3 Approved b 141 Date421 C ' Manager Distribution: Original Conformed Conies 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) :' ,n �' ti AA ya Page 3 of 3 NO. REVISIONS APPROVED DATE NOTES: 9 MIN. 1• TRASH'AREA TO BE LOCATED SO wEtP NOIF AS TO BE ACCESSIBLE TO BOLTH DEPOSIT AND PICKUP. LOCATION TO BE APPROVED BY PLANNING DIVISION. 2. SIX INCH MASONRY BLOCK CON— STRUCTION WITH STANDARD STEEL 2- REINFORCING RODS. FILL ALL CELLS WITH GROUT AND SMOOTH TH TOP Continous 8z8 WITH STEEL TROWL FINISH. borrix'eurb 6" mwau W/m 3. METAL GATES WITH HEAVY DUTY HARDWARE, (TYPICAL) METAL PANEL 'O GATES TOTALLY OB_ S,CURING. THE TRASH BINS, AND MUST BE ARCH— ITECTURALLY COMPATABLE WITH THE PROJECT. 4. GATE POSTS SHALL BE MINIMUM 2-1/2" DIA. GALVANIZED STEEL SET IN CONCRETE TO STAND FREE OF ` 6.12" THE ENCLOSURE STRUCTURE. 5. FOUR INCH P.C. CONCRETE PAD TOP OF PAD TO BE AT GROUND OR EDGE OF PAVING LEVEL 79' MIN CLEAR GATE OPENING 6. FILL ALL CELLS WITH P.C. CONC. I2' . ATE POST FOOTNG PEA GRAVEL GROUT. PLAN VIEW /3 BAR—TOP AND BOTTOM USE BOND BEAM BLOCKS. MIN. 2 1/2" GAIV. STEEL POST 7• INSTALL (8X8 BARRIER CURB) WITH GATE, TYPICAL—SEE NOTE 13 FOOTING, COMPLETELY AROUND INSIDE OF ENCLOSURE TO ACT AS TRASH BIN BUMPER GUARD. POUR #4 BAR AT 2' O.C. MONOLITHICALLY WITH FOOTING. � U1CIMiC W LL io NARDwARE f4 DOWELS Y O.C. vl 12" Lu 0 /M NORZ CONTROJOUS P.0 CONCRETE PAD �• ILII 1 4 SEE NDTE s FOOTING TYPICAL 3. L1 IT DU. P.C. CONC fOOIO4D fat DATE Posy TO STAND MEE OF SIWX t,RE FRONT ELEVATION VIE W " DETAIL—GATE POST FOOTING APP.CC. RES. NO. GATED IO_ CITY OF PALM P INGS APPROVED: DATE: DEPARTMENT OF COMMUNITY DEVELOPMENT CITY ENGINEER STANDARD TRASH ENCLOSURE DRANK BY: ME S.H.K. STANDARDS CHECKED BY* WC• • G02 EXISTING BUILDING — 6 GATE EXISTING BUILDING � iPLANTER 6'f 8'f �ErJ L•C. EX. TRASH ENCLOSURE 5' 5' 4' L26 !� r8' L27 !� L26 L10 S x ao 8 8 8' 8' 8' 8' 8' 15' 24' 24' 24' I 17' # BE L1 �44 x !�S L2 N OC k L3 N 4° L4 N OC L5 N 44 J 26' x L6 N 4° rn ! L7 N 8S x �S L8 N DC L9 N 8S V Pyramid Building 1, Constr Henry Frank Arcade Pkg Lot AGREEMENT #426C R1142, 8-1-01 AGREEMENT THIS AGREEMENT made this day of 0z", -In the year 200 1 , by and between the City of Palm Springs, a charter city, organized and existinW in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City,and Pyramid Building & Construgtion hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS CITY PROJECT NO.01-09 The Work is generally described as follows: Complete demolition of the existing Henry Frank Arcade parking lot located at 241 N. Indian Canyon Drive; and construction of a new parking lot, including: asphalt concrete pavement, Portland cement concrete sidewalk, curb, gutter, decorative pavement, access ramps,traffic striping and signage, landscaping, irrigation,lighting and electrical system, and all appurtenant work. ARTICLE 2--COMMENCEMENT AND COMPLETION The Work to he performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the. Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays,expense,and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof,the City and the Contractor agree that as liquidated damages or delay(but not as a penalty), the Contractor shall pay the City the sum of $425.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3--CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4--THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders,the 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 U to D , 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. Henry Frank Arcade Parking Lot Improvements City Project No.01-09 AGREEMENT FORM 6/25/01 AGREEMENT AND BONDS - PAGE 1 ARTICLE 5--PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6--NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid,to the last business address known to the giver of the Notice. ARTICLE 7--MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will he binding on another party hereto without the written consent of the party sought to he 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. ATTEST: CITY OF PALM SPRINGS,CALIFORNIA rty Clerk APPROVED AS TO FORM: APPROVED BY THE CITY COUNCIL: Resolution By f — Wgl.MYNO. 1142 Date 8/1/01 City Attorney Agreement No. A426C Date APPROVED:CONTENTS � � By ' V vuVL644 a -- City Engineer Date City Manager Date Henry Frank Arcade Parking Lot Improvements City Project No.01-09 AGREEMENT FORM 6/25/01 AGREEMENT AND BONDS- PAGE 2 CONTRACTOR: (Check one: individual, pa nership, corporation) 8y signature (NOTARIZED) Print Name and Title: / C GARY Ftf1NANi7EZ Commission S 1201920 By NetCFY Public-California San Bernard no county ell, � MyC3mm.b0MNov17.2= signature (NOTARIZED) Print Name and Title: SUBSCRIBED AND SWORN TO BEFORE ME _ TFBb�DAY OFp AP.VI r0A nf i soh Mailing Address: BL C G. ,1 )(/-01Ll'cc Date _ � )/0) (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President;AND B. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). End of Signatures Henry Frank Arcade Parking Lot Improvements AGREEMENT FORM City Project No.01-09 AGREEMENT AND BONDS- PAGE 3 6125101 �. N s.� .,� .. ,� �.... �.�N.�.�Y�. �. � i�.�i! �:%,�`.:�t�i X ,��.,,� .. o-rvrl•N., l�.9 BOND PREMIUM BASED ,01'4 FINAL CONTRACT PRICE . Bond No.:FC900100155 Executed in 4 originals Premium:$5,696.00 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Pyramid Building b Construction n Contractor. And Fidelity and Guaranty Insurance Company as Mld limih bound unto tM C of Pablo a.suety, City $prkin t a Ran O ttittr,oraartiaed and aistinp in the County of tivarsitN,CallomIA haainafta taped tM'Clry;in the awrrt of: Two hundred eighty Fnur tho..oaud ***au hundred ninety seven atA +U/lU0 for the paynwnt of wlich sum Wal aid truly to be made, we bind atraeWn, our Min. ,mums, admNatrstors,"=ass,and#aiorr, ok*and eawraly,fxmly by#w a pmmm. Y"mens"Id Cotncactor net been awarded and Is about to entsf into the antar ad A9rattmatt with aid City to perform the Work a specified or kdicatW In the Contract Dneurrrattla emitkd: HENRY FUNK ARCADE PARK"LOT aaFROVRMQaTS CITY FHOJECTNo.OTa9 NOW THEi04)RE,if said Contractor dvd perform in the raquwaoords of said Contraot Document•rewwlad to ism pa,fonmd an nor pat.at the rbwa anal In mN mama specifiae Wakt,than this oblation ahW be nude and void,otherveim it ahsll rennin in full face and affect PWVDED.that may alterations in the Work to be dare R the materWm rn be fumishw,er chrgaa k,the tkm of oompktion,w"Ich may be made PuWarnt to the tams of said Contract Oom"Wo,shah not in arty WWY relat"said Contractor or"W Surety tlt "101ar,nor shad MY exasroors of dma pseud under the proVidons of said Contract Docunwtts.r*ON ehhar said Canraota Of said $wary. sad notice of such aheramna m vd*nebrra of the Ataaamera In hwwbv anWad W said 9-mq. MGNW AND sFALED,this 7 ay of August ,2001. CONTRACTOR: SUNETY: uNnl Pyramid Buildi52 and Construction Fidelit nd-G Taran _I su nce Company i (Chadt orm R �indiywwd. _pdrbrashio, J'—corpors ki 9r n Mark ichardsonl I \ Tp4 Attorney-in-Fact [� INOTARIZEDI IScnt`Alf fA A AC7CNOWLEDDMENT OF L} SuWm m 3. P("Norma And TWO: m � by L:.�dr. . (����F �i��_rt� • Q��VSU+��" �q IV IN (NOTARIZED) Run Name and TaW 1Corpanlaa regia two No ".one dam torch OF t.faaawina papa:A.Chalk 0 attrd.ftmk ,der my Vies hrrldwt AIW B. aaoetW. yvd,ant amntry. T.armtr. Attar" Traaataa, Or OW fi n.w off"). Henry Frank Arcade Parking Lot Ur prowfrm-fs City Project No.01.09 PE11FOHMANCE BOND 5125101 AGREEMENT AND BONUS-PAGE 5 • 1 � , CALIFORNIA ALL-PURPOSEQKNOWLEDGMENT State of California County of Orange On August 7. 2001 before me Lori Yells, Notary Public DATE NAME, TITLE OF OFFICER personally appeared Mark Richardson NAME(S) OF SIGNER(S) 0 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the - - entity upon behalf of which the person(s) acted, ',is executed the instrument. I p bate-Pubbc Cdifami§ ofI -ilf6f_jUNT( .:II S102 - - WITNESS my h7/ut dand official seal. yuyy,� Place Notary Seal Above signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT Signer's Name: ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE DOCUMENT ❑ PARTNER(S) - ❑ LIMITED ❑ GENERAL 0 ATTORNEY-IN- FACT NUMBER OF PAGES ❑ TRUSTEE ❑ GUARDIAN OR CONSERVATOR ❑ OTHER: DOCUMENT DATE SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PU SE ACK NOW LEDGEM ' x State of California ) �' )ss. County of San Bernardino ) On 4 VO ,� 2001 before me, Gary Fernandez, personal lyappeared � a proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same is his authorized capacity, and _ _ that by his signature on the instrument the person, or the entity upon GARYFERNANDEZ behalf of which the person acted, executed the instrument. ' Commissioner WITNESS my hand and officia eal. NotaryPutNic-Califoma San Bernardino couniy 7 MyCarxn.Expires Nov 17,2002 �-a Gary Ferna ez, alirornia No ry Public#1201920 My Commission pires 11/17/2002 Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. 11 In an effort to reduce the replacement of notarized pages,the official notary seal Description of Attached Document has been affixed to the back of each page. Title or Type of Document: 6 • /o 4 /-W-�,✓Jc2� Document Date: ,, v� 7, �O�/ Number of Pages:, blank on reverse sides Signer(s) Other Than Named Above: �/V,oY k r/// Capacity Claimed by Signer Signer that Personally Appeared Above The section below is only used if signer is unablet ign V/ Individual Signer that personally appeared abo , being unable ❑ Corporate Officer to write,made his mark in our prese ce and requested Title: the first of the undersigned to to his name within ❑ Limited Partner the attached document as I as the official notary ❑ General Partner journal,which she/he did, d we now subscribe our ❑ Attorney-in-Fact names as witnesses ereto. Proof of which is ❑ Trustee subscribed in the fit journal of the above VWitness#2 ry public. ❑ Guardian Top of thumb here ❑ Conservator ❑ Other: Signer is Representing: ❑ Herself Himself Executed in 4 originals Bond No.:FC900100155 Premium:Listed on Performance Bond PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That pyramid Building 6 Construction as cantrattw, And Fidelity and Guaranty Insurance Company as re Feld firmly baud unto the City of Palm SP OW,a dw W city,aganited and eaistkq in tM 5unlyt California.hereinafter callad de'City:in the sum ot. of Rfvarekha, State of Two hundred eighty four thousand seven hundred ninety seven and 40/100 eollwo. for tas payment of and m steh .fl and y tho to de node,tee bud cunNvee,our feks,exsowM.edrtllrVen'atM,awpsaws. and wigs,jokdy and saverssv.fhmiy hV den Preaerrr. WHERE".ad Contractor has been awarded and Is shout to air into the aruexad agreement with aid City to prfcmt the Work a specified or Indicated in the Contract Dowlstrds erdided: "UNRY FRANK ARC"MRKNN LOT MMVEMENTS t2TY f710JECT NO.01-09 NOW TlmterOM R and CMU' tar,hi"Motratdas,fir fake,eaedgtwa,adnl WOCMr UMMWA Or aadwra snap fall to Pay fw arty materials,wavisione,Pmvendw,EWIPrnwd.Of other"POP"used h upon,fw,a abort the pwlorrn mos of tM Work contracted to be done, or kr any wok or labor thereon of try lad, or for arnwrda due order the urwwwloyn, , Insurance Code. or rat any MOU%a rr4K**d W he da kvtad, wkht,94 and POW war to do EmployrlNnt Davowpmrent Depaamere from the wags of employees of the Cartbaetor NO Na st"mW ttM Pursuant to Section 13020 of the UnampW*nt kmsance Code whh respect to such labor,ON as Mqupd by One provisions of Tale%V, Chapter 7,Seeriwe 3247-3252,inrkulve,of the Civil Code of the State of Caifumia and acts wrealdatory threof.and Sectkmu at omer Codes of the State of Ceafrrva Mforrad to tha,en and awe aaerdatrY than ar and pwkiad that the Ws,,,. cMPNxee, or corporations so fuNshbg aid mewols, womiure.equIP—t.w other supPga, dMIR has,or Power u nd h%upon, for.a %barn performenoo of tM Wok comraaed to be executed or parforteed,or any parson,company,w orporatbn Maine or WW implsmoms or mad*WY or Power for.or wmrihutirg to.said wwk to be done,w any person Who pefonns work of kbw upon ufe same, w any person who suppfea both work and matedsls fts for,"bays con VW with tie prpvle on s of said Is", Um said Purely WE Pay the cams in an amount not eaaediry the son herainbsfane set font.and*w will pry,0 one atat is brought upon this bond.a reasonable attoraay's fee,as shall be Axed by the Court. Tin Bond shy uses to We bcrtrh or any and ai parsons nomad in Section 31111 of Ow Clva code of thte sonar of CMhomia so as to give a right of action to them or th* anions in try suit Magid upon this bond. PROVKIED,Out arty alterations in the Work to be done or the maradsls 10 be hYnidtad,r charges In dr thus or oonplu" which may be merle pwwrurd to the twee or aid vontratt Doeertarra,Wtl net in any way taken aid Contactor or said Surety thswurAer,nor ftl try exterwons of tkns warded wider the Pmviiions of said Contract Dowmerds relent eider acid Contractor r aid Surety,and notice Of said ahernions or eetandona of Vw Apernard is hereby welwd tey said Suety. lhONP.o Ano arJtt.m,tNc 7 day of August PAYMENT BOND AGREEMENT AND BONns.PAOLa CONTRACTOR: Pyramid Building and Construction Ir:MnU orr: ' IMiritlwul, itFrlip, _001POfittpf� By ' GARY FERNANDEZ — Commluion# 120192D K Way Putsllo-California (NOTARIZED) Son wmudlno County 7 MYCa+im.Fi�IresNov17,2A02 Prkrt Ne�and IRN: �"�������IAr'�►�rr�yc«r By (NOTARIZED) A int No and Tkk: Mw m-u 441ki t"npmU w,e'1e flow I cf 11w fdowkq WU W A.auft n of Eow4, nw oeft a my V"PmWdw .AAO 1. $*Tway.AvWk S*OVWV.Tnrwrrf.ASWMK TnryylU,a OM FrUmbd OMcv). SURELY � FideljP,Lal d_Guarant,�',Ilr,surance Company LJ Mark kiehardsoh raw Attorney-in-Fact ISSAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) PAYMENT BOND AGREEMENT AND BONDS-PAGE 7 Ij VIC nv f`j" CALIFORNIA ALL-PURPOSEOKNOWLEDGMENT State of California County of Orange On August 7. 2001 before me Lori Yells, Notary Public DATE NAME, TITLE OF OFFICER personally appeared Mark Richardson NAME(S) OF SIGNER(S) 0 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the —, entity upon behalf of which the person(s) acted, '"11 -"193571 executed the instrument. n�,n ,r;iuNry `u WITNESS my h nd and official sea . fa fllJ 1 �n Place Notary Seal Above b S°ignature o,If Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT Signer's Name: ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE DOCUMENT ❑ PARTNER(S) - ❑ LIMITED ❑ GENERAL 0 ATTORNEY-IN- FACT NUMBER OF PAGES ❑ TRUSTEE ❑ GUARDIAN OR CONSERVATOR ❑ OTHER: DOCUMENT DATE SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PU OSE ACKNOWLEDGEM State of California ) y )ss. County of San/Bernardino ) On &!! V15 Ao-c4 2001 before me, Gary Fernandez, personally appeared J04 proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same is his authorized capacity, and that by his signature on the instrument the person, or the entity upon GARY FERNAN behalf of which the person acted, executed the instrument. r7II CommMon# 120192D WITNESS my Plan and official seal. -� Notary Public-California San Semadno county MyCanxn.Eicpies Nov 17,2D02 Gary Fernand Calrf nia Notary ublic 41201920 My Commission Expires 1/17/2002 • Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. ❑In an effort to reduce the replacement of notarized pages, the official notary seal Description of Attached Document has been affixed to the back of each page. Title or Type of Document: i / 5 . Document Date: / z9 i —Number of ❑blank on reverse sides �/ Signer(s) Other Than Named Above: f l ark- l�j � c /-,1/5-0i Capacity Claimed by Signer Signer that Personally Appeared Above The section below is only used if signer Individual ❑ Corporate Officer Signer that personally appearedeing unableto write, made his mark in our prencand requested Title: the first of the undersigned to write his name within ❑ Limited Partner the attached document as well as,the official notary ❑ General Partner journal, which she/he did, and we now subscribe our ❑ Attorney-in-Fact names as witnesses thereto. Proof of which is ❑ Trustee subscribed in the official journal of the above commissioned notary public. ❑ Guardian Top of thumb here ❑ Conservator ❑ Other: Witness #1 Signer is Representing: , ❑ Herself % F/ Himself W.t(iess#2 � • ,..�t1ii^.,fin'. �f4'f:.ff::.^? _ .I�1M�,�'� DeStPhul Unit tes Fidelity and Guaranty Company - Fidelity and Guaranty Insurance Company Power of Attorney No. FC900100155 KNOW ALL MEN BY THESE PRESENTS: That United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, (herein collectively called the "Companies")and that the Companies do hereby make,constitute and appoint MARK RICHARDSON of the City of Costa Mesa ,State of California their true and lawful Attomery(s)-in-Fact,each in their separate capacity if more than one is named above,to sign its name as surety to, and to execute, seal and acknowledge any and all bonds,undertakings,contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contract and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF ,the Companies have caused this instrument to be signed this 1st day of October,1999. UNITED STATES FIDELITY AND GUARANTY COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY Mo By. MichaelJB. Keegan,Vita President By: ice- lC ichael R. McKibben,Assistant Secretary State of Maryland City of Baltimore On this the 1st day of October, 1999, before me, the undersigned officer, personally appeared Michael B. Keegan and Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary,respectively, of United States Fidelity and Guaranty Company and Fidelity and Guaranty Insurance Company,and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof,I hereunto set my hand and official seal. , p Notary Public My Commission expires the 13[h day of July,2002 U� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of United States Fidelity and Guaranty Company and Fidelity and Guaranty Insurance Company,on September 2,1998,which resolutions are now in full force and effect,reading as follows: RESOLVED, that in connection with the fidelity and surely insurance business of the Company,all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions Said Powers(s)of Attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman, orthe President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,under their respective designations. The signature of such officers maybe engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached.;and RESOLVED FURTHER , that Attorney(s)-in-Fact shall have the power and authority,and,in any case, subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Michael R.McKibben,Assistant Secretary of United States Fidelity and Guaranty Company and Fidelity and Guaranty Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand this 7th day of August 2001 . Michael R.McKibben,Assistant Secretary To verify the authenticity of this Power of Attorney, call 1.800-421-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is attached. Form#86226 CITY0PROJECT NO . 0 09 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: r LL No. 57271 m Marcus L. Fuller, P.E. s >a Associate Civil Engineer Nxp 1�31lo1 City of Palm Springs 0A CIVIL aC��P Civil Engineer C57271 CFCALtFC` Approved by: David J. Berakian, P.E. City Engineer City of Palm Springs Civil Engineer C 28931 Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 6/25/01 SIGNATURE PAGE • 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. Henry Frank Arcade Parking Lot Improvements City Project No.01-09 COVER SHEET 6/25101 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: HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS CITY PROJECT NO.01-09 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 Farms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: Bidder: � :�.. n l By: H LvN.e/yr� (Signature) Title: Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 BID (PROPOSAL) 6/25/01 BID FORMS-PAGE 2 • BID SCHEDULE A • Schedule of Prices for the Construction of the: HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS CITY PROJECT NO. 01-09 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1, Initial Mobilization - - - LS $1 1,000.00 2. Remove Existing A.C. Pavement 26,500 SF $ LIB $ d IS 3, Remove Existing Concrete Sidewalk 4,600 SF $ IDS $ 4. Remove Existing Concrete Curb 950 LF $ 2C7 $ I ��` J 5. Remove Existing Concrete Curb & Gutter 260 LF $ /-J- $ 6, Remove Existing Block Wall 230 LF $ 'C" $ ) coo Y 7, Remove Existing Tree 9 EA $ WD c?p $ Lff"son S. Construct Type Al-6 Curb 850 LF $ I 'I$ $ 9, Construct Type A1-8 Curb 125 LF $ a, $ 10. Construct Type B1 Curb & Gutter 325 LF $ $ (�G � O ✓` 11. Construct Type A2-6 Curb & Gutter 200 LF $ CEO $ i ���o 12. Construct Type A2-8 Curb & Gutter 75 LF $ 13, Construct 4" Concrete Sidewalk 550 SF $ C'0 $ Construct 4" Colored Concrete Sidewalk 14. 2 with Tree Wells ,500 SF $ (,, C $ � c�f5 15. Construct 4" Stamped Concrete Sidewalk 800 SF $ $ 4 4ii - 16. Construct 6" Colored Concrete Pavement 650 SF $ 6% $ IF / Cr Uca 17. Construct 6" Stamped Concrete Pavement 1,650 SF $ 7 PC7 $ �11ci / ` 18. Construct Concrete Curb Return & Spandrel 250 SF $ -7,06 $ 19. Construct 4' Wide Cross-Gutter 160 LF $ ) 0,OU $ , C Name of Bidder or Firm Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 UNIT PRICE BID SCHEDULE 6125/01 BID FORMS- PAGE 3 BID SCHEDULE A (Continued) I[em Description Estimated Unit Unit Amount No. Quantity Price 20. Construct Type B2 Cross-Gutter 35 LF $ aO 06 $ —700 Cw9 21. Construct Concrete Channel 15 LF 0C G4� 22. Construct Type A Concrete Ramp 2 EA $ /� crb $ ` t cwc,o J/ 23. Construct Type A Colored Concrete Ramp 4 EA $ S00 ���je)t •/ 24. Construct 2%" A.C. Pavement 20,900 SF $ (t,6 $ T it �3'1�� d 25. Construct 5" A.C. Pavement 5,850 SF $ , fO�� $ JGi—I ��pr> 26. Construct 4" Crushed Miscellaneous Base 26,750 SF $ 1100 $ 27. Construct 4' Block Wall 300 LF .06 $ 28. Construct Trash Enclosure - - - LS 29. Adjust Water Meter Frame & Cover 4 EA $ P^o $ �I� e� ✓ 30. Adjust Gas Meter Frame & Cover 1 EA $ I $ 31. Adjust Pull Box Frame & Cover 1 EA $ V 000`7 $ l �" 32. Traffic Striping, Signage & Markings - - - LS 33. Landscaping - - - LS $ 34. Irrigation System - - - LS 35. 90-Day Maintenance Period - - - LS $ f' f 36. Parking Lot Lighting & Electrical System* LS $ erm')o TOTAL OF ALL ITEMS OF BID SCHEDULE A $ Ltd coo (Price in figured $ I Lod ikuy�ra[ G , Y�+e p - u� , �"�I l��.I'r C7xl` � �I��XI-4�l �`�Q ��l C �'cG �� .�l�- �`�� C� IPrlco In wortld *Please Note: The City has obtained and will provide the luminaries, poles and light fixture components. Name of Bidder or Firm Henry Frank Arcade Parking Lot Improvements City Project No.01-09 UNIT PRICE BID SCHEDULE 6125101 BID FORMS- PAGE 4 • • ALTERNATIVE BID SCHEDULE A Schedule of Prices for the Construction of the: HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS CITY PROJECT NO. 01-09 in Palm Springs, California Item Description Eatimrtad Unit Unit Amount No. Quantity Price 1. Initial Mobilization - - - LS $8,500.00 2. Remove Existing A.C. Pavement 17,700 SF $ ih �5 $ (7t•1�jan �/ 3. Remove Existing Concrete Sidewalk 1,950 SF $ `�,G0 $ I /�OCj cr.J ✓ I � 4. Remove Existing Concrete Curb 950 LFo�I�S`C1� 5. Remove Existing Concrete Curb & Gutter 80 LF $ '5-60 $ QC).6_, f 6. Remove Existing Block Wall 230 LF $ 7, Remove Existing Tree 9 EA $ oL' $ /oL�IJ ✓0 8, Construct Type A1-6 Curb 650 LF $ 9, Construct Type B1 Curb & Gutter 325 LF $ C'JJ �,?,q 10. Construct Type A2-6 Curb & Gutter 125 LF $ ` $ i 4to 1 11. Construct Type A2-8 Curb & Gutter 80 LF $ a4•0 $ I IC-1Q of 12. Construct 4" Concrete Sidewalk 1,050 SF $ 3-in e, $ h0 00 I 13. Construct 4" Stamped Concrete Sidewalk 800 SF $ -ae' 14. Construct 6" Stamped Concrete Pavement 900 SF $ 7 t06 $ 15. Construct Type B2 Cross-Gutter 35 LF $ 100106) $ _700 C'C V/ 16. Construct Concrete Channel 15 LF $ 17. Construct Type A Concrete Ramp 2 EA $ 2b 6 d $ 18. Construct Concrete Driveway Approach 550 SF $ LuO — $ � Name of Bidder or'Firm Henry Frank Arcade Parking Lot Improvements City Project No.01-09 UNIT PRICE BID SCHEDULE 6/25/01 BID FORMS- PAGE 5 •ALERNATIVE BID SCHEDULE A • (Continued) Item Description Estimated Unit Unit Amount No. Quantity Price 19, Construct 2Yz" A.C. Pavement 19,500 SF $ 20. Construct 5" A.C. Pavement 200 SF $ CL,G� $ �y� Cie,) 21. Construct 4" Crushed Miscellaneous Base 19,700 SF $ ,00— $ C 22. Construct 4' Block Wall 300 LF $ 23, Construct Trash Enclosure - - - 24. Traffic Striping, Signage & Markings - - - LS 25. Landscaping - - - LS $ 26. Irrigation System - - - LS $ 27. 90-Day Maintenance Period - - - LS $ �d`n E} 28, Parking Lot Lighting & Electrical System* - - - LS $ TOTAL OF ALL ITEMS OF ALTERNATIVE BID SCHEDULE A: IPoca In I gures) (Price In words) *Please Note: The City has obtained and will provide the luminaries, poles and light fixture components. IPL� kllkls i Name of Bidder or Firm' Henry Frank Arcade Parking Lot Improvements City Project No.01-09 UNIT PRICE BID SCHEDULE 6/25101 BID FORMS- PAGE 6 • ADDITIVE BID SCHEDULE B • Schedule of Prices for the Construction of the: HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS CITY PROJECT NO. 01-09 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Remove Existing A.C. Pavement 5,250 SF $ rD $ � 2. Remove Existing Concrete Curb 5 LF $ •© 3. Construct Type Al-6 Curb 5 LF $ 'I $ LC6 ✓ i t / 4. Construct 6" Stamped Concrete Pavement 400 SF $ 1QI W009 / 5. Construct 2%2" A.C. Pavement 4,750 SF $ 0" �j $ � C 6. Adjust Water Meter Frame & Cover 1 EA $ j'C7�O" $ 6c,00o ! 7, Traffic Striping, Signage & Markings LS $ ���,uC7 ✓ TOTAL OF ALL ITEMS OF ADDITIVE BID SCHEDULE B: $ (o146kI4�- J (PtlCe In flgm$) IPflce in wmde) TOTAL SUM OF BID SCHEDULE A 1AND ADDITIVE BID SCHEDULE B: (Pdce In figures) (Prme in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. 0i &AH),f)&23 I Name of Bidder dr Firm Henry Frank Arcade Parking Lot Improvements City Project No.01-09 UNIT PRICE BID SCHEDULE 6125/01 BID FORMS - PAGE 7 •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, 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 4-il_ 2. 3. 4. 5. 6. 7. 8. Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 LIST OF SUBCONTRACTORS 6/25/01 BID FORMS-PAGE 8 • i NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of a:rVP.?.1 Nb ) ) Ifs i ;' b ing first d swor deposes and says that he or she is ofg �td� ��; �,;� the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder By (� y Title Organization Address Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 NON-COLLUSION AFFIDAVIT 6/25/01 BID FORMS -PAGE 9 BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: (not less than 10 percent of the total amount of the bid) 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 Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS CITY PROJECT NO. 01-09 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this day of 200 . PRINCIPAL: SURETY: (Check one: _individual, _partnership, _corporation) By By signature (NOTARIZED) Title (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Print Name and Title: By signature (NOTARIZED) Print Name and Title: (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). Henry Frank Arcade Parking Lot Improvements City Project No.01-09 BID BOND (BID SECURITY FORM) 6/25/01 BID FORMS- PAGE 10 0 • 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. BID , R/CONTRAC OR'S Name a d Street Address: C,c'1 2. CONTRACTOR'S Telephone Number:( Facsimile Number: �jy�� 3. CONTRACTOR'S License: Primary Classification _ Jk' 10 State License Number(s) Lo a-1SQL) Supplemental License Classifications um, 4. Surety Company and Agent who will ^,provide the required Bonds on this Contract: Name of Surety 1 Address Surety Company L(';* 9i-_—Y f y Telephone Numbers: Agent ( ) — Surety 5. Type of Firm (Individual, Partnership or Corporation): 1vk�1�,111PJ� ' 6. Corporation organized under the laws of the State of: vu ri 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: Henry Frank Arcade Parking Lot Improvements City Project No.01-09 BIDDER'S GENERAL INFORMATION 6/25/01 BID FORMS- PAGE 11 • BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date:/ a. Owne .I'NI � Qb(A, Address �� /i�� Qi/}�1��1• �I�S P{ �t Contac pp C1(�l O)\(_ Class-of Work( 17.�d.V�//l��I��a, Phone l nti Contract Amount Project` 1 Date Completed Contact Person �J\ ( ct:)Y,- Telephone number b. Owner ��� - t�Ll Eo �Address ����� 'L)1�11 k Contact &MPUY> Class of Work u L �ATio Phone �)'O F Q Contract Amount I I J Project _ 0 UAl 1 1' ,SDate Completed r;)AtNda'^4rr`-62--�(Ylo�� Cpntact Person � elephone numberb( L c. Owne � @. 0 �Vl CA{� >. Address r A Contact ��� Q �i 1 C Class of Work /�� ( �}� 0l� Phone ' h Contract Amount 7 Project L_C7 >EJ Date Completed Contact Person ( � n 1.4,2 - Telephone number CJ 10. List the name and title of the person Who will supervise full-time the proposed work for your firm: ��� «1 l k\f� 11. Is full-time supervisor an employee contract services ? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. Henry Frank Arcade Parking Lot Improvements City Project No.01-09 BIDDER'S GENERAL INFORMATION 6/25/01 BID FORMS-PAGE 12 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 Bid Bond (Bid Security Form) Bidder' s General Information 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 Henry Frank Arcade Parking Lot Improvements City Project No.01-09 SPECIAL PROVISIONS 6125/01 GENERAL CONTENTS - PAGE 1 • CITY OF PALM SPRINGS . ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS CITY PROJECT NO. 01-09 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Bid Bond (Bid Security Form) Bidder ' s General Information Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance Henry Frank Arcade Parking Lot Improvements City Project No.01-09 PART 1 CONTENTS 6/25/01 PAGE 1 • CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing Henry Frank Arcade Parking Lot Improvements City Project 01-09 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Henry Frank Arcade Parking Lot Improvements, City Project 01-09, will be received at the office of the Procurement Manager of the City of Palm Springs, California, until 2 : 00 P.M. on July 24, 2001, at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The Work comprises the complete demolition of the existing Henry Frank Arcade parking lot located at 241 N. Indian Canyon Drive; and construction of a new parking lot, including: asphalt concrete pavement, Portland cement concrete sidewalk, curb, gutter, decorative pavement, access ramps, traffic striping and signage, landscaping, irrigation, lighting and electrical system, and all appurtenant work. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder on the basis of the total sum of Bid Schedule A and Additive Bid Schedule B, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid Schedules . (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier' s check or Bid Bond in the amount of 10 percent of the sum of Bid Schedule A and Additive Bid Schedule B, payable to the City of Palm Springs . N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR' S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A Contractor license at the time of submitting bids. N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with all local funds and, as provided under City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive rr100 {}-percent ��ohhfOO payments due under the Contract Documents from time 46Qry Fri0(cad��aTl( ?L1L lmpgtrglrgi t�ion of any portion of the payment by the City Project No.01-09 NOTICE INVITING BIDS 6/25101 PAGE 1 City, by depositing securities of' equivalen 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 dollars 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-11 ADDRESS AND MARKING Or BIDS:I The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement Manager 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 �e zs �� CITY OF PALM SPRINGS Byy%= David J. Barakian, PE City Engineer City of Palm Springs Henry Frank Arcade Parking Lot Improvements City Project No.01-09 NOTICE INVITING BIDS 6/25/01 'ii PAGE 2 CITY OF PALM SPRINGS • INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE — a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground 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 Henry Frank Arcade Parking Lot Improvements City Project No.01-09 INSTRUCTIONS TO 6/25/01 BIDDERS -PAGE 1 materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for',by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. (Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In 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 at 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 Plublic 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�'litem quantity of a unit price contract, the total amount of worts; 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 Henry Frank Arcade Parking Lot Improvements City Project No.01-09 INSTRUCTIONS TO 6/25/01 BIDDERS- PAGE 2 percent, decreases of more than Percent, and eliminated items shall be adjust is provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID -The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES -Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 5 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 3.12.205 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. Good faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 INSTRUCTIONS TO 6/25/01 BIDDERS-PAGE 3 (3) Any notice invit�Bids which may require the�,use of sub-contractors shall include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. - END OF INSTRUCTIONS TO BIDDERS - Henry Frank Arcade Parking Lot Improvements City Project No.01-09 INSTRUCTIONS TO 6/25101 BIDDERS- PAGE 4 CITY OF PALM SPRINGS ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS CITY PROJECT NO, 01-09 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 B - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details Henry Frank Arcade Parking Lot Improvements PART II --SPECIAL PROVISIONS City Protect No. 01-09 6/25/01 GENERAL CONTENTS- PAGE 1 • • CITY OF PALM SPRINGS ENGINEERING DEPARTMENT SPECIAL PROVISIONS HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS CITY PROJECT NO. 01-09 SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 GENERAL 1-1 .1 Standard Specifications . - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook") , 2000 Edition, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may apply to, and be in accordance with, the following Special Provisions . In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions . 1--1.2 Supplementary Reference Specifications . - Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans, " it shall mean the Standard Specifications for Public Works Construction ("Greenbook") , 2000 Edition, as previously specified in the above paragraph. Henry Frank Arcade Parking Lot Improvements TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS City Project No. 01-09 SPECIAL PROVISIONS- SECTION 1 -PAGE 1 6/25/01 1-2 LEGAL ADDRESS 1-2 .1 Legal Address of the City. The official address of the City shall be City of Palm Springs,; 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or ;such other address as the City may subsequently designate in written notice to the Contractor. 1-2 .2 Legal Address of the Engineer. - The official address of the Engineer shall be David J. Barakian, P. E. , City Engineer, City of Palm Springs, EngineeringlDepartment, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Engineer may subsequentlyldesignate in writing to the Contractor. 1-2 . 3 Legal address of the City' slProjiect Representative. - The name and address of the City' s designated Project Representative shall be the Engineering Field Supervisor, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such', other address as the Project Representative may subsequently designate in writing to the Contractor. 1-3 DEFINITIONS AND TERMS 1-3. 1 Definitions and Terms. Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. Engineer - The City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any; payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner - The Owner shall be the Agency, as defined above. - END OF SECTION - Henry Frank Arcade Parking Lot Improvements TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS City Project No. 01-09 SPECIAL PROVISIONS- SECTION 1 - PAGE 2 6/25/01 0 0 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. Time is of the essence of the Contract. After the Contract has been approved by the City, and a dwritten Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. It is expected that a Notice to Proceed for the Work will be issued no later than Monday, August 20, 2001 . The Work, if awarded to include Bid Schedule A, or Bid Schedule A and Additive Bid Schedule B, shall be diligently prosecuted to completion before the expiration of: 25 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work, if awarded to include Alternative Bid Schedule A, or Alternative Bid Schedule A and Additive Bid Schedule B, shall be diligently prosecuted to completion before the expiration of: 20 WORKING DAYS Said period (s) of time does NOT include time required to receive long-lead supplies, materials, and equipment (i.e. irrigation and plant materials, etc. ) . The Contractor is directed to Section 4-2 . 2 of these specifications for requirements related to placing orders . All long-lead items shall be ordered by the Contractor within 3 working days after the award of Contract by the City (by Monday, August 6, 2001) . Parking lot area light poles, luminaires and light fixture components have been obtained by the City and will be provided to the Contractor. In addition to the construction duration time of 25 working days, the Contractor shall be bound by a maintenance period of 90 calendar days which is to begin upon final City Engineer' s acceptance of landscaping and irrigation system 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 Henry Frank Arcade Parking Lot ImprovementsCit SCOPE AND CONTROL OF WORK 6/2 6/07 Project No. 07-09 SPECIAL PROVISIONS - SECTION 2 -PAGE 1 /2 Work in excess of the number of working days prescribed above . In addition, the Contractor shall 'pay to the City as liquidated damages the same sum as above, for each and every calendar day the 90-day maintenance period must be extended due to landscaping and plant material and/or irrigation system components not replaced or repaired to the satisfaction of the Engineer. 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 ensureI that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2 .2 EXECUTION OF BONDS Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of', sufficient personal sureties and admitted surety insurers . IfIa 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 9. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans Henry Frank Arcade Parking Lot Improvements SCOPE AND CONTROL OF WORK city Project No. 0 1-09 SPECIAL PROVISIONS-SECTION 2- PAGE 2 6/26/01 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 S. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: 112-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions, Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data, " or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractor' s responsibility to protect all the existing survey monuments, benchmarks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including corner Henry Frank Arcade Parking Lot Improvements SCOPE AND CONTROL OF WORK City Project No. 01-09 SPECIAL PROVISIONS-SECTION 2- PAGE 3 6/26/O1 0 record filing, for the existing type of monument in question at the Contractor' s expense. Any existing monument shall not be disturbed. The Engineer will maintain a survey location check 'on the monument without cost to the Contractor. The Contractor is advised that a;ny resetting of monuments will be performed by the Engineer. 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 Engineer 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. 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. Henry Frank Arcade Parking Lot Improvements SCOPE AND CONTROL OF WORK 6l26(01 City Project No. 07-09 SPECIAL PROVISIONS-SECTION 2 -PAGE 4 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 that 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 - Henry Frank Arcade Parking Lot Improvements SCOPE AND CONTROL OF WORK City Project No. 0 1-09 SPECIAL PROVISIONS- SECTION 2 - PAGE 5 6/26/01 0 SECTION 3 -- CHANGES IN WORK 3•-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3 . 2 . 3 of the 2000 edition shall be deleted in its entirety and the following substituted therefor: 3-2 PAYMENT 3-2 .1 Markup: The provisions of Subsection 3-3. 2 . 3 Markup, shall be amended to read as follows : (a) Work by Contractor. The following percentages shall be added to the Contractor' s costs and shall constitute the markup for all overhead and profit. 1) Labor 24 percent (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (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 Henry Frank Arcade Parking Lot Improvements CHANGES IN WORK City Project No. 0 1-09 SPECIAL PROVISIONS -SECTION 3 - PAGE 1 6/25/01 percent, the work in excess of! 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the', Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made as provided in Section 3-3 . 2 of '',the Standard Specifications, as amended in these Special Provisions . Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be I determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item !of work include fixed costs, such fixed costs shall be deemed to have been recovered by the Contractor by the payments', made for 125 percent of the Engineer' s Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above , provisi_ons, such actual unit cost will be determined by the, Engineer in the same manner as if the work were to be ,paid for as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the ',Contractor and the City. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer ' s Estimate is less than $5, 000 at the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. 3-2 .2 .1 (c) Decreases of More Than 25 Percent on Unit Price Contracts: On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer' s Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the! Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work we're 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 aslagreed to by the Contractor and the City; provided however'„ that in no case shall the Henry Frank Arcade Parking Lot Improvements CHANGES IN WORK City Project No. 0 1-09 SPECIAL PROVISIONS - SECTION 3 - PAGE 2 6/25/01 0 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 - Henry Frank Arcade Parking Lot Improvements CHANGES IN WORK City Project No. 01-09 SPECIAL PROVISIONS -SECTION 3- PAGE 3 6/25101 s • 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. 4-1.3 Submittals for Trees, Plants and Ground Cover. Within 20 calendar days after the Contractor has received the Owner' s Notice to Proceed, the Contractor shall submit : 1 . Complete materials list of items proposed to be provided under this section, including complete data on source, size, quantity, and availability of all plant material to be used on site . 2 . Any substitutions of plant types, species, sizes or quantity (including palm heights) must be confirmed with an approval by the Owner' s Authorized Representative prior to this time . Henry Frank Arcade Parking Lot Improvements CONTROL OF MATERIALS City Project No. 01-09 SPECIAL PROVISIONS - SECTION 4- PAGE 1 6/25/01 3 . Certificates required by law to accompany shipment, including Department of Agriculture permits for all native and protected species . 4 .2 MATERIALS 4-2 .1 Quantities . - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2 .2 City Provided Materials . - , The City of Palm Springs shall provide the parking lot area light poles, luminaires and light fixture components to the Contractor; the Contractor will NOT be required to purchase and obtain the area light poles, luminaires and light fixture components, as ' shown in the Area Light Detail on Sheet 8 of the plans . The Contractor shall be provided with the following equipment : Nine (9) parking lot area light poles, luminaires and light fixture components, by Delta Lighting Systems, Inc. ; Product No. DJ1923-OHPS-120-Painted, including in each: four (4) spot lights with lamps; one (1) GFCI duplex receptacle in arm assembly; two (2) GFCI duplex receptacles in ! decorative base with lockable cover; and lamps . The Contractor shall verify upon two clays' receipt from the City of the parking lot lights and associated components that the materials are satisfactory, undamaged, and will allow successful completion of the project, and shall promptly notify the Engineer in the event it has determined that the equipment is damaged, inoperable, missing components, etc. Upon such notice, the Engineer shall determine the extent of any damaged or missing equipment, and shall obtain replacement equipment as necessary for the Contractor to complete the Work. Upon receipt and verification of ,all equipment by the Contractor it shall be the Contractor' s responsibility to protect said equipment . Any damage, theft, or other loss of equipment shall be the responsibility of the Contractor to replace and/or repair to the satisfaction of the Engineer. All other components of the lighting and electrical system other than that specifically listed herein provided by the City to the Contractor is the responsibilitylof the Contractor, and shall be included in his Bid. 4-2 .3 Placing Orders. - The Contractor shall place the order (s) for all long-lead supplies, materials, and equipment, for any Henry Frank Arcade Parking Lot Improvements CONTROL OF MATERIALS City Project No. 0 1-09 SPECIAL PROVISIONS - SECTION 4- PAGE 2 6125/01 ® • traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City (by Monday, August 6, 2001) . The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for said supplies, materials, and equipment has been received and accepted by said vendor (s) within 15 working days from the date of said award of Contract (by Wednesday, August 22, 2001) . - END OF SECTION - Henry Frank Arcade Parking Lot Improvements CONTROL OF MATERIALS City Project No. 01-09 SPECIAL PROVISIONS -SECTION 4- PAGE 3 6/25/01 0 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. Henry Frank Arcade Parking Lot Improvements UTILITIES City Project No. 01-09 6/25/01 SPECIAL PROVISIONS-SECTION 5 - PAGE 1 The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price. " (b) Removal, Relocation, or Protection of Existing Utilities .The following provisions shall be ' added to the end of Section 5-5 of the Standard Specifications: "If the Contractor, while ' performing the Contract, discovers utility facilities not identified by the public agency in the Contract Plans or Specifications, he or she shall immediately', notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion' to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price. " 5-2 TEMPORARY SUPPORT OF UTILITIES The Plans identify the approximate locations of existing utilities that parallel or cross ' the Work. These locations are based on the best information '! available to the City. The Contractor shall verify these locations . During construction of the Work, some of the existing utilities may fall within the , prism of trenches . If the existing utility does fall within the Contractor' s trenches, the utility involved shall be supported properly by the Contractor to the satisfaction of the utility owner. The method of support of the utility, precautions to be taken during trench backfill and ' compaction, etc. , shall be per the utility owner ' s requirements : The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities . 5-3 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete. Therefore, the Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work. Henry Frank Arcade Parking Lot Improvements UTILITICS City Project No. 01-09 SPECIAL PROVISIONS - SECTION 5 - PAGE 2 6/26/01 The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. All water meters, water valves, fire hydrants, Southern California Edison vaults, General Telephone vaults, Southern California Gas Company valves, and other subsurface structures shall be relocated or adjusted to grade by the Contractor. The Contractor shall notify each utility owner a minimum of 2 working days before commencing the Work. - END OF SECTION - Henry Frank Arcade Parking Lot Improvements UTILITIES City Project No. 01-09 SPECIAL PROVISIONS -SECTION 5 - PAGE 3 6/25/01 0 SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 61 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 6-3 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 GENERAL TELEPHONE COMPANY Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Ralph R. Meraz (760) 202-4259 SOUTHERN CALTFORNIA GAS COMPANY Attention: Mr. Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 340-1312, ext. 257 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SPRINT Attention: Mr. Lynn Durrett (909) 874-7450 Henry Frank Arcade Parking Lot Improvements PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK City Project No. 01-09 6/25/01 SPECIAL PROVISIONS- SECTION 6-PAGE 1 • II UNDERGROUND SERVICE ALERT (800) 227-2600 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub-contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre- Construction Conference. END OF SECTION PROSECUTION, PROGRESS, Henry Frank Arcade Parking Lot Improvements AND ACCEPTANCE OF THE WORK City Project No. 0 1-09 SPECIAL PROVISIONS- SECTION 6- PAGE 2 6/25/01 SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows : "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees . If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing. " 7-2 Hours of Labor. - Eight hours labor constitutes a legal day' s work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours . The Contractor shall forfeit, as a penalty to the City, $25 . 00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. 7-3 Prevailing Wage Rates Not Applicable. - Funding for the Work is with all local funds and, as provided under the City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. Henry Frank Arcade Parking Lot Improvements RESPONSIBILITIES OF THE CONTRACTOR City Project No. 0 1-09 SPECIAL PROVISIONS -SECTION 7- PAGE 1 6/25/01 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 Unpaid Claims . - If, at any ;time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the ' State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond ' referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account, of such Stop Notice. 7-6 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract . At the request and expense of the Contractor,, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the 'escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, '', that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 Henry Frank Arcade Parking Lot Improvements RESPONSIBILITIES OF THE CONTRACTOR City Project No. 0 1-09 SPECIAL PROVISIONS - SECTION 7 - PAGE 2 6/25/01 0 0 of the Government Code, and to bank or savings and loan certificates of deposit . 7• 7 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract. - (a) As required under Section 7104 of the Public Contract Code, in any public works contract of a local public entity, which involves the digging of trenches or other excavations that extend deeper than 1. 2 meters (4 feet) below the surface, shall be subject to the following conditions : the Contractor shall promptly, before the conditions are disturbed, notify the public entity in writing of such conditions . (b) It has been determined that the OSHA soil classification in Palm Springs has designated to be Type C soil throughout the City. All protective measures shall be based upon that determination. 7-8 Resolution of Construction Claims. - As required under Section 20104, et seq. , of the California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq. , relating to informal conferences, non- binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demands resulting out of the Contract . Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50, 000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50, 000, but is less than $375, 000 . Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50, 000, or within 60 days, if the amount of the claim is more than $50, 000, but less than $375, 000 . If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50, 000 . If the claim is more than Henry Frank Arcade Parking Lot Improvements RESPONSIBILITIES OF THE CONTRACTOR City Project No. 0 1-09 SPECIAL PROVISIONS -SECTION 7 - PAGE 3 6/25/01 $50, 000, but less than $375, 000,'I 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. 7-9 Concrete Forms, Falsework, :and .Shoring. - The Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete. Where the'! said Section 1717 requires the services of a civil engineer ' registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the Contractor shall employ a registered civil engineer for these purposes, and all costs the=cefor shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract Documents . 7-11) 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 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 : '! Henry Firank Arcade Parking Lot Improvements RESPONSIBILITIES OF THE CONTRACTOR City Project No. 01-09 �, SPECIAL PROVISIONS - SECTION 7- PAGE 4 6/25/01 A 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 $1, 000, 000 Annual Aggregate Property Damage: $1, 000, 000 Each Occurrence $1, 000, 000 Annual Aggregate b) Property damage liability insurance will provide explosion, collapse, and underground coverages where applicable. c) Personal injury, with employment exclusion deleted: $1, 000, 000 Annual Aggregate 3 . Comprehensive Automobile Liability: a) Bodily Injury (Including wrongful death) : $1, 000, 000 Each Person $1, 000, 000 Each Occurrence b) Property Damage $1, 000, 000 Each Occurrence Or a combined single limit of $1, 000, 000 . 7--11 PERMITS 7-•11.1 Business License. The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City' s Municipal Code. The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License Henry Frank Arcade Parking Lot Improvements RESPONSIBILITIES OF THE CONTRACTOR City Project No. 01-09 6/25/01 SPECIAL PROVISIONS -SECTION 7 - PAGE 5 Office, 3200 Tahquitz Canyon Way, ', Palm Springs, CA. 92262, (760) 323-8289 . 7-11 .2 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and', sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be obtained from the office of the, Engineer. - END OF SECTION Henry Frank Arcade Parking Lot Improvements RESPONSIBILITIES OF THE CONTRAC TOR City Project No. 01-09 SPECIAL PROVISIONS - SECTION 7 - PAGE 6 6/25/01 • • SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - Henry Frank Arcade Parking Lot Improvements FACILITIES FOR AGENCY PERSONNEL City Project No. 01-09 SPECIAL PROVISIONS-SECTION 8-PAGE 1 6/26/01 ® • 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 materialmen 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 materialmen. Henry Frank Arcade Parking Lot Improvements MEASUREMENT AND PAYMENT City Project No. 01-09 SPECIAL PROVISIONS-SECTION 9 - PAGE 1 6/25/01 9-1 . 3 Payment. - The last' subparagraph of Standard Specifications Section 9-3 . 1 shall be DELETED and the following substituted therefor: At the expiration of 35 days after acceptance of the Work by the City Council, or as prescribed by law, the amount deducted from the final estimate and retained by the City will be processed for payment to the Contractor, except for such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE 9-2 . 1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet (s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet (s) , are supplied only to give an ind:Lcation of the general scope df the Work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items . 9-2 .2 Initial Mobilization. - , Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable ', pay item, and shall require completion of all of the listed ,items during the first 10 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheet (s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization ' will be made in the form of a single, lump-sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, ali as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items : 1 . Moving onto the site of all Contractor' s plant and equipment required for the first month' s operations . 2 . Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8 . 4, "Sanitation" of the Standard Specifications . Henry Frank Arcade Parking Lot Improvements MEASUREMENT AND PAYMENT City Project No. 01-09 SPECIAL PROVISIONS -SECTION 9 - PAGE 2 6/25/011 0 3 . Obtaining and paying for all required bonds, insurance, and permits. 4 . Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. 5 . Having the Contractor' s superintendent at the job site full-time. 6. Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications . 7 . Ordering all long-lead items as specified in Section 4-2 . 2, " Placing Orders" of these specifications . 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 - Henry Frank Arcade Parking Lot Improvements MEASUREMENT AND PAYMENT City Project No. 01-09 SPECIAL PROVISIONS-SECTION 9- PAGE 3 6/25/01 ® • SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1 .1 Dust Control And Site Cleanup Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris . The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods . Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. 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. 10-1 .2 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 . Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS-SECTION 10 - PAGE 1 The Contractor shall maintain all record information daily and make this information available' to the Project Inspector upon request . The Contractor' s progress payment will not be approved unless project record drawings are current . 10-1 . 3 LOCATION AND PROGRESSION OF THE WORK The Work is located at 241 North Indian Canyon Drive, mid-block between Andreas Road and Amado Road, and consists of an existing parking lot and vacant lot located on Lots 29, 30, 31, and 32 of Block 25 of the Map of Palm Springs . 10-2 TRAFFIC CONTROL 10-2 .1 Maintaining Traffic. Attention is directed to Sections 7-10, "Public Convenience and Safety, " of the Standard Specifications . 10-2 .2 Field Operations. -- The Engineer retains the authority to initiate field changes in 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 Si.gning, ' Lighting and Barricading - Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with State of California, Department of Transportation, "MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION .AND MAINTENANCE WORK ZONES" dated 1996, or subsequent editions in force at the time of construction. These signs and barricades shall be indicated on and be an integral part of the Traffic Control Plan. 10-2 .4 Temporary No Parking Signs . -- Temporary No Parking signs shall be posted at least 241hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs . Removal of signs ' and furnishing and placing of barricades, if necessary, for posting of signs shall be provided by the Contractor. All signs shall be removed within 24 hours after the effective date. Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS - SECTION 10 - PAGE 2 0 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 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 Travel Lanes . - In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times . At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of two lanes of traffic. Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. This work shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefor. 10-2 . 8 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 shall be considered as included in the various bid items of work, and no additional compensation will be allowed therefor. 10-2 . 9 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 .10 Parking and Access. - The parking lots will be closed to public use throughout the duration of the project; however, pedestrian access to the Henry Frank Arcade buildings and Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS -SECTION 10-PAGE 3 businesses shall be provided through and around the work site. In the event that Additive Bid Schedule B is not awarded, the Palm Canyon Drive parking lot shall be open throughout the duration of the project. The Contractor shall coordinate vehicular access from the parking lot to Indian Canyon Drive, as required, and to the satisfaction of the City Engineer. 10-:2 .11 Pedestrians. - The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone. The Contractor shall detour pedestrians across Indian Canyon Drive at the nearest signalized intersection (s) to the satisfaction of the City Engineer. 10-:2 . 12 Public Safety During , Non-iWorking 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 aLtempting ' 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 ]Dy the City. 10-2 .13 Measurement and Payment - All work required in this section shall be an integral part of the Contract, and payment therefore shall be considered as included in the various Bid Items, and no additional compensation will be allowed therefore. 10-3 EARTHWORK 10-3 .1 Clearing and Grubbing: - All clearing and grubbing shall conform to Sections 300-1: 1, 300-1 . 2, and 300-1 . 3 of the Standard Specifications . Clearing and grubbing and miscellaneous removals shall consist of removing all existing objectionable natural materials and existing improvements in the area of the proposed Work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away, salvaged to the City Yard (where required) , or properly disposed of. Clearing, grubbing ' and miscellaneous removals shall include removal of miscellaneous improvements as shown and indicated on the plans, but not ,separately paid for as specified in these specifications . This item of work includes, but is not limited to: removal, relocation ', or adjustment of miscellaneous improvements, such as irrigation valves, boxes and covers, irrigation sprinkler heads, trash bins/receptacles, backflow preventers, tree stumps, electrical and lighting junction boxes and components, relocation of lexisting fences and gates and adjustment thereof to final location/configuration as shown on the plans and as directed by the Engineer. Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS -SECTION 10- PAGE 4 0 Payment for clearing, grubbing and miscellaneous removals, relocations or adjustments shall be considered as included in the various Bid Items of work, and no additional compensation will 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 Documents . The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract, and the Contractor, at its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. Damaged or removed bikeway or traffic striping shall be replaced by the Contractor with permanent striping within 24 hours of damage or removal, or replaced with temporary striping at the discretion of the Engineer. 10-3.2 .1 Trees Within Project Limits The Contractor shall exercise all necessary precautions so as not to damage or destroy all trees or plants, including those lying within project limits (except trees 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. The Contractor shall immediately notify the property owner or the City if any tree is damaged by the Contractor' s operations. If, in the opinion of the City, the damage is such that replacement is necessary, the Contractor shall replace the tree at its own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the Contractor shall pay to the owner of said tree a compensatory payment acceptable to the tree owner, subject to the approval of the property owner or City. The size of the trees shall be not less than 1-inch diameter nor less than 6 feet in height . Fines will be assessed against the Contractor for trees removed without the City' s prior written Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS-SECTION 10- PAGE 5 approval . The minimum amount of fine or restitution to the City will be the replacement of the tree removed, with one of equal or greater size and maturity and asl approved by the property owner and the City. Larger fines may be' assessed against the Contractor depending upon the circumstances and type of tree removed. 10-3 . 3 REMOVALS 10-3 .3.1 Disposal Site. - The Contractor shall specify the route and the disposal site of the material that is required to be removed and hauled away. Thel Contractor shall provide this information at the Pre-Construction Conference . The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner' s approval . 10-3 .3.2 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 aL 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. 10-3 .3. 3 Concrete SideWcilk Concrete sidewalk (including decorative and/or stamped concrete sidewalk) 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 "Re'move Existing Concrete Sidewalk," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete sidewalk, and no additional compensation will be allowed therefore. 10-3 . 3 .4 Concrete Curb - Ail concrete curbs shall be removed such that construction joints to new concrete improvements are Henry Frank Arcade Parking Lot Improvements CONSTRUCTION DETAILS City Project No.01-09 6/25101 SPECIAL PROVISIONS O. SECTION 10 - PAGE 6 ® • clean and straight . Concrete curb adjacent to existing access ramps designated for removal shall be removed. Payment for concrete curb removals shall be made at the unit price bid per linear foot for "Remove Existing Concrete Curb," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete curb, and no additional compensation will be allowed therefore. 10-3 .3.5 Concrete Curb and Gutter - All concrete curb and gutter shall be removed such that construction joints to new concrete improvements are clean and straight . Payment for concrete curb and gutter removals shall be made at the unit price bid per linear foot for "Remove Existing Concrete Curb & Gutter," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete curb, and no additional compensation will be allowed therefore. 10-3 .3. 6 Block Wall - All concrete masonry block walls shall be removed as indicated on the plans, including all existing structural concrete footings, columns and associated improvements . Care shall be taken such that adjacent block walls not designated for removal are protected in place to allow for adequate connection to new block walls. Payment for block wall removals shall be made at the unit price bid per linear foot for "Remove Existing Block Wall," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of block walls, and no additional compensation will be allowed therefore. 10-3. 3 .7 Trees - Trees, including roots, shall be completely removed as indicated and shown on the plans . Voids created by removal of trees shall be filled with crushed miscellaneous base as necessary. Payment for tree removals shall be made at the unit price bid per tree for "Remove Existing Tree," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of tree limbs, trunks, and roots, including installation of crushed miscellaneous base, if necessary, and no additional compensation will be allowed therefore. 10-3.3 .8 Trash Enclosure - The existing trash enclosure, including associated block walls, gate, and concrete floor, shall be completely removed as indicated on the plans. All associated structural concrete and improvements shall be hauled away. Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS-SECTION 10- PAGE 7 Payment for removal of the existing trash enclosure shall be considered as included in the lump sum price for "Construct Trash Enclosure," and shall constitute full compensation for all equipment, materials, and labor ' necessary for the removal and disposal of all improvements associated with the existing trash enclosure, and no additional compensation will be allowed therefore . 10-3 .3. 9 Irrigation Controller - The existing irrigation system controller, cabinet, and associated wiring shall be removed and relocated as shown on the plans . The Contractor shall be responsible for the protection of the controller and cabinet throughout the duration of the project, including its storage and protection from the time it is removed to the time it is relocated and connected to the new irrigation system. In the event the existing controller and/or cabinet is damaged, the Contractor shall be responsible for providing a new controller and/or cabinet, as approved by the Engineer. Payment for removal and relocation of the existing irrigation controller and cabinet (including removal of any associated concrete foundation or base) shall be considered as included in the lump sum price for " Irrigation System," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and relocation of all improvements associated with the existing ', irrigation controller, and no additional compensation will be allowed therefore. 10-3 .3.10 Parking Lot Lighting System - All parking lot lighting system improvements shall be completely removed, where indicated on the plans . The Contractor shall completely disassemble and remove all parking lot light fixtures, poles, and concrete foundations, all conflicting portions of electrical conduit, and all electrical pull boxes, as indicated and shown on the plans . Voids created by removal of concrete foundations and electrical pull boxes shall be filled, and compacted with crushed miscellaneous base . Payment for removal of the existing parking lot lighting system shall be considered as included in the lump sum price for " Parking Lot Lighting & Electrical System," and shall constitute full compensation for all equipment, materials, and labor necessary for the! removal and disposal of all ' improvements associated with the existing parking lot lighting system, and no additional compensation will be allowed therefore . Henry Frank Arcade Parking Lot Improvements CONSTRUCTION DETAILS City(Project No.01-09 C City 01 SPECIAL PROVISIONS - SECTION 10 - PAGE 8 0 10-3.4 Unclassified Excavation 10-3 . 4 . 1 Unclassified Excavation. - Unclassified excavation shall consist of all excavation and removals, unless separately designated for payment as indicated in these specifications . 10-3. 4.2 Selected Materials. - The text of Subsection 300-2 . 7 of the Standard Specifications is hereby deleted and replaced with the following: "Selected materials encountered in the excavations within the limits of the Work that conform to the Standard Specifications for base material, trench bedding, backfill, topsoil, or other specified materials shall be used as shown on the Plans, in the Special Provisions, or as directed by the Engineer. Topsoil excavated may be considered only for the purpose of backfilling areas to be planted. " 10-3 . 4 . 3 Payment. - The cost for 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 10-3 .5 . 1 Unclassified Fill . - The Work shall conform to Section 300-4, "Unclassified Fill" of the Standard Specifications . However, the top 12 inches of subgrade and topsoil shall have a minimum relative compaction of 95 percent. 10-3 .5.2 Payment. - All costs for unclassified fill shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. 10-4 SUBGRADE PREPARATION 10-4 . 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 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 conformance with Section 301-1. 3 of the "Greenbook" Standard Specifications . 10-4 . 1.1 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 . Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6125/01 SPECIAL PROVISIONS-SECTION 10- PAGE 9 10-41 .1 .2 Watering. Water for uselin subgrade preparation shall be potable, therefore, there is no need to obtain reclaimed wastewater permits . Water shall be applied to compact soil, subgrade, base, and surfacing material. through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the water application process. 10-41 . 1 . 3 Payment. - Payment for preparation of subgrade shall be considered as included in the various bid items of work, and no additional compensation will be made therefore . 10-5 CRUSHED MISCELLANEOUS BASE 10-5 . 1 Material. All base material shall be crushed miscellaneous base that has beenlimported to the site, and shall conform to Section 200-2 . 4 "Crushed Miscellaneous Base" of the Standard Specifications . 10-5 .2 Payment. - Payment foriCrushed Miscellaneous Base shall be made at the unit price bid per square foot for "Construct 4" Crushed Miscellaneous Base," and shall include full compensation for all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the standard specifications and these special provisions . 10-6 ASPHALT CONCRETE 10-6 . 1 Asphalt Concrete Pavement. Asphalt concrete pavement within the parking lot consisting of a total thickness of 2;f shall be laid in one lift consisting of Type C2-AR4000 asphalt concrete pavement . Asphalt concrete pavement within Indian Canyon Drive consisting of a total thickness of 5" shall be laid in two lifts . The first lift shall consist of 4" of Type B-AR4000 asphalt concrete pavement and a second lift of 1" of Type C2- AR4000 asphalt concrete pavement. All asphalt concrete pavement shall be placed on a prepared base and shall conform to Section 203-6 "Asphalt Concrete" of the Standard Specifications . 10-6.2 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 . 10-6 .3 Tack Coat. Tack coat shall be a SS-lh emulsified asphalL and it shall be applied to all 'clean,, existing asphalt areas and to all concrete surfaces adjacent to new asphalt concrete paving prior to installation of asphalticoncrete pavement. Henry Frank Arcade Parking Lot Improvements CONSTRUCTION DETAILS City Project No.01-09 6/25101 SPECIAL PROVISIONS-SECTION 10-PAGE 10 ® i The cost of tack coat shall be included in the price for asphalt concrete pavement, and no additional payment will be made therefor. 10-6. 4 Asphalt Concrete Placement. Application of asphalt concrete shall conform to Section 302-5. 5 "Distribution and Spreading" and Section 302-5 . 6 "Rolling" of the Standard Specifications . 10-6. 8 Measurement and Payment. Payment for asphalt concrete pavement constructed within the parking lot will be made at the unit price bid per square foot for "Construct 21,f 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. Payment for asphalt concrete pavement constructed within Indian Canyon Drive will be made at the unit price bid per square foot for "Construct 5" A.C. Pavement," as shown on the plans, as specified in the 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 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, tack coat, and adjustment of water valve covers or sewer manhole covers within Indian Canyon Drive (as necessary) , in accordance with the standard specifications and these special provisions. 10-7 PORTLAND CEMENT CONCRETE 10-7 .1 Material . Portland Cement Concrete of the class and type shown on City Standard Drawings shall be used to construct new curb, gutter, cross gutter, spandrels, access ramps, sidewalk (colored, decorative and stamped) , and pavement. Where class and type are not specified in the standard drawings or plans, Portland Cement Concrete of Type 560-C-3250 (6 Sack) shall be used for construction. 10-7 .2 Curb. Construction of new curb shall conform to City of Palm Springs Standard Drawing Number 200 . Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for construction. Type Al-6 and Type Al-8 Curb shall be constructed to the dimensions as specified in the City' s Standard Drawing, but application details and other specifications not explicitly shown or stated in the City' s Standard Drawing, shall conform to Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS-SECTION 10- PAGE 11 Section 303-5 the Standard Specifications . The Contractor shall install and extend the four (4) 3" diameter roof drains from the removed curb to the face of newly constructed curb, to the satisfaction of the Engineer, folr the existing building located at the southwest corner of the parking lot . 10-7 .3 Curb and Gutter. Construction of new curb and gutter shall conform to City of Palm Springs Standard Drawing Number 200 . Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for construction. Type B1, A2-6; and A2-8 Curb and Gutter shall be constructed to the dimensions as specified in the City' s Standard Drawing but, application details and other specifications not explicitly shown or stated in the City' s Standard Drawing, sha:Ll conform to Section 303-5 of the Standard Specifications . 10-7 .4 Sidewalk. Sidewalk material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . Sidewalk shall be constructed of 4" thickness using', standard concrete, at locations shown on the plans . Applicationldetails and other specifications not explicitly stated herein or shown on the plans shall conform to Section 303-5 of the Standard Specifications . 10-7 .5 Colored Sidewalk with Tree Wells . Colored sidewalk material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . Sidewalk shall be constructed of 4" thickness and shall contain 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, and in conformance with City of Palm Springs Standard Drawing No. 210 . Construction of colored sidewalk shall conform to Section 303-5 of the Standard Specifications . The Contractor 'shall provide decorative scoring within the colored sidewalk, as indicated on the plans . New tree wells shall be constructed as part of the colored sidewalk at locations indicated on the plans (centered on existing and proposed palm trees) , and as ', shown on the Decorative Sidewalk & Tree Well Detail on Sheet 9 of, the plans . Tree wells shall be bordered with 60mm interlocking concrete pavers, Orion (Color No. C-059) by Perma Concrete, or equal, and be identical to the type of interlocking pavers used within the tree wells on Palm Canyon Drive. Interlocking concrete ' pavers shall be installed as required by the manufacturer' s specifications . 10-7 . 6 Stamped Sidewalk. Stamped sidewalk material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . Stamped sidewalk shall be constructed of ',4" thickness and shall contain an integral concrete color admixture that most closely resembles and matches the existing stamped concrete sidewalk at locations shown on the plans . The Contractor shall submit to the Engineer for his approval its recommendation fore, the specific type of concrete Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6125101 SPECIAL PROVISIONS - SECTION 10- PAGE 12 0 0 color admixture to satisfy this requirement. Construction of stamped sidewalk shall conform to Section 303-5 of the Standard Specifications . The Contractor shall duplicate the decorative stamped pattern to match the existing stamped concrete sidewalk, as required by the Engineer. It is the Contractor' s responsibility to provide new stamped concrete sidewalk that most closely matches the existing stamped concrete sidewalk, as shown on the plans. 10-7 . 7 Colored Pavement. Colored pavement material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . Colored pavement shall be constructed of 6" thickness and shall contain 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, and in conformance with City of Palm Springs Standard Drawing No. 210 . Construction of colored pavement shall conform to Section 303-5 of the Standard Specifications . 10-7 . 8 Stamped Pavement. Stamped pavement material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . Stamped pavement shall be constructed of 6" thickness and shall contain an integral concrete color admixture, Chromix C-35, "Santa Barbara Brown," as manufactured by L. M. Scofield Company, or equal at locations shown on the plans, and in conformance with City of Palm Springs Standard Drawing No. 210 . Construction of colored pavement shall conform to Section 303-5 of the Standard Specifications . The Contractor shall provide a 3' by 3' at 45' angle light slate pattern finish surface on stamped concrete pavement, as shown on the Decorative Pavement Detail on Sheets 4 or 4A of the plans . Stamped concrete pavement shall be bordered by curb and gutter of standard (uncolored) concrete. The Contractor shall provide a 2' wide concrete border, of 6" thickness of standard (uncolored) concrete for edges of stamped concrete pavement not adjacent to curb and gutter, as indicated on the plans . 10-7 . 9 Curb Return and Spandrel . Construction of new curb returns and spandrels shall conform to City of Palm Springs Standard Drawing Number 206, modified to the dimensions and configuration on the plans. Portland Cement Concrete of type 560- C-3250 (6 Sack) shall be used for construction. Curb returns and spandrels shall be constructed to the dimensions as specified in the plans, but application details and other specifications not explicitly shown or stated in the City' s Standard Drawing or on the plans shall conform to Section 303-5 the Standard Specifications . 10-7 . 10 Cross-Gutter. Construction of new cross-gutters shall conform to the Cross-Gutter Detail on Sheet 9 of the plans for 4' wide cross-gutters, and to City of Palm Springs Standard Drawing Henry Frank Arcade Parking Lot Improvements City Protect No.01-09 CONSTRUCTION DETAILS 6/25101 SPECIAL PROVISIONS-SECTION 10- PAGE 13 Number 200, for Type B2 cross-gutters . Cross-gutters shall be constructed to the dimensions as specified in the detail or on the , City' s Standard Drawing. Reference shall be made to the Construction Plans for installation location and any other reference shall be made to Section 303-5 of the Standard Specifications . 10-7 . 11 Channel. Construction of new concrete channels shall conform to the Concrete Channel Detail on Sheet 9 of the plans . Concrete channels shall be constructed to the dimensions as specified in the detail and in ,the configuration and locations shown on the plans . Reference shall be made to the Construction Plans for installation location and any other reference shall be made to Section 303-5 of the Standard Specifications . 10-7 .12 Type A Ramp. Construction of access ramps shall conform to City of Palm Springs Standard', Drawing Number 212 . 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. Also, construction material and application details shall conform to Section 303-5 of the Standard Specifications . New curb ramps shall cleanly match existing improvements where required. 10-7 . 13 Colored Type A Raap. Construction of access ramps shall conform to City of Palm Springs Standard Drawing Number 212, and sha11 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 e�;plicitly stated or shown on the City of Palm Springs Standard' Drawing. Also, construction material and application details 'shall conform to Section 303-5 of the Standard Specifications . New curb ramps shall cleanly match existing improvements where required. 10-7 .14 Driveway Approach. Construction of driveway approaches shall conform to City of Palm Springs Driveway Approach Standard Drawing Number 201 . The details specified in this Standard Drawing shall govern, but application details and other specifications not explicitly stated or shown on this Standard Drawing, or on the plans shall ,conform to Section 303-5 of the Standard Specifications . Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25101 SPECIAL PROVISIONS - SECTION 10 - PAGE 14 0 i 10-7 . 15 Adjust Existing Water Meter, Gas Meter and Utility Pu.11box Covers . - Existing concrete retainer rings, if any, shall be removed and replaced after the water meter, gas meter, or utility pullbox frame and cover are adjusted to new finished grade. The Contractor shall adjust utility pullbox frames and covers to new finished grade as indicated by City Standard Drawing No. 1102 . 10•-7 .16 Vandalism. The Contractor shall be responsible for protecting all new Portland cement concrete construction from vandalism. Any vandalism identified on new concrete construction will be removed and replaced by the Contractor, as required and directed by the City Engineer. 10-7 .16 Measurement and Payment. - Payment for construction of Portland Cement Concrete items will be based on the unit prices bid for the items shown in the bid schedule, for 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 installation and extension of existing roof drains shall be considered as included in the payment for construction of curb, and no separate payment shall be allowed therefore. 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. 10-8 BLOCK WALLS, STUCCO & PAINTING 10-•8 . 1 BLOCK WALLS 10-8 . 1 . 1 Installation. Block walls shall be constructed at the locations shown on the plans and as indicated on the Block Wall Detail on Sheet 9 of the plans. The type of material, reinforcement, dimensions, and color of the block walls shall be that as specified in the detail on Sheet 9 of the plans . All work and material not explicitly stated or shown on the plans shall conform to Section 303-4 . 1 "Concrete Block Masonry" of the Standard Specifications . 10-8 . 1 .2 Payment. Payment for block walls (including 2' by 2' integral columns) will be made at the unit price bid per linear Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 CONSTRUCTION DETAILS 6/25101 SPECIAL PROVISIONS-SECTION 10-PAGE 15 foot for "Construct V Block Wall," and shall include full compensation for construction of block walls, columns and footings, brick caps, stucco coating and painting (as specified below) , complete in place, including all materials, labor, and equipment, in accordance with the standard specifications and these special provisions . 10-8 .2 STUCCO 10-8 .2 . 1 General . Stucco shall', be applied to exterior and interior surfaces of walls as shown on the plans, and as specified in these specifications . 10-8 .2 .2 Materials . All stucco color coat shall be manufactured by La Habra Stucco and be the color, finish and sand gradation as shown on the plans . Stucco color coat shall be La Habra base 100 color X-50 Crystal White. SUBSTITUTIONS - Any substitutions must be approved in writing ten days prior to bid date by the Engineer. MATERIAL DESCRIPTION - Use: La Habra Exterior Color Coat provides a lasting, durable color finish that can be applied to portland cement base coat by hand or machine application. Comjposition: La Habra Exterior Color Coat finish is mechanically blended compound of portland cement, hydrated lime and inert aggregates (16/20 or , 20/30 sand) , packed in sealed multi- wall bags . 10-8 .2 .3 PROCEDURE 10-8 .2 . 3 . 1 Condition of Surface: Hand application over portland cement : prior to application of exterior color coat finish, the base coat shall be sprayed ,with clean water to control and equalize suction. Machine application over portland cement : It is not necessary to dampen the base coat before application o[ the exterior finish by 'machine. 10-8 .2 .3 .2 Mixing: Exterior stucco color coat shall be power mixed with clean water for at least 15 minutes, and shall be used within two hours after mixing. 10-8 .2 . 3 . 3 Application: ' Color coat shall be approximately 1/7" thick. Henry Frank Arcade Parking Lot Improvements CONSTRUCTION DETAILS City Project No.01-09 SPECIAL PROVISIONS - SECTION 10- PAGE 16 6125101 ® • Hand application: Apply using towel, spread on an even coat then rubber float (sand finish) or texture to desired finish. Machine application: Spray first coat over the dry surface and cover base coat completely. After first coat has dried, spray second coat to the desired finish. During periods of high humidity it is recommended that one full day be allowed between coats . La Habra Exterior Stucco Color Coat will normally dry and set the same day. Allow 28 days for curing. Color and performance may be affected by the addition of field additives . 10-8 .2 . 4 MATERIAL STANDARDS Hydrated Lime: Federal Specifications SS-L-351, Type F. White Portland Cement; Type 1 ASTM C150-56; Federal Specification SS-C-192B. 10-8 .2 .5 Payment. Payment for application of stucco color coat to block walls shall be considered as included in the unit price bid per linear foot for "Construct 4' Block Wall," and shall constitute full compensation for all equipment, materials, and labor necessary for the application of stucco color coat to block walls, and no additional compensation will be allowed therefore . 10-9 TRASH ENCLOSES 10-9. 1 Removal and Installation. The Contractor shall remove the existing trash enclosure located at the southwest corner of the parking lot, and construct a new trash enclosure as shown on the plans . Trash enclosure walls shall be constructed as shown on the plans and on the Trash Enclosure Detail on Sheet 9 of the plans. The type of material, reinforcement, dimensions, and color of the trash enclosure walls shall be that specified in the detail on the plans. Stucco shall be applied to exterior and interior surfaces of the trash enclosure walls to match the 4' block walls, as shown on the plans, and as specified in Section 10-8 of these special provisions . Ail work and material not explicitly stated or shown on the plans or in these special provisions shall conform to Section 303-4 . 1 "Concrete Block Masonry" of the Standard Specifications . 10-9.2 Payment. Payment for removal and construction of new trash enclosure shall be made at the lump sum price for "Construct Trash Enclosure," fully installed and operational, as specified Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS - SECTION 10- PAGE 17 and as indicated on the plans and in the detail thereof, including complete demolition and removal of the existing trash enclosure, and construction of new stucco , coated block walls, structural concrete footings and concrete floor, trash enclosure doors and hardware, and all other appurtenant work, complete in place, and shall include full compensation for all materials, labor, and equipment, in accordance with the Standard Specifications and these special provisions . 10-10 TRAFFIC STRIPING, SIGNAGE AND MARKINGS 10-10 . 1 General . All striping' and pavement markings shall be fast dry or rapid dry paint, and shall conform to the provisions in Section 210-1 . 6. 1 "General" and Section 210-1 . 6. 3 "Rapid Dry White, Yellow, Blue or Black Traffic Line Paint" of the Standard Specifications . 10-10 .2 Application. Striping, markings, and curb painting shall be applied in accordance with Section 310-5. 6 of the Standard Specifications . All traffic striping, markings, and curb painting shall be applied with ' two (2) coats of paint . The Contractor shall allow 2-3 days between successive coats of paint. New curb painting (red "No Parking" indications and blue "Handicap" indications) shall be provided where required along all existing curbs protected in place within the work area. 10-10 . 3 Payment. Payment for traffic striping, signage and markings shall be made at the lump sum price bid for "Traffic Striping, Signage & Markings and shall constitute full compensation for all equipment, materials, and labor necessary for installation of all traffic striping, markings, curb painting, signage, and removal and relocation of existing traffic signs, as shown on the plans, and no additional compensation will be allowed therefore. 10-11 LANDSCAPING AND IRRIGATION 10-11 .1 GRADING AND ROCKERY INSTALULTION Materials . Fill Material : Existing soil shall be used whenever possible, but shall be free of debris, rubbish, organic matter, oil, wed, rocks greater than 2" diameter and other foreign matter. Native Soil : Native soil to ' be material as listed in Fill Material . 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, Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/D1 SPECIAL PROVISIONS -SECTION 10- PAGE 18 ® • approvals, and location recordings . Contractor shall verify and remove any asphalt or concrete that may exist beneath all planting areas . 10-11 .2 SITE GRADING. Unless shown or noted otherwise on the plans, all finish grades are to be level 1V' to 2" below top of curb or adjacent concrete sidewalk or paving. The Contractor shall supply and apply pre-emergent weed control on all native soil and decomposed granite per manufacturer' s specifications. 10-11 . 3 UNDERGROUND IRRIGATION SYSTEMS 10-11 .3.1 General. The irrigation design is diagrammatic. All irrigation equipment shown within paved areas is for design clarification only and shall be installed in planted areas wherever possible. Due to scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. , which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of this work and plan this work accordingly, furnishing such fittings, etc. , as may be required to meet such conditions . The work shall be installed in such a manner as to avoid conflicts between trades or problems in planting trees, shrubs, groundcovers, and lawns . 10-11 .3.2 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 . 10•-11 .3 .3 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 . Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25101 SPECIAL PROVISIONS-SECTION 10- PAGE 19 10-11 . 3 .4 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' s representative before construction is started. Any ,changes, deletions or additions shall be determined at this check. No walks or paved areas shall be sprinkled. The drawings are schematic only unless specifically dimensioned. The Contractor shalll 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' s Representative. Locations, as determined, are the Contractor ' s responsibility and changes required because of such actions shall be by the Contractor at no extra cost to the Owner. The Contractor shall connect the irrigation system to the water supply point of connection as indicated on drawings . The Contractor shall connect electric valves to control wires supplied at locations as indicated on drawings . The Contractor shall be responsible for minor changes caused by site conditions or plant substitutions . 10-11 . 3 .5 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 ACTD 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: Type 1, Grade 1, Class 200, IPS, ASTM D 1784 . Pipe shall be continuously marked with: Manufacturer' s name, nominal pipe size, PVC type, SDR, NSF seal, and date of extrusion. (b) Rigid PVC Under Paving (pa'rking lots) : Type 1, Grade 1, Schedule 40, IPS, ASTM D 1785 . (c) Poly Swing Pipe : As specified in Irrigation Detail Plans . Fittings : Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6125101 SPECIAL PROVISIONS-SECTION 10- PAGE 20 (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 elbows 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 . 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 parking lot pavement, sleeves for irrigation pipe and conduit for control wire shall be PVC: Type 2, Grade, Schedule 40 . Irrigation Controllers : As specified on the plans, the Contractor shall be responsible for removing and relocating, and reusing the existing irrigation controller and cabinet for the new irrigation system. The Contractor shall construct a new 4" thick concrete base and foundation, and adequately secure the existing controller and cabinet to the foundation to the satisfaction of the Engineer. It is the Contractor' s responsibility to protect the existing controller and cabinet throughout the duration of the project. Any damage to the controller and/or cabinet shall be the Contractor' s responsibility, and will require replacement thereof to the satisfaction of the Engineer. 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" . Valve boxes and lids shall be similar to color of finish grade (Aztec Gold decomposed granite) as approved by the Engineer. Irrigation Heads and Drip Emitters : Shall be as specified on Irrigation Detail Plans . Backflow Prevention Assembly: Shall be as specified on Irrigation Detail Plans and shall be verified with Local Plumbing and Health Codes . In the event that the Backflow Preventor Assembly conflicts with the codes, the City Engineer shall be notified prior to the Bid Opening Date. Henry Frank Arcade Parking Lot Improvements City Project No, 01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS-SECTION 10- PAGE 21 Gate Valve : Shall be installed at all valves as specified on irrigation plans . End Flush Cap: Shall be installed at the end of all drip laterals as shown in the Irrigation Detail ,Plans. 10-1.1 .3. 6 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 dimensions exist that might not have been considered in the engineering design phase. Such obstructions or differences must be brought to the attention of the Engineer. The Contractor shall determine the minimum flow demand for the irrigation system, and shall verify water pressure prior to construction and report any difference between the water pressure required for minimum flow demand 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. Versification of Finish Grade: The Contractor shall verify, with the Engineer the correctness of all rough grades within the work areas in order to ensure 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 the Engineer, and maintain and protect the approved staking layout . Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS -SECTION 10- PAGE 22 ® • Excavating and Trenching: Excavating and trenching shall be open vertical construction of such size to permit the piping to be laid at the elevation intended to permit sufficient 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 lines shall have a minimum horizontal clearance of 12 inches from the lines of other trades . No lines shall be installed parallel and directly over another line. (c) Minimum Cover from finish grade shall be as follows : 24" minimum cover over solvent welded pressure piping to 2 inch size, 24" minimum cover over valve control wiring, 12" minimum cover over non-pressure piping to irrigation head bubblers, and emitters . Pipes and Fittings shall be installed according to details : (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 Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25101 SPECIAL PROVISIONS - SECTION 10-PAGE 23 will adhere in strict accordance to manufacturer ' s recommended installation procedures . All pipe shall be assembled free from dirt and pipe scale. Field cut ends shall be reamed and trimmed of rough edges and burrs. No sawing of PVC pipe shall be permitted when assembling pipe for emitters . All changes in direction of pipe shall be made with fittings . Reducer tees shall be used at all head risers where a pipe size changes . Bushings shall not be allowed where reducer tees may be used. PVC saddles shall not be allowed. (f) Solvent Weld Joint . The joint shall be prepared by first making sure that pipe end is square, then by debarring the pipe end and cleaning the pipe and fitting from dirt, dust, and moisture. The pipe shall be dry-inserted into fitting to check for mis- sizing. Pipe should enter fitting 1/3 to 2/3 depth of socket. After verifying proper fit, the inside socket surface of the fitting and the external surface of the male end of the pipe shall be coated with solvent-cement. The joint shall be held still for approximately 30 seconds and any excess cement from pipe and fitting shall be wiped clean. The joint shall 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 . Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS - SECTION 10-PAGE 24 0 Where assembling soft polyethylene pipe and fitting, hand twist fitting into pipe until full insertion. Insert pipe immediately into fitting and turn 1/4 turn to distribute cement and remove air bubbles . The pipe must seat to the bottom of the socket and fitting. Check alignment so pipe and fitting are without strain to either. Hold joint still for approximately 30 seconds and then wipe the excess cement from the pipe and fitting. Cure joint a minimum of 30 minutes before handling and at least 6 hours before pressurizing. Irrigation Controller. Secure and install existing controller and cabinet to new 4" concrete base and foundation 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 moisture sensor hook-up. Electrical Control Valves. Install according to detail and where shown on the Irrigation Plan. No soil will be allowed in valve boxes . Control Wire . Control Wire shall be UL approved for direct burial in ground, with maximum voltage drop of 5% . Valve control wire shall be a solid color, common wire shall be white. Other single wires shall be striped two color jacket. Valve control wire shall have no buried in line splices; all splices shall be in a valve box or junction box. Connections shall be made by crimping bare wires with brass crimping sleeves and sealing in UL approved #3570 Scotchloks, Rainbird Snap-tites, or as noted on plans. Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6125/01 SPECIAL PROVISIONS -SECTION 10- PAGE 25 Install wire below irrigation pressure lines, loop a minimum of 3 feet of extra wire in each valve box; both control and common wire. Make 12" loop at 50 ' intervals along wire run from valve to controller. Provide conduit where wires run under paving. Take care not to damage wires when backfilling trenches . Install at least two extra wires from single station controllers to heaviest-planted/most sunshine exposed area of the valve for moisture sensor hook-up. Valve Boxes . All remote control valves shall be installed in plastic valve box. Box shall 'be set flush with finish grade planting beds . Lid shall be permanently marked to correspond to controller and station number. Valve boxes and lids shall be similar to color of finish grade; (Aztec Gold decomposed granite) as approved by the Engineer. Backfilling. Backfill shall not be placed until the installed irrigation system has been inspected, approved, and tested in the presence of the Engineer' s representative. 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 as part of the work under this Contract. The 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 manufacturer' s recommendations, such that each shrub, vine or ground cover is provided with an irrigation head. (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-jolint or poly swing pipe. No outlets below grade will be permitted. Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS -SECTION 10-PAGE 26 (c) Filtration and pressure regulator settings will be according to manufacturer' s specifications to obtain best head performance. (d) All spray heads are to be set back a minimum of 2" from any paved area, e.g. , mow strips, curbs, sidewalks ( 6' minimum for rotors) . (e) Emitters shall be installed according to detail . All PVC pipe will be cut with PVC pipe cutter, solvent- cement will be sparingly applied to avoid runs and puddling in pipe and fittings, all pipe will be double flushed. End flushing valves will be installed according to detail and plan. (f) The contractor shall flush and adjust all irrigation heads for optimum performance. (g) Layout Changes : Arrangements, positions, and connections of pipes, valves, and heads may be adjusted as directed to accommodate conditions which may arise during progress of work. No additional compensation shall be made for changes unless arrangements are made for charges prior to installation. (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 . 10-11 .3. 7 Field Quality Control and Inspection. The contractor shall give the Engineer three working days notice for inspection at the following stages . The Contractor must have field "as builts" up to date before each stage 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' s Representative. (a) Static test for 6 hours at 125 psi Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS- SECTION 10-PAGE 27 r • (b) Tests shall be observed and approved by the Engineer' s Representative prior to backfill', before rock base is installed and before asphalt paving is installed. (c) Lines shall be tested before and after installation of base material to determine the responsibility of any broken lines . (d) Contractor shall provide all equipment for hydrostatic tests . Lateral Lines . Lateral lines shall be installed after installation of non-pressure pipe and riser. Backfill only between joints and fittings, leaving joints and fittings exposed, until after joint and fitting inspection. Complete flushing prior to testing. Test for 2 hours at 100 psi. Completion of System. When the irrigation system has been Completed, a performance test shall be done in the presence of the Engineer' s Representative to determine if coverage of water to the planted areas is complete and adequate. The Contractor shall change any heads, as may be required to provide satisfactory coverage at no charge to the; 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 90 days later (or extensions thereof) , after the maintenance period. 10-11 .4 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 . Root Barriers . Root barriers shall be Shawtown Industries Inc. , "Rooster Booster" root diversion ;product or approved equal . Root barrier shall be of size appropr';iate for container size and type of tree . All trees as called out in plans, excluding palm trees, shall have root barriers installed per manufacturer ' s specifications . Tree Stakes. Trees Stakes shall be of the type of material and installed according to the Planting Detail Plans . Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 CONSTRUCTION DETAILS C City 11 SPECIAL PROVISIONS-SECTION 10- PAGE 28 0 Tree ties . Tree ties shall be heavy hose-like plastic or rubber as approved by the Engineer. The Contractor shall verify type with the Engineer. Pre-emergent Weed Control . Pre-emergent weed control shall be "Surflan" or approved equal. Materials. Soil . Contractor shall use existing soil when possible. This and any imported soil shall meet the requirements listed in Section 300-2 . 7 of the Standard Specifications. All soil used around planting shall be free of rocks 2" and larger. All soil shall be fully compacted. No air pockets or settling of the soil below finish grade requirements will be permitted. Contractor shall be responsible to readjust soil to specified elevations if settling occurs . Plant Materials . The Contractor shall furnish and install plants typical of their species or variety; with normal, densely- developed branches and vigorous, fibrous root systems . The Contractor shall provide only sound, healthy vigorous plants free from defects, disfiguring knots, sun-scald injuries, abrasions of the bark, plant diseases, insect eggs, borers, and all forms of infestation. All plants shall be fully developed without voids and open spaces . All plant material shall have been grown under climatic conditions comparable to those of the subject site, unless otherwise specifically approved by the Engineer. Preparation. Contractor shall assure that all necessary grading, rockery, and irrigation work is complete prior to planting. The location of plants shall be determined by scaling from Planting Plans . Plant centers are shown on the Planting Plan to determine plant spacing. 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 . Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS -SECTION 10- PAGE 29 0 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 i;n-place utilities . Planting: (a) Native Soil 1 part Land Tech Dark Irish Peat Moss (b) Backfill : (Per cubic yard) 8 parts Dig holes - Native Soil on-site 2 parts well composed. (c) Fill excavated hole with water and allow to drain (d) Fill holes with back-fill (e) Scarify sides of plant hole and root ball per installation details . (f) Fill to proper height to receive the plant, and thoroughly tamp the mixture before setting the plant . (g) Set plant in upright ',position in the center of the hole, and compact the back-fill mixture around the ball and or roots . (h) Place plant tablets in back-fill per planting detail . Quantity of tablets used for each size plant container shall be per manufacturers specifications . (i) Thoroughly water each plant when the hole is 2/3 full . After watering, tamp the soil in place until the surface of the back-fill is level with surrounding area and the crown of the plant is at the finished grade of the surrounding area. (j ) After planting, finish' grade all planting areas to a smooth and even condition, making certain that no water pockets or irregularities remain. All planting areas shall be finished graded to comply with contours and elevations specified on Grading Plans. Unless shown or noted otherwise on the', Grading Plan, all finish grades Henry Frank Arcade Parking Lot Improvements CONSTRUCTION DETAILS City Project No.01-09 6125/01 SPECIAL PROVISIONS-SECTION 10-PAGE 30 • • are to be level Ill to 2" below top of curb or adjacent sidewalk or paving. 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 plating in the open on hot days, shorten the time between planting and watering. Backfiil . Dig holes . Native Soil. Agriform: 1 gallon 3 tablets 5 gallons 8 tablets 15 gallon 14 tablets 24" Box 14 Tablets 30" Box 15 tablets Continue to backfill shrubs and trees and continue to drench backfill as above. 10-11 .5 MAINTENANCE AND PLANT ESTA$LISMAENT PERIOD. Maintenance Period. The maintenance period shall be 90 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 ' s Representative. Maintenance period shall begin after all punch list items have been completed and written confirmation has been received. Replacement of Unacceptable Material . Unacceptable material will be all dead or damaged plants, inoperable irrigation equipment and broken/damaged rocks . If at any time during the maintenance period damage occurs, the Contractor shall immediately correct damage. Once the unacceptable material has been repaired or replaced, that new material will have a new 90 day maintenance period from the date it was repaired or replaced. It is to the benefit of the Contractor to repair or replace any unacceptable material immediately, since the Contractor shall pay liquidated damages for each day beyond the 90 day maintenance period. Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 CONSTRUCTION DETAILS 6125/01 SPECIAL PROVISIONS- SECTION 10- PAGE 31 Project Maintenance. Proper maintenance shall include but is not limited to the following work: 1 . It shall be the Contractor' s responsibility to notify the City prior to any maintenance performed on the contract area during the 90 clay maintenance period. 2 . It shall be the Contractor' s responsibility to provide a maintenance schedule, which shall be used to monitor the performance of the landscape maintenance. The contractor shall provide a daily start time, which must be adhered to during the course of the 90 day maintenance period. Any changes or deviations to the landscape maintenance schedule after the initial submittal shall require prior approval by the city. 3 . The Contractor shall designate a representative who shall be responsible for performing the irrigation controller check. 4 . The irrigation controller 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, the irrigation controller shall be monitored one day per week ( mutually agreed upon by the city and contractor) , Said controller shall be checked in the presence of the city' s representative. 6. The entire irrigation system shall be checked weekly to ensure that the drip emitters, valves, and controllers are fully operational. 7 . Litter pick-up shall be provided every Monday, Wednesday, and Friday during the 90 day maintenance period. Raking and relocating displaced soil shall be performed weekly to keep the area neat and attractive throughout the maintenance period. 8 . The Contractor shall provide a post emergent herbicide (Roundup) program during the entire 90 day maintenance period) 9 . The Contractor shall maintain the landscape area free of weed and other undesirable plants . 10 . The Contractor is responsible for maintaining all plant material within the contract area. The Contractor shall replace any plant that dies during the 90 ' day maintenance period. Pruning is to be done on trees and shrubs on a remedial basis only to correct form deficiencies . Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS - SECTION 10- PAGE 32 A • Pruning will be done to select plants to: (a) Develop permanent scaffold branches that are smaller in diameter than the trunk (trees) . (b) To develop a radial orientation so as not to have branches overlaying each other (trees) . (c) To eliminate V-shaped branch forks that lack strength (trees) . Final Walk-Through. Final walk-through is to be scheduled at the end of the 90 day maintenance period. Final walk-through shall be done by the Engineer, and be followed by a punch list of items to be completed before the job is deemed completed by the Engineer. 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. 10-11 . 6 Payment. Payment for Landscaping shall be made at the lump sum price bid for "Landscaping," complete and fully installed, as specified and as indicated on the planting plans and planting detail plans, and shall include full compensation for excavating, grading, pre-treating, planting, and all other appurtenant work. Payment for irrigation shall be made at the lump sum price bid for "Irrigation System," complete and fully installed and operational, as specified and as indicated on the irrigation plans and irrigation detail plans, and shall include full compensation for providing, excavating, installing, connecting, and testing the irrigation system, and all other appurtenant work, complete in place. Payment for the 90-day Maintenance and Plant Establishment Period shall be made at the lump sum price bid for " 90-Day Maintenance Period," and will be based upon the replacement of unacceptable material and maintenance. Payment for such maintenance and plant establishment period will be made at the lump sum price bid, upon completion of the 90-day maintenance period. There will be no progress payments . The entire lump sum will be paid after the 90-day maintenance period. The price shall constitute full compensation for all repair or replacement of plants, irrigation system, and rockery and all maintenance of facilities for the 90 day period. Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS - SECTION 10- PAGE 33 10-12 ELECTRICAL 10-12 . 1 Codes and Standards. In addition to complying with Section 209-1 "Regulations and Codes" of the Standard Specifications, all work shall 'comply with National Electrical Code, latest edition, local utility company regulations, and City of Palm Springs codes and ordinances 10-12 .2 Submittals. The Contractor shall be responsible for providing 7 complete bound copies of shop drawings including but not limited to light fixtures, photometrics, and switchgear. 10-12 .2 .1 Record Drawings. During progress of the work, the Contractor shall maintain an accurate record of the installation of all items . 10-12 .2 .2 Manual. Upon completion of a7.1 electrical work, and as a condition of acceptance, the Contractor shall compile a Manual and deliver one copy each to the Owner and the City Engineer. Include a copy of the Record Drawings in each copy of the Manual . 10-12 .3 Raceway and fittings. Conduit installed underground shall be rigid galvanized. Conduit in direct contact with earth shall be coated with an asphaltum paint approved by the Engineer. PVC Sch 40 may be used where acceptable by code. All slab penetrations shall be coated galvanized conduit . 10-12 .4 Accuracy of Data. The data indicated on the Drawings and in these Specifications are as exact as could be secured, but their absolute accuracy is not guaranteed. Exact locations, distances, levels, and other conditions will be governed by the site . The Electrical Plans and these Specifications shall be used for guidance. Any changes in Location, alignment, or distances shall be approved by the Engineer. Contractor is to , be familiar with all existing conditions prior to submitting bid. 10-12 . 4 .1 Measurements. Verify all measurements at the site. No extra compensation will be made; because of differences between locations shown on the Contract 'Drawings and measurements at the site . 10-12 . 4 .2 Circuiting. The branch circuits and arrangement of home runs have been designed for maximum economy consistent with sizes for voltage drop and otherconsiderations . Circuit exactly as shown on the Drawings . 10-12 .5 installation. Where conduit is installed in concrete slabs, on the ground, underground, or exposed to the weather, make all joints, liquid tight and gas tight . Bury all underground Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25101 SPECIAL PROVISIONS-SECTION 10- PAGE 34 0 0 conduit in a depth of 2 ' 0" below finished grade unless otherwise shown on the Drawings . 10-12 . 6 Installation of Conductors. The number of wires in a conduit run is indicated on the Drawings by cross lines on the conduit run. Where wire size is not shown, install number 10 conductors. Provide code-size conduit for number and size of wires shown or required, unless a larger conduit size is indicated on the Drawings . Wire and cable shall be 90' 600V insulated NEC standard THHN. Use identified (white) neutrals and color-coded phase wires for all branch circuit wiring. Make all splices electrically and mechanically secure with pressure-type connectors or soldering with 3M 357 seal pack (or approved equal) wire splicing connectors . Drawings are based upon the installation of copper conductors . The drawings indicate the general direction of home runs. Continue all such home runs to the panel as though the routes were completely indicated. 10-12 .7 Testing. Upon completion of this portion of the Work, test all parts of the electrical system in the presence of the Engineer. Demonstrate that all equipment furnished, installed, and/or connected under this Section of these Specifications functions electrically in the required manner. All systems shall test free from short circuits and grounds, shall be free from mechanical and electrical defects, and shall show an insulation resistance between phase conductors and ground of not less than that required by the National Electrical Code . Test all circuits for proper neutral connections . 10-12 . 8 Payment. Payment for work required in this section shall be considered as included in the lump sum price bid for " Parking Lot Lighting & Electrical System" , and no additional compensation will be allowed therefore. 10-13 ON-SITE LIGHTING 10-13 .1 Removals. On-site lighting shall be removed where shown on the Construction Plans . Removal shall include light poles, luminaires, electrical wiring, light pole foundations including reinforcement, if any, conduit, wiring, anchor bolts, and all other hardware. Ali excavation shall be backfilled in conformance with the applicable requirements of Section 306-1 . 3 "Backfill and Densification" of the Standard Specifications. All light poles, luminaires, and electric pullbox traffic lids shall be salvaged and transported to the City Maintenance Yard upon completion of removal . Henry Frank Arcade Parking Lot Improvements City Project No.01-09 CONSTRUCTION DETAILS 6/25/01 SPECIAL PROVISIONS- SECTION 10-PAGE 35 10-13 .2 Products. The Contractor shall install the following improvements and hardware, complete and in place: Area. Lighting. New parking lot lighting shall be installed, consisting of dual globe, 120 Volt/70-watt high pressure sodium light fixtures and decorative poles, as shown on the Area Light Detail on Sheet 9 of the plans . Please refer to Section 4 for ',City provided materials . The Contractor is not required to ', purchase and obtain the area lighting; these will be provided by the: City to the Contractor. Electric Pullboxes . The Contractor shall provide and install electric pullboxes adjacent to each light pole foundation as shown on the Lighting Plan. Each pullbox shall be equipped with a bolted steel cover marked "ELEC" ;and be installed 2" above finish grade. Pullboxes shall be Brooks No. 36-PBC-1 or equal. 10-1.3 . 3 Installation. The Contractor shall be responsible for construction of all new light pole foundations including, reinforcement, conduit, electrical wiring, anchor bolts; installation of all new lighting '!hardware, including light poles, luminaires, and above ground electrical wiring, all underground conduit and electrical wiring, pull boxes and conduit connections, and all other hardware as shown in the Construction Plans . The Contractor shall refer to the Construction Plans for the proposed locations of light pole foundations . The exact location of proposed light pole foundations shall be staked by the Contractor and approved by the Engineer or his Authorized Representative prior to installation. 10-:13 . 4 Electric Service. The Contractor shall be responsible for determining electric service requirements for the proposed parking lot lighting and electrical system. The Contractor shall review the existing electric service at the project site and determine appropriate service connections and modifications as required to provide electric service to the proposed lighting improvements . 10-13. 5 Payment. Payment for on-site lighting shall be made at the lump sum price bid for " Parking Lot Lighting & Electrical System" , and shall constitute full compensation for removing all existing parking lot lighting improvements; constructing light pole foundations; installing ', light poles and luminaires; providing, furnishing and install'�ng all conduit, wiring, electric pullboxes; making connections to existing electric service and testing all electrical work; and ' all appurtenant electrical work, complete and operational in place!. - END OF SECTION - Henry Frank Arcade Parking Lot Improvements CONSTRUCTION DETAILS City Project No.01-09 6125101 SPECIAL PROVISIONS -SECTION 10- PAGE 36 s • CITY OF PALM SPRINGS ENGINEERING DEPARTMENT PART III - APPENDIX HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS CITY PROJECT NO. 01-09 Standard Drawings * + + * a Henry Frank Arcade Parking Lot Improvements City Project No. 01-09 CONTENTS 6/25/01 PART III NO RCVISIONS AI'IaNOVID 0AI� STREET RIGHT OF WAY WIDTH STREET WIDTH CURB FACE TO CURB FACE 200% CENTERLINE i0 LIP OF GUTTER 1 2.00% CENTERLINE TO LIP OF GUTTER l ? ASPHALT CONCRETE PAVEMENT OVER I ,� COMPACTED CRUSHED MISCELLANEOUS BASE AS DESCRIBED BELOW IP.C.C. CURB AND GUTTER PER C.P.S. STD DWG. 2001 STREET WIDTH CROWN HEIGHT 84' .64 76' 76 64' .64 52' 52 40' 40 36' 36 324 32 MINOR STREETS: 2-1/2 INCHES OF ASPHALT CONCRETE II LIFT) OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. COLLECTOR AND SECONDARY STREETS: 3 INCHES OF ASPHALT CONCRETE II LIFT) OVER 6 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION MAJOR THOROUGHFARE STREETS: 5 INCHES OF ASPHALT CONCRETE 12 LIFTSI OVER 4 INCHES OF CRUSHED MISCELLANEOUS BASE AND A MIN. SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION. NOTES: I. THICKNESSES SHOWN ARE TO BE CONSIDERED A MINIMUM, ALL SECTIONS TO BE VERIFIED BY SOILS ANALYSIS BY LICENSED SOILS ENGINEER, 2 ASPHALT RUBBER HOT MIX IA.R.H.M.I IS AN ACCEPTABLE SUBSTITUTE FOR THE ASPHALT SPECIFIED, SUBJECT TO VERIFICATION BY THE CITY ENGINEER. MIN. 2" NEW CONSTRUCTION MIN. I-1/24 CAP OVER EXISTING PAVEMENT 3 ASPHALT SHALL BE AR4000 INSTALLED PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION. AC TYPE TO BE SPECIFIED BY CITY ENGINEER, 4. PAVEMENT SHALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL. e 5. AC PAVEMENT SHALL BE FLUSH WITH LIP OF GUTTER CITY OF PALM SPRINGS APPR0�6[yl DATE: DEPARTMENT OF PUBLIC WORKS SI/Q,i v, 2 31 CITY ENGINEER R.C.E. STREET PAVEMENT REQUIREMENTS DRAWN BY S J C FILE N STANDARDS CHECKED BY, E.R F DWG, NO I10 NO. WREViSIONS APPROVED DATE 6" 1 I= 1 I_ I rl - •• A. C. PVMNT. 1 1/2' ro R=1/2" I/4" LIP (TYP.I �_B 0 4 a N u R=1` A. C. PVMNT. _ I7 1/2"�- I+-8"-"•� R=1/2" III—Al-ra III Al-8 A2_6 1 A. C. PVMT. I -I 2" R=o 2` I 6" 2` 0 I/2' I I` I I I/2 . N I�/a LOP ITYP.I 4 R=I a _ i0 i N ip ONSITE ONLY ONSITE ONLY -$ Bl B2 24` III 3' 3' 2.. I _ I SLOPE 1/2 SLOPE 8 I•,R 4•. . -' TOWLINE 6'•• OF GUTTER 1/2" FIBER EXPANSION JOINT 6' CROSSGUTTER-SECONDARY THOROUGHFARE Dl Cl - END OF CURB 4 4 0" 2" H 2" I SLOPE 1/2` - SLOPE 8 8 8' CROSSGUTTER-MAJOR THOROUGHFARE NOTES: D2 A. C. PVMT. I. TYPES A-HIGH DIKE. AI-6, AND AI-8 ARE BARRIER CURBS. A-HIGH DIKE 2. TYPES A,B,C AND D ARE CONSTRUCTED OF PORTLAND CEMENT CONCRETE, 560-C-3250 (6 SACK). 3. TYPE A-HIGH DIKE IS CONSTRUCTED OF ASPHALTIC CONCRETE IE AR 80OO1 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 303-5.4. SCORING 5 FEET MAXIMUM. SPACING FOR I" DEEP WEAKENED PLANE JOINTS 10 FEET. CITY OF PALM SPRINGS APPROV � DATE: DEPARTMENT OF PUBLIC WORKS — 2 931 CITY ENGINEER R.C.E. DRAWN BY: S J C FILE NO. STANDARDS CURB AND GUTTER CHECKED BY: E.R.F. DWG. NO. 200 s • NO. REVISIONS APPROVED DATE SEE C P.S STD DWG 200 "A" VARIES ---►1 AND STATE DIV. OF HWYS. STD A-2-8, 5'-8' I/4'" PER FT I" LIP SLOPE ------------ A C. PVMT P SECTION A-A II N3 6 SHOWN THUS ON PLAN r 4 A�.. I a ..W.. ,.X.. 2 2 ,.X.. a z BACK OF SIDEWALK dB `r ^'--- z J d Q WO / _z � CURB FACE\ I A NOTES I ALL DRIVEWAYS SHALL BE 6" THICK PORTLAND CEMENT CONCRETE. 2. MIX DESIGN SHALL BE 560-C-3250 16 SACKI. 3. WEAKENED-PLANE JOINTS SHALL BE INSTALLED AT BOTH SIDES OF ALL DRIVEWAYS AND AT APPROXIMATELY 10' IMAX.I INTERVALS, 4 W/2 = A MINIMUM OF 5' ON RESIDENTIAL AND 12' ON ALL OTHERS. 5. X=4' WITH 6' CURBS AND 5 WITH 8' CURBS UNLESS OTHERWISE SHOWN ON PLANS CITY OF PALM SPRINGS A% VED: DATE. DEPARTMENT OF PUBLIC WORKS •"Cr 28931 CITY ENGINEER R.C.E. DRIVEWAY APPROACH DRAWN BY: IL M.V. . STANDARDS CHECKED BY: E.R.F. DWG. N0. 201 0. VISIONS • APPROVED DATE SHOWN THUS ON PLAN / / z� . . r w 7 Z � a o / T.C. ELEV. w / F.L. ELEV. a I B.C.R./E.C.R._ w I r r I � II \Cr �.. FLpW LINE STRRRRRRAIGHT P' I w w GRrDEn, w U N I Im F U I m T C. ELEV. L I F.L. ELEV. 3 v ELEV. o I P.I.G. r m I r� I U_W =W I I-Z W NOTES: of a c� I. WEAKENED-PLANE .JOINT SHALL BE INSTALLED AT BEGINNING N= AND END OF SPANDREL AND TRANSITION. ar W 2. SPANDREL, CROSS GUTTER AND TRANSITION SHALL BE 6' vaim THICK PORTLAND CEMENT CONCRETE. 3. CONCRETE SHALL BE 8" THICK PORTLAND CEMENT CONCRETE. (560-C-3250, 6 SACK). 4. CURB FACE HEIGHT SHALL 6' OR S' AS SHOWN ON DRAWING. 5. CROSS GUTTER 'W' SHALL BE CALLED OUT ON PLANS AS 6' OR 3' 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. IIO FOR PAVEMENT REQUIREMENTS. CITY OF PALM SPRINGS AP Pf3 DATE: DEPARTMENT OF PUBLIC WORKS �� 28931 CITY ENGINEER R.C.E. CURB RETURN, SPANDREL DRAWN BY: S..I.C. I N STANDARDS AND CROSS GUTTER CHECKED BY: E.R F. DWG. N0. 206 Z C i ('] ZONE C.B.D. - FACE OF CURB TO PROPERTY LINE H ZONES R-2 THRU 8, C. AND M - B' z ZONE R-1 - 5' O a m A.C. PAVEMENT 4' MIN. SIDEWALK SLOPE = 1/4" 1' Z ro HILLSIDE STREETS 2 % r c+ p z '0 < A b FOR FINISH SEE SECTION 4" P. C. CONC. SHALL BE A MINIMUM 3250 LB. t! 303-5.5 OF THE STD. SPECS. CONCRETE IN ACCORDANCE WITH THE STANDARD m � CURB & GUTTER FOR PUBLIC WORK CONSTRUCTION SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ? t-y SEE C.P.S. STD. DWG. 200 LATEST EDITION. LATEST EDITION (560-C-3250, 6 SACK). Z L/] NOTES 1. FOR EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303-5.4.2 AND 303-5.4.3 OF THE p N STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION. THE SPACING FOR = A n y m 1" DEEP WEAKENED PLANE JOINTS SHALL BE 10 FEET. SCORING SHALL BE DONE EVERY 5 FEET n { � i > rn 2. ORNAMENTAL SIDEWALKS SHALL BE ALLOWED IF STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER m D O m x THAN THE PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST p m z O _ EDITION AND ARE APPROVED BY THE PLANNING COMMISSION. 1�i'1 3. PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS - SIDEWALK FROM FACE OF CURB TO Z PROPERTY LINE. rmi N 4. INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA - SIDEWALK FROM FACE OF CURB 'O z � TO PROPERTY LINE. m 5. STREETS IN EXCESS OF 5 7. SLOPE, WITH SIDEWALKS, SHALL HAVE MIN. 6' X 6' LANDING AREAS z O EVERY 400' WITH A MAXIMUM 27. SLOPE BEHIND THE SIDEWALK. > p Z '. 0 6. A MINIMUM 48" CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. m 0 7. MODIFICATIONS BASED ON SITE CONDITIONS SHALL BE REVIEWED BY THE DEVELOPMENT C z z p z COMMITTEE. 0 o a m B. SEE ALSO BIKEWAY REQUIREMENTS. 9. FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS z N ~ -i N � 0 O o m W 1 NO. REVISIONS APPROVED DATE BACK OF EXISTING SIDEWALK APPROX 3/4" VARIABLE HEIGHT RETAINING 1 CURB IF NECESSARY AT EDGE I 1' .:•1 + OF SIDEWALK (NOT NECESSARY WHERE EXISTING WALL IS / I I •.'I•. •, .. � ADJACENT TO EDGE OF SIDEWALK Qy 1�4 "1+-• .'�` , GROOVING DETAIL 6" SEE NOTE N0.1 OF m'L DWG. N0. 212-A PROVIDE EXPANSION JOINT WHERE EDGE OF RAMP IS EXIST. CURB AND GUTTER ADJACENT TO WALL (�a�2�. (OR MONOLITHIC CROSS-GUTTER) e 4" OVERCUT 151 1 0'4,' o EXIISTING SIDEWALK P.C.C. OO OO, // •� n TRUNCATED DOMES REQUIRED IF RAISED TRUNCATED RAMP SLOPE IS LESS THAN 6.677. DOME PATTERN 10% MAX. AT CURB (TYP) TOP OF VARIABLE HEIGHT RETAINING EXIST. PCC SIDEWALK CURB (IF NECESSARY) 8.33y MAX f► 4—►I 4(TYP.) SECTION A-A VARIABLE HEIGHT RETAINING PL TOP OF RAMP (ROUNDED) CURB, IF NECESSARY EXIST. PCC SIDEWALK iz' aF cRoos _ _ EXIST. PCC CURB AND I _I� ClU RTOTSESGJ MONOLITHIC Jy_ 2X MIX.—� 6J3g MAX MATCH EXIST. PCC " .;.r �.�•• GUTTER IS' MIN. THICKNESS) NOTES: 4 SECTION B-B 1 " OVERCUT � 1. P.C. CONC. 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�� DATE: t ENGINEERING DEPARTMENT 28931 CITY ENGINEER R.C.E. CURB RAMP DETAIL - TYPE A DRAWN BY: G.F.F. FILE N0. STANDARD CHECKED BY: M.V.H. DWG. NO. 212 NO. REVISIONS APPROVED DATE GENERAL NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' PLATFORM, THE SIDEWALK 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 6.67% SHALL HAVE A DETECTABLE WARNING SURFACE (RAISED TRUNCATED DOMES) THAT EXTENDS THE FULL WIDTH OF THE RAMP AND 2' MINIMUM LENGTH. DETECTABLE WARNING SURFACES, AT THE OPTION OF THE CONTRACTOR, CONTRACTOR, SHALL BE CONSTRUCTED BY CAST-IN-PLACE OR STAMPED METHOD, OR CONSIST PREFABRICATED SURFACE 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 BROOMED 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. B. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF 10% AT CURB To CONFORM WITH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP, EXCEPT TYPE B (DWG. NO.). 9. EXISTING CURB FACE HEIGHTS, SIDEWALK AND GUTTER SLOPES AND DIMENSIONS WILL VARY FROM 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 INTERFERING UTILITY PULL BOXES, MANHOLES, VAULTS OR UNDERGROUND LIVE OR ABANDONED LINES. 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE CAUSED BY HIM TO EXISTING UTILITIES OR IRRIGATION LINES. 13. THE DETAILS SHOWN IN STD. DWG. NO. 212 ARE BASED UPON CONSTRUCTION WHERE A LEVEL CURB GRADE SITUATION EXISTS. 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 B-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: }��7r J XI' DATE: � ENGINEERING DEPARTMENT 28931 CITY ENGINEER R.C.E. CURB RAMP - GENERAL NOTES DRAWN BY: G F F FILE N0. STANDARDS CHECKED BY: M.V.H DWG. No. 212-A NO. S REVISIONS APPROVED DATE 9' MIN. NOTES: WEEP HOLE 1. TRASH AREA TO BE LOCATED SO AS TO BE ACCESSIBLE TO BOTH DEPOSIT AND PICKUP. LOCATION TO BE APPROVED BY PLANNING DIVISION 2. SIX INCH MASONRY BLOCK CON- STRUCTION WITH STANDARD STEEL REINFORCING RODS. FILL ALL CELLS WITH GROUT AND SMOOTH TOP s CONTINUOUS 8"x B" WITH STEEL TROWEL FINISH. BARRIER CURB INTEGRATED W/FTG. 3. METAL GATES WITH HEAVY DUTY HARDWARE, (TYPICAL) METAL PANEL s" GATES SHALL TOTALLY OBSCURE THE TRASH BINS, AND SHALL BE ARCH- ITECTURALLY COMPATIBLE WITH THE PROJECT. L A, r r 4• GATE POSTS SHALL BE MINIMUM i 3" DIA. GALVANIZED STEEL SET IN CONCRETE TO STAND FREE OF THE ENCLOSURE STRUCTURE. 9' MIN CLEAR GATE OPENING 5. FOUR INCH P.C. CONCRETE PAD 12" DIA. GATE POST FOOTING TOP OF PAD TO BE AT GROUND OR EDGE OF PAVING LEVEL. PLAN VIEW 6. FILL ALL CELLS WITH P.C. CONCRETE PEA GRAVEL GROUT. MIN. 3" SQUARE OR CIRCULAR GALV, STEEL POST 6" #4 BAR-TOP AND MIDHEIGHT GATE, TYPICAL—SEE NOTE #3 �"— USE BOND BEAM BLOCKS. I -I> 7. INSTALL 8" X 8" BARRIER CURB WITH FOOTING, COMPLETELY AROUND #4 BAR AT 2' O.C. INSIDE OF ENCLOSURE TO ACT AS TRASH BIN BUMPER GUARD. POUR j I I I I I I i MONOLITHICALLY WITH FOOTING. i I I I I I HARDWARE HING z iu I I o a 8 I I NO.4 REBAR 8" HORIZONTAL N0.4 REBARS 2' O.C. i I i I I CONTINUOUS _ � I 12" n CONCRETE PAD 3" • 0. n SEE NOTE 5 14` `FOOTING TYPICAL 43- �12" DIA. P.C. CONC. FOOTING FOR GATE 12" �13, POST TO STAND FREE OF STRUCTURE rT DETAIL FRONT ELEVATION VIEW GATE POST FOOTING CITY OF PALM SPRINGS APPROVp&',' DATE` g 31 ENGINEERING DEPARTMENT ��// CITY ENGINEER R.C.E. STANDARD TRASH ENCLOSURE DRAWN BY: G.F.F. FILE N0. STANDARDS CHECKED BY: M.V.H. DWG. NO. 902 0 NO. REVISIONS APPROVED DATC 16 MIN. 11 'ryp. FOR ALL SIDES. J o 4 o j I: 0 0 &ROOT BALL 0 e�TSNEW TREE _2 .3 CONC. CURB 16`'O P.V.C. PERFORATED PIPE 42" LONG W/ V2D 0 HOLES (PPES PLACED AT OPPOSITE CORNERS)(typ) � 2-1/2D PRESSURE COMPEN- � SATING BUBBLERS(1/2 GPM) 2 C°J3/4°-1-1/0GRAVEL OR 4 CRUSHED ROCK. /�n IIIF=IIIi�II BACKFILL W/ TOPSOIL F- -O ° / ;5 ^ �; PEATMOSS(3:1 RATIO BY ° �/ VOLUME IN 9°LAYERS. WATER EACH LAYER UNTIL o i'Pvc. ° \\ SETTLED.DO NOT TAMP. a o = 1 r m (D T DEEP ROOT BARRIER w IJI O 0 NOTE= DEEP ROOT BARRIER SHALL II�� BE MANUFACTURED BY DEEP ROOT CORP. OF WESTMINSTFRIrA , qI I I II I I- STOCK NO.UB24-2 OR THE EQUIVELANT MADE BY CENTURY 0 PRODUCTS OF YORBA LINDA,CA., OR APPR. EQUAL APP O.0 AES NO DATED - - CITY OF PALM SPRINGS APP1iOVED - �— DATE 7' - DEPARTMENT OF COMMUNITY DEVELOPMENT lti I ) 1 . `v 23953 CITY ENGINEER R C E TREE ROOT BARRIER DRAWN BY R a FILE NO STANDARDS FOR NEW TREE INSTALLATION CHECKED By RPM DWG NO 904 N0. REVISIONS APPROVED DATE Sr JUNCTION BO9 TOP WITH BRASS BOLTS AND LIFT RINGS MARKED 'STREET LIGHTING' 1 4': I SLOPE SIDEWALK • a • ••• .e '° •- •.r i Q CURB AND GUTTER BROOKS NO. 3-1/2 BOX 611 � GII - r • I • •rl � - •'O 4 - e a STREET CROSSING CONDUIT 0 .a •••® loco. ma o °•'I:•: PEA GRAVEL BASE PULL BOX DETAIL—SECTION VIEW 4° TOP OF CURB JUNCTION BOX JUNCTION BOX) l s I ST�3ECT CROSSING I ZO E CHIN➢urr PEA GRAVEL BASE PEA GRAVEL Sao ,• 1 �11 ® CURB VIEW I_I/`2°GALVANIZED 11 RICGi11) CONDUIT IT J TOP VIEW APP.C.0 RES.NO. 11222 'DATEDIO -16 -T4. CITY OF PALM SPRINGS 3 APPROVED: DATE /a'�4r75- DEPARTMENT OF COMMUNITY DEVELOPMENT ZZ�" 2 _ Cly ENGINE R R.C.E. PULL SOX FOR DRAWN BY, B.S.N. FILE NO.STANDARDS STREET SAFETY LIGHTING CHECKED BYI I.M.H. DWG. N0. 1102 O *.., STATE P.O. BOX 420807,SAN FRANCISCO, CA 94142-0807 COMPENSATION INSURANCE a 3' FUND CERTIFICATE OF WORKERS',COMPENSATION INSURANCE AUGUST 22, 2001 POLICY•NUMBFR. 046-01 UNIT 0010366 CERTIFICATE EXPIRES 1..-1-02, - r- CITY OF PALM SPRINGS ATTN BRUCE JOHNSON 3200 TAHQUITZ CANYON WAY PALM SPRINGS CA 92262 L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to-the employer named below_fsrthe policy period_indicated_- _ - - --- -- - -- —T30 his policy is not subject to cancellation by the Fund except upon days'advance written notice to the employer. 30 We will also give you jkN days'advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued"'or may pertain, the insurance afforded by the policies described hereln.is subject to all the terms;:exclusions and:conditions of such policies. AUTHORIZED REPRESENTATIVE'-". PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: S1,000,000.PER OCCURRENCE. ENDORSEMENT 00015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 08/22/01 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF PALM SPRINGS _ ENDORSEMENT H2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE _ 01/01/01 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER - - - JOHN A AND KAREN GARRISON DBA PYRAMID BUILDING & CONSTRUCTION P 0 BOX 3306 VICTORVILLE CA 92393 L •o THIS DOCUMENT HAS A BLUE PATTERNED . Aug 23 01 03: 52p Pyramid Construction 760-949-0490 p. 3 09/23I2001 15:26 6267960 BPOK:ER INTERMD • PAGE 03 A- D, CERTIFICATE OF LIABILITY INSURANCE °Aow2moo;' C- PROTMICER _Ser'01#;'51030 THIS CERTIFICATEE 13 ISSUED AS A MATTER or INFORMATION BROKER INTERMEDIARIES ONLY TH S CERTIFICATE(DOES NOT AMEND,CEXTEEND OR P.O.BDX 50123 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PASADENA.CA 91115-0123 INSURERS AFFORDING COVERAGE n+cnMEO PYRAMID BUILOING - �� - wsugFBA� CLARENDON INSURANCE CCJ 14423 MAIN 5T...M4 MORO& HYSPERIA.,CA 92345 INSURER E: GOVIERAGES _,.. THC POLINE38F INSURANCE L15TEO BELOW HAVE BEEN 15WE0 TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED.NOYM714STANDING ANY MAY PERTAIN. THE INSURANCE ARM OR FFORD D BY THE NDMON OF LIE CRIB pEHERE HEREIN*5116JELY TO ALL THE TEAM&E7(CLUSIONS RESPECT TO"ICH FA pTCOND 7IONS OF SUCCH POLICIES,AGGREGATE LIMBS SHOWN MAY HAVE BEEN R60UCED BY PAID CLAIMS ._.._ . _. NPA bFIXW1IWEG wyv, nATFfMMJnQVYI PCLI4YFFPf1OTNF PN IEW EY.W .___u ._. .. .— _--OWYO _.. GENERAL uepILDY EACH OC_WR._RENCE S 1.000.000 A X- COMMEROIM GENERAL LIApy,nY ITED B { J._-----' 7j Br�1Bi 08122= yIRE DANAGG(Miy Glrt MaJ S___ CLAd1S MADE Ill-I GCCUR t.m Exn lnnr.wl.,.ae�s _— . . _ PERSONAL SADV IHJLTiY S .._._ 1.BBB,DBD ` ¢ENEnALAGGREcwrE Is 2000,D00 'GEN'LAGGREGNTE LIMIT gPPL1EE VERL I PROOLIGTS:CDMI`rt1P AGG S -... 1,000,000 aUTOMOMRE UMMIL)TY ANY AUTD COLVINED SINGLE LPAP' I I IlEAACCMP'd] s ,ALL OMED AUTOS @DOILY Rix" �BCHEDUIED AUTO$ I (PA!Fet:ml S HIRED AUTOS 60DRr WJIMY _ X6N ONMEll.4JTOi I (Pyl.yrypr�I I� rnovERTY9AMADE. ..— I I I IPdr a�uW:tl GARAGE LIABILITY -' ANYAUTO f OTNERTIw1 EA AGG S AU TO ONLY! AGG S ! E%O(59 UA@41TY�� FADN dtpJRRENCf s OCCUR GLAA1$MADE I AGGgEGATE S _...-. DgDu-r PE hURRER6CO1R NI!I11ONANll VYG 6TM• DTu. IEMPLOYERYUAEIUtt C L EACH ACCIDENT t EL Dig EA6E.EAEMPLOYEi S E L 6EASE POLICY LE+Ef S g1NEA I i DE159RIPTIDN OF qPCluT70N51LOCAtItlN51VgINIt3ES/FJ,[G1SW11S A@DMD DY ENWIL'ILyrtNy&S VIAL MO ICI s RE,HENRY FRANK ARCADE PARKING LOT IMPROVEMENTS PROJECT No'01 DO CITY OF PALM SPRINGS IS ADDITIONAL INSURED. CERTIFICATE HOLDER IAppRN)Nq INSURED:INSUREM LETTER: CANCELLATION SHOULD ANY OF THEAHOYE DE;CAJEEO AOLICIES EECANOELLED HEPORE THE UPPLATIOH CITVHOLDER MA.ME k RINGSADbrz GE DATE TMPJREOR THE ISIVIN0 IN5URER IMLL LHOFAVOR TO MAIL 30 CITY OF PALM SPRINGS DAY;WRITTEN HD'DCE TONE CERTIPCA19 NO.W..NAMED M THE LEFT,OUT MILLIKE TD 00 50 SHALL DEPARTMENT OF THE CITY MANAGER PROCUREMENT DIVISION 1MEDSE NO 01FUMTION OR LIApIUtt OF Nr'Y NAND UPON THE INSURER.ITS AL;pOU OR nuettTAHVES, 3200'PAHOUITZ CANYON WAY r ATJM. T a qEN N fURANOEAOENOY (PALM SPRINGS CA W262 ACORD 25.5(7Y97) .N'MPROIGERTPROS.FPS Q ArPRO CORPORATION IOU ^- � r� rnwrncmnvi IQ001 Fug 21 01 ,04-. 19p Pyr . d Construction 780- -8480 p.-y, POLICY ENDORSEMIENT ALLSTATE INDEMNITY COMPANY HOWOrrIcE• NORTHBROOK,IL 00002- PYRAMID BUILDING& RICK G ALIAMS CONSTRUCTION PO OX 33UU 0802 I AVE.#1 VICTORVILLE, CA 9Z36-3-3300 HESPBRw,, CA 97345 The followm0 amendment results in RETURN PREMIUM OF i 674.00 le effective A,PRIL ZT, 2001 t7.'otA Nt.. Standard TTnre at tine address of the Insured, and rormfi a part of policy number 046159964 BAP CHANGE ITEM COS SPECIAL H1N p/ Zip NO YEAR MAKE/MODEL VEHICLE IA NUMBER CT FOS VSC NEMt EOUIP LEAS 13 CODE 003- L995 CISUA iG KCi4F4SJ519934 35 MCI 25080 Y 92345 XITEM USC ItF Class Car Radius of Steps/ Sp Pb Bob Roll Show No ,Code Ifaeya 'Uporotion- --DaY --- - ------ Type Fa<i-1,. . Stove...Room 003 U14890 S L 01 N N CHANCE COVtWAGES - Thaw err thr cereregws thank r J tP Yvwr vehicla(it) after your requested change has been made. ITEM 903 ITEM 004 ITEM 005 ITEM 906 A3 Cvebided 0-1 & PD 100-0000- 1000001t 1090000 1009000 SS UM aedily Iayury 100000 100000 London 100000 CC Medical Payments 1000 1000 0R Colliai.on (halo 300 Soo 500 HH Cc prehenaive cued) -400 500 Soo The tollowln0'texes and/or ourchar0es have been added to your premium: In witnone whoraof. ALL&TATE .hs Cavred this ends Meet to-be RtOnad by ita SOCMIery and ita preeldenL, at- NORTHBROOK, ILLINOIS Secretary President Ccuntersionad By RICK G ADAMS 6U116S Pane 1 of 1 BU114A IN 4!;Y,I Co0Ch67 001 'Yua rt!�2IVIM'iv_aavnv�_vnrn ignv,i ec rr.rn ^ '.J' 17 ^^,I