Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04550 - DBX INDIAN TWO WAY CONVERSION CP00-35 MO7148
CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: DBX,Inc. Date: May 5,2004 42066 Avenida Alvarado Suite C Project No.: 00-35 Temecula, CA 92590 Project: Indian Ave Two Way Mod. Change Order No.: Two(2) Contract Purchase No.: 316156 Account Numbers: 4498-50175 4298-50175 8191-50000 Agreement# 4550 Resolution# 7148 CHANGES IN COST a. Cash Bond Provided by Contractor Agreed Amount $3,000.00 b. Compensation for Dead Trees Lump Sum/Agreed Price ($2,950.00) NET AMOUNT DUE TO CONTRACTOR = $50.00 C.REASONS FOR CHANGES: At the completion of the landscape maintenance period for this project,it was determined that three of the large palms trees that had been placed were possibly going to die. In order to close out the project, it was agreed that the City would retain a $3000.00 cash `bond' from the contractor's final payment in order to cover costs associated with replacing the palm trees if it were to become necessary. $3000.00 was the estimate,at that time,that it would cost to replace the trees. Eventually,two of the three trees in question did die. In time, it became apparent that some of the trees that had survived were beginning to block visibility of the traffic signals. The City obtained a bid for relocating the existing trees into the locations of the trees that had died(a third tree was later placed in the median island at South Palm Canyon and Sunny Dunes). A bid was then obtained for the cost to replace the two dead trees with new ones. The costs were $2,950.00 and $4000.00 respectively. The Contractor was contacted,and agreed to allow the City to use the cash `bond' in order to pay for the relocations in exchange for the tree replacements. This change order reflects that the money withheld from the contractor was used,with his approval,to relocate some of the trees that had survived and were creating a visibility problem for the signal. Since this money was withheld from the contractor's final payment,there is no net difference to the contract amount below. D.SOURCE OF FUNDS: The cash`bond'is being held in the following account and will be used to pay for tree relocations and$50.00 will be refunded to the contractor DBX,Inc. Account No. 4298-50175 Indian Canyon Drive Two-Way Modification $3,430.00 Page I of 2 � �� Summary of Costs Contract Time Original Contract Amount: $612,090.50 Original Completion Date:November 8, 2002 This Change Order $0 Days Added for this C.C.O.: -0- Previous Change Order(s): $4,965.80 Previous Days Added: -4- Revised Contract Amount: $617,056.30 Revised Completion Date: November 15, 2002 I have received a copy of this Change City Approval: Order and the above AGREED PRICES are acceptable to the contractor. Submitted by Date Field Engineering Supervisor Approved By +% j Dale 'Q 7�"l ety Engineer Date 5/12/04 Approved by Date Ci it Y a n a g e r Distribution: Original Conformed Conies Conformed-File Cony Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) ow im!CRY alwAC �� amn 1a tk�ho py\ Z4�1KOYm %9 Page 2 of 2 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 IIvlPROVEMENTS TO: DBX,Inc. ACCEPTANCE DATE: November 15,2002 42066 Avenida Alvarado,Suite C PROJECT. CP900-35,Indian Canyon Drive Temecula,CA 92590 Two-Way Conversion AGREEMENT NO. 4550 MINUTE ORDER NO. 7148 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 2055 L.F. Curbing LF Street Paving 9132 S.F. Street Paving S F. Sidewalks 3357 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 LF Sewer Manholes EA. Sewer Manholes EA Storm Drains L.F. Storm Drains L.F. Traffic Signal Improvements L.S. Survey Monuments EA. Landscaping/Irrigation L.S. Decorative Cross Walks 2134 S.F. Location:Indian Canyon Drive from Aleio Road to Granvia Valmonte. Granvia Valmonte from Indian Canyon Drive to North Palm Canyon Drive. Intersection of North Palm Canyon Drive and Aleio Road. C P S.Drawmg No(s). Permit No 12830 Contractor(s)actually doing the work DBX,Inc.,Cardin Asphalt Notify your bonding company/bank to release the following bonds' No.5624343 in the amount of $612,090.50 Performance 3 lolc�y No.91 7.4343 in the amount of $&12 090.50 Payment 4 to Lb3 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: Great American Insurance Co. Comments: FINAL,--C--OnNTRACT AMOUNT: S 617,056.30 Y Submitted b y J0/rl J C'&a Dated: 12 G 02 nginee mg F' S ervisor Approved by � Dated 3 2/ Director of Public Works/City Engineer Distribution. Original to Engineering Project File;Copies to Addressee, City Clerk,Engineering File,Engineering Field Supervisor,Building, and Facilities Index No. 0216 OOC a 2003-1GGG82 03/10/2003 08:00A Fee:NC Page 1 of I Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk & Recorder Recording Requested By And — I III II II III I II IIIIII III I IIIII IIII III IIIII IIII IIII t� When Recorded Return To: M 5 U �tPAGE SIZE OA POOR NOOOR SMF City of Palm Springs I 1 Attn: City Clerk — 9 P.O. Box 2743 Palm Springs, CA 92263-2743 A R t COPY LONG REFUND ------NYNCHGHG (EXEMPT'FROM RECORDING PEE PER GOV.CODE§6103) NOTICE OF COMPLETION C m NOTICE IS HEREBY given that: 1. The City of Patin Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute,on behalf of said City,any and all Notices of Completion. 3. The address of the City of Patin Springs is City Hall, 3200 E. Tahquitz Canyon 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 or the 15u' day of November, 2002. 5. The name of the contractor (if named) for such work of improvement was: DBX, Inc., 42066 Avenida Alvarado, Suite C, Temecula, CA, 92590. 6. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside,State of California, is described as follows: Indian Canyon Drive Two-Way Modification. 7. The property address or location of said property is: Indian Canyon Drive from Alejo Road to Granvia Valmonte. Granvia Valmonte from Indian Canyon Drive to North Palm Canyon Drive. Intersection of North Palm Canyon Drive and Aleio Road, Palm Springs, CA. 8. City Project No. 00-35, Agreement Number. 4550, Minute Order Number: 7f4R CITY OF PALM SQPRIIN( S: REVIEWED BY: ^! `._. DATED: BY: "'�� DATED: Director of Public Works/City Engineer David J. Barakian PATRICIA A. SANDERS, being duly sworn, says: That she is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that she makes this verification on behalf of said 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 o❑ behalf of said municipal corpora City Clerk - Patricia A. Sanders WP dr/lune02 Index No. 1602 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: DBX,Inc. Date: October 9,2002 42066 Avenida Alvarado Suite C Project No.: 00-35 Temecula, CA 92590 Project: Indian Ave Two Way Mod. Change Order No.: One(1) Contract Purchase No.: 316156 Account Numbers: 4498-50175 4298-50175 8191-50000 Agreement# 4550 Resolution# 7148 A. CHANGES IN WORK: INCREASE TO CONTRACT QUANTITIES New Items: a. Re-Routing of Interconnect Conduit and Cable Lump Sum/Agreed Price b. Pedestrian Barricades Lump Sum/Agreed Price C. Additional Signage Lump Sum/Agreed Price d. Granvia Valmonte Overlay Lump Sum/Agreed Price e. Gene Autry Trail Striping Lump Sum/Agreed Price Increase to Bid Items Item No. 11. 5"AC Pavement 578 SF 12. 4"Misc.Base 132 SF 21. Curb Return/Spandrel 171 SF 22. 6"PCC Paving Stamped 10 SF 23. 6"PCC Paving Colored 24 SF DECREASE TO CONTRACT QUANTITIES Decrease to Bid Items Item No. 3. Remove AC Paving (156 SF) 4. Remove PCC Curb/Gutter (153 LF) 5. Remove Curb Return/Spandrel (24 SF) 6. Remove PCC Cross Gutter (75 SF) 7. Remove PCC Drive Approach (17 SF) 9. Grind/Overlay AC pavement (62 SF) 10. 2.5"AC Pavement (446 SF) 13. 6" Curb with 6" Gutter (6 LF) 14. Al-6 Curb (44 LF) 15. A2-6 Curb/Gutter (54 LF) 16. A2-8 Curb/Gutter6-0-LF) 18. 8"PCC Cross Gutter (34 LF) 19. Type D-1 Cross Gutter (7 LF) 20. Colored PCC Sidewalk (643 SF) Page 1 of 4 B. CHANGES IN COST: INCREASE TO CONTRACT QUANTITIES New Items• a. Re-Routing of Interconnect Conduit and Cable Lump Sum/Agreed Price $3,100.00 b. Pedestrian Barricades Lump Sum/Agreed Price $420.00 C. Additional Signage Lump Sum/Agreed Price $330.00 d. Granvia Valmonte Overlay Lump Sum/Agreed Price $4,420.00 C. Gene Autry Trail Striping Lump Sum/Agreed Price $2,123.00 Increase to Bid Items Item No. 11, 5" AC Pavement 578 SF @$2.20/SF = $1,271.60 12, 4"hvlisc.Base 132 SF @$1.00/SF = $132.00 21, Curb Return/Spandrel 171 SF @$11.90/SF = $2,034.90 22, 6"PCC Paving Stamped 10 SF @$15.651SF = $156.50 23. 6"PCC Paving Colored 24 SF @$7.50/SF = $180.00 Subtotal of Increases = $14,168.00 DECREASE TO CONTRACT QUANTITIES Decrease to Bid Items Item No. 3. Remove AC Paving (156 SF)@$1.25/SF = ($195.00) 4. Remove PCC Curb/Gutter (153 LF)@$2.50/LF = ($382.50) 5. Remove Curb Retum/Spandrel (24 SF)@$3.75/SF = ($90.00) 6. Remove PCC Cross Gutter (75 SF)@$3.45/SF = ($258.75) 7. Remove PCC Drive Approach (17 SF)@$1.25/SF = ($21.25) 9. Grind/Overlay AC Pavement (62 SF)@$2.50/SF = ($155.00) 10. 2.5" AC Pavement (446 SF)@$1.60/SF = ($713.60) 13. 6" Curb with 6" Gutter (6 LF)@$15.00/LF = ($90.00) 14, Al-6 Curb (44LF) @$12.50/LF - ($550.00) 15. A2.6 Curb/Gutter (54 LF) @$18.75/LF = ($1,012.50) 16. A2-8 Curb/Gutter (5 LF) @ $2LMiLF = ($106.25) 18. 8"PCC Cross Gutter (34 SF)@$11.90/SF = ($404.60) 19. Type D-1 Cross Gutter (7 LF) @$172.00/LF = ($1,204.00) 20. Colored PCC Sidewalk (643 SF) @$6.25/SF = ($4,018.75) Subtotal of Decreased = ($9,202.20) TOTAL NET CHANGE ORDER AMOUNT $4,965.80 C. REASONS FOR CHANGES: a. The approved drawings for this project indicated that there was an existing pull box for the Palm Canyon Dr. signal interconnect system at the NW comer of N. Palm Canyon and Granvia Valmonte. The contractor was to use this pull box to intercept the interconnect cable and connect it to the new controller for the proposed traffic signal. After construction began, it was discovered that the pull box was not on the NW corner. It was located within the existing median island which was to be removed. Due to this, it is necessary to place a new pull box at the NW corner of N. Palm Canyon and Granvia Valmonte, and to re- direct a section of approximately 100 LF of 1.5",rigid steel conduit. Also,it is necessary that approximately 800 LF of new interconnect cable be installed. This is due to the fact that the interconnect cable cannot be spliced, and it will be necessary that the cable be replaced from the new traffic controller to the existing traffic controller at the intersection of N.Palm Canyon and Tamarisk Rd. The existing interconnect cable will be reused between Alejo Rd. and the new signal controller in order to limit costs. This work will be done at the lump sum/agreed price indicated above. Page 2 of 4 b. As a part of this project,a handicapped ramp and cross walk is to be constructed at the Intersection of Chino Drive and North Palm Canyon. The construction of this handicapped ramp requires that an 8"curb face be installed within the existing walkway.It was determined that this condition presents a potential trip hazard for pedestrians. In order to eliminate this possible safety hazard,pedestrian barricades will be installed. The installation of these barricades will be done at the lump sum/agreed price indicated above and will include the installation of two pedestrian barricades and a bollard with safety chain. C. Additional Signage is required on the mast arms of new signal poles at the intersections of Alejo Rd. at North Palm Canyon Dr. and Indian Canyon Dr. Three R73-7 signs will be provided and installed at the lump sum/agreed price indicated above. d. During the reconfiguration of Granvia Valmonte, it was discovered that the proposed curb and gutter improvements would not properly match the existing asphalt paving elevations. In order to correct this condition, it is necessary that the existing pavement be ground down, and that an overlay be placed. This grinding and overlay is to be conducted on the Northerly 10 feet of Granvia Valmonte and extend from Indian Canyon Drive to North Palm Canyon Drive. This work is to be completed at the lump sum/agreed price indicated above. C. The City required the replacement of all painted street striping on Gene Autry Trail From Vista Chino to the North side of the Railroad bridge. Since the contractor for this project was currently working on striping,he was asked to provide a bid to complete the work on Gene Autry Trail. After receiving the bid for this work, it was determined that the contractor should proceed with the additional striping. Funds for this work will be provided from Street Department accounts and is to be completed at the lump sum/agreed price indicated above. All other increases and decreases to the Bid Item quantities indicated above were due to the actual quantities needed to complete the work varying from the original quantity estimates. This is a final,balancing change order. Actual net increase to this project(less Item c)is$2,842.80. This represents an increase from the original contract amount of 0.46% *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. 4298-50175 Indian Canyon Drive Two-Way Modification $3,430.00 Account No. 4204-42190 Traffic Maintenance(for item e only) $2,123.00 Account No. 8191-50000 Unscheduled Capital Project <$587.20> Summary of Costs Contract Time Original Contract Amount: $6 0 Original Completion Date:November 8, 2002 This Change Order C__$4_,96__7r.:R Days Added for this C.C.O.: 4- Previous Change Order(s): Previous Days Added: -0- Revised Contract Amount: $617,056.30 Revised Completion Date: November 15,2002 Page 3 of 4 I have received a copy of this Change ity�Approval: - Order and the above AGREED PRICES % l are acceptable to the contractor. Submitted by I / /'1��_ Date a—I `� s, Field Engineering Supervisor EY — Approved By Date_4V ©3 JimflPerry, President ,City/EJngineer Date 1/8/03 App v Yelb <✓ Date rty Manager Distribution: Original Conformed Conies Conformed-File Coov Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) 'q /Nd Page 4 of 4 DRX, Inc. Indian Two Way Conversion AGREEMENT #4550 M07148, 9-4-02 AGREEMENT - - - - THIS AGREEMENT made this 4L day of . C�(7 the year 2004Y and between the City of Palm Springs, a charter city, organized and existirW in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and DBX, INC. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 —THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedules) of the City's Contract Documents entitled: INDIAN CANYON DRIVE TWO-WAY MODIFICATION CITY PROJECT NO.00-35 The Work is generally described as follows: The Work comprises the removal of existing curb, gutter,sidewalk, catch basin, and asphalt concrete pavement; construction of curb, gutter, sidewalk, catch basin and storm drainage improvements, and asphalt concrete pavement;traffic signal and lighting modifications and installations; landscaping and irrigation improvements; installation of traffic striping,signage and markings; and all appurtenant work on Palm Canyon Drive,Indian Canyon Drive,Alejo Road, and Granvia Valmonte. ARTICLE 2--'COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty),the Contractor shall pay the City the sum of $1,225.00 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 prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedulels), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to )' , 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. DUPLICATE ORIGINAL INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 AGREEMENT FORM 7/23102 AGREEMENT AND BONDS -PAGE 1 ARTICLE 5—PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6--NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or Certified mail,postage prepaid,to the last business address known to the giver of the Notice. ARTICLE 7--MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. /j f T-TES�F: CITY OF PALM�'f(��SPRINGS,CALIFORNIA APPROVED BY THE TY COUNCIL: "� �%'U" ' Minute Order No. ,�_ Date City Clerk Agreement No. APPROVED AS TO FORM: By Nty.Attorney Agreement over/1,11+114er $25,000 Date Reviewed and approved by CONTENTS APPROVED: Procurement & Contracting By ��/%j A_w Initials�126 Date 5 r City Engineer P.O.Number y/p' cy Date �!�m'� �/ "� �--� - +City Manager _ems 3d `r R `F, �'11 i'i �V �" L Date INDIAN CANYON DRIVE TWO-WAY MODIFICATION Y { PROJECT NO.00-35 AGREEMENT FORM 7/23102 AGREEMENT AND BONDS-PAGE 2 CONTRACTOR: DBX, Inc. (Check one:_individual,_partnership, X corporation) By \ sign tore (NOTARIZED) Print Name and Title: Jim Perry, President & Sec./Treas. By gnature (NOTARIZED) Print Name and Title: Mailing Address: 42066 Avenida Alvarado Suite C Temecula, CA 92590 Date August 22, 2002 (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 INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 AGREEMENT FORM 7/23102 AGREEMENT AND BONDS-PAGE 3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 08122/02 before me, PHYLLISSA G. MAYNOR - NOTARY PUBLIC personally appeared IIM PERRY personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacities, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. PHYIllM G. MOMOR Carrrddm i�iZ7iDii3 Notary Putft-Ctilto is Wvtw"County 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. Description of Attached Document Title of Type of Document: _____________ ________ Document Date: __________________ Number of Pages: ------____ Signer(s) Other Than Named Above: _-___ Capacity(ies) Claimed by Signer(s) Signer's Name: lim Perry ❑ Individual ❑O Corporate Officer Title(s): PRESIDENT AND SECRETARY/TREASURER ❑ Partner ❑ Attorney-in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer is Representing: DBX, INC. WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor DBX, Inc. Title President & Sec./Treas, INDIAN CANYON DRIVE-PNO-WAY MODIFICATION PROJECT NO.00-35 WORKER'S COMPENSATION CERTIFICATE 7/23/02 AGREEMENT AND BONDS - PAGE 4 EXECUTED IN FOUR (4) COUNTERPARTS BOND #5624343 PREMIUM $4,473 ,PERFORMANCL BOND KNOW ALL MEN BY THESE PRESENTS, BBX, INCORPORATED That .vs Contractor —And GREAT AMERICAN INSURANCE COMPANY as Surety. are held firmly hound unto the City of Patin Springs, a charter city, organized and existing in the Counry of Riverside, California,hereinafter called the "City," in the sum of: Six hundred Twelve Thousand Ninety Dolars and Fifty Cents dAllars, for the payment of which sum well and tnaly to be made, we hind ourselves, our hairs, executers, administrators,successors, and assigns,jointly and severally, firmly by those presents. WHEREAS said Contractor has been awarded and is doom to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: INDIAN CANYON DRIVE TWO-WAY MODIFICATION CITY PROJECT NO.00.35 NOW THEREFORE,if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void,otherwise it shall remain in full farce and effect, PROVIDED, that any alterations in the Work to be done or the materials to he furnished, of changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not it) any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this 20TH day of AUGUST 2002. CONTRACTOR: DBX, INCORPORATED SURETY' RR (Check one: individual partnership, __ X carperetion) � GREAT E INSURAN �MPANY d DI y n' CHARLE6 L. FLAKE 61 signature Title ATTORNEY—IN—FACT (NOTARIZED) (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Print Name and Title: Jim Perry, President & Sec./Treas. By s,gnaiurc (NOTARIZED) Print Name and Title: ICorporsiions require two signatures; one ho.n each of the following groups:A.Ch:ifman of goard,Presidont,or any Vicc Preoldenta AND B. Secretary, Assistant Secreiary, TmasUreq Assirtant Trnesurer, or Chmf Financial Officer). INDIAN CANYON DRIVE TWO-WAY MODIFICATION •••,-1 - .11111� PERFORMANCE LOP;__' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 08/22/02 before me, PHYLLISSA G. MAYNOR - NOTARY PUBLIC personally appeared^IIM PERRY personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacities, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. a PHYLLISSA G. MAYNOR 1 Comm bt #1270713 nomty Ktft-CdndMo 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. Description of Attached Document Title of Type of Document: _______---_ _____ __ --------------------- Document Date: ____________________ __ Number of Pages: ________ Signer(s) Other Than Named Above: _ ____ ____ ___ __-_---- Capacity(ies) Claimed by Signer(s) Signer's Name: lim Perry ❑ Individual 0 Corporate Officer Title(s): PRESIDENT AND SECRETARY/TREASURER ❑ Partner ❑ Attorney-in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: DBX. INC. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT" -SZ'?1TE OF CALl'FORNIA �g Sq COUNTY OF ORANGE ; On 08-20-2002 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared CHARLES L. FLAKE personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the +� same in his authorized capacity, and that by his signature on the N instrument the person or the entity upon behalf of which thea � person acted, executed the instrument . WITNESS my hand and official seal . AA`4 IIXIr. `♦17r,vvooD G nMibt a: 1311304 LiFo :?\" ';E; NO)OR ,ANGECOUNTY 0 Signati of Notary Public �yy �Cn„`;o��'''' COMM.EXP.JULY 27,2005 OPTIONAL ! Though the data below is not required by law, it may prove valuable to persons � relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT PERFORMANCE BOND TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES 1 DATE OF DOCUMENT 08-20-2002 CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER s TITLE(S) R � ❑ PARTNER (S) ® ATTORNEY-IN-FACT ❑ TRUSTEE (S) ❑ OTHER: SIGNER IS REPRESENTING: GREAT AMERICAN INSURANCE COMPANY NAME OF PERSON S OR ENTITY(S) ¢ ��..................v.....__- .......r..._.-_a...__�..�...^.�......_.. ...�(.y!�_�.�..........-,^.,,...��.......,.�.._...-.,-..r�n..o....m.r1 EXECUTED IN FOUR (4) COUNTERPARTS BOND #5624343 PREMIUM INCLUDED IN PERFORMANCE BOND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That DBX, INCORPORATED as Cmttractor, And GREAT AMERICAN INSURANCE COMPANY as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing In the County of Riverside, State of Galifomia,hereinafter called the "City,`in the sum of: Six hundred twelve thousand ninety dollars and fifty cents dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: INDIAN CANYON DRIVE TWO-WAY MODIFICATION CITY PROJECT NO.00-35 NOW THEREFORE, if said Contractor, rts subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Cade, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sadtiuns 3P47-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporation: so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, far, or about performance of the Work contracted to be executed or performed,or any person, company,or corporation renting or hiring implements or machinery or power for,or contributing to, said work to be done, or any person who perform,work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is hrought upon this bond, a reasonable attorney's fee as shalt be fixed by the Court. This Bond shall Inure to the benefit of any and ail persons named in Section 31 at of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to he furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety,and notice of slid alterations or extensions of the Agreement is hereby wowed by said Surety- SIGNED AND SEALED,this 20TH day of AUGUST , 2002. INDIAN CANYON DRIVE TWO-WAY MODIFICATION CONTRACTOR: DBX, INCORPORATED (Check one:_Individual,,_, partnership, X corporation) e sig,s+tur. (NOTARIZED) Print Name and Title: Jim Perry, President & Sec./Treas. By (NOTARIZED) Print Name and Title: ICbryolG[iVrls require two Signatures; one from each of the following groups: A. Clialmtan of board, President, or any Vice President; AND S. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financlal Officer). SURETY: GREAT AIIE_RICAN_ INSURANCE COMPANY GRAR(d L. FLAKE ATTORNEY-IN-FACT Tttla (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) INDIAN CANYON DRIVE TWO-WAY MODIFICATION CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 08/22/02 before me, PHYLLISSA G. MAYNOR - NOTARY PUBLIC personally appeared IIM PERRY personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacities, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. ACEN. PHYWSSA G. MAYNOR Canwnhdm Ml?]0713 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. Description of Attached Document Title of Type of Document: _____________ _____ ____------__ __----- Document Date: ----------------- Number of Pages: ------___ ___----- Signer(s) Other Than Named Above: __ ____ -------------------------------- Capacity(ies) Claimed by Signer(s) Signer's Name: Jim Perry ❑ Individual O Corporate Officer Title(s): PRESIDENT AND SECRETARY/TREASURER ❑ Partner ❑ Attorney-in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: DBX. INC. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA �x ?a � COUNTY OF ORANGE €g F fJ On 08-20-2002 before me, LEXIE SHERWOOD - NOTARY PUBLIC e� personally appeared CHARLES L . FLAKE personally =� known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the , same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument . S' WITNESS my hand and official seal . r1.. LCXIESHrRWOOD :! o /,` �,y GOMM 11 131130h �'3 NOT PUBLIGCAUFORNIA` .. ., mE Si ature £ Notary Public 'I ��aY Dn t�COMM.fXP.JULY ?7,2005 S' �� 34 OPTIONAL s` Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT PAYMENT BOND TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES 2 DATE OF DOCUMENT 08-20-2002 y CAPACITY CLAIMED BY SIGNER k �r INDIVIDUAL i ❑ ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER (S) ® ATTORNEY-IN-FACT ❑ TR.USTEE (S) 1 ❑ OTHER: 0 I SIGNER IS REPRESENTING: GREAT AMERICAN INSUPANCE COMPANY NAME OP PERSON(S) OR EHTITY(S) I . I . . • 0 • GM1T AM=RICAN INSURMCE COMPANY° 580 WALNUT STREET•CINCINNATI, OHIO 45202•513.369-5000•FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than No. 0 14046 SIX POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name,place and stead to execute in behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power DAVID L. CULBERTSON DIANA LASKOWSKI ALL OF ALL CHARLES L. FLAKE KAREN CHANDLER ANAHEIM, UNLIMITED RICHARD A. COON LEXIE SHERWOOD CALIFORNIA This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS W HEREOF the GREAT A MERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 19 th day of June , 2001 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO,COUNTY OF HAMILTON—ss: On this 19th day of June, 2001 , before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1991 RESOLVED: That the Division President,the several Division Vice Presidents and Assistant Vice Presidents,or any one of them,be and hereby is authorized,from time to time,to appoint one ormore Attorneys-In-Fact to execute on behalf of the Company,as surety,an vandal] bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract orsuretyship,or other written obligation in thenature thereof,such signature and seal when so used beinghereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this 20TH day of AUGUST 2002 510295(11/97) RECEIVED AUG - b 209 p� QLM oSA� . City of Palm Springs Department of Public Works 1, * Engineering Division C o R�ORPiEO� P 3200 Tahqwtz Canyon Way • Palm Springs, California 92262 gZ ORN� TEL:(760) 323-8253 • FAX(760)322-8360 • TDD (760)864-9527 ADDENDUM NO. 1 To all prospective bidders under Specifications for the Indian Canyon Drive Two-Way Modification, City Project No. 00-35, which are to be received by the City of Palm Springs at the office of the Director of Procurement and Contracting at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 p.m. on Tuesday, August 13, 2002: I. The following changes shall be made in Part II - Special Provisions: A. Add the following to Section 8 "Prosecution and Progress": 8-3 Subcontracting -The provisions of Section 8-1.01, "Subcontracting," of the Standard Specifications shall be amended as follows: The Contractor shall perform with his own organization contract work amounting to not less than 35 percent of the original total contract price. II. The following changes shall be documented and considered as revisions to the project drawings: A. The quantities listed in the Plant Legend on Sheet 5 of the Plans shall be revised as follows: Symbol Botanical Name Common Name Quant. BB Bougainvillea 'Barbara Karst' Bougainvillea 35 CG Carissa grandiflora 'Boxwood Beauty' Dwarf Natal Plum 55 LM Lantana montevidensis Trailing Purple Lantana 46 B. Plants shall be located three (3) feet behind all curbs; Carissa and Lantana shrubs shall be spaced five (5) feet apart on center; and Carissa shall be spaced three (3) feet on center. III. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid Forms. Failure to provide such acknowledgment shall render the bid as non- responsive and subject to rejection. Date: July 31, 2002 BY ORDER OF THE CITY OF PALM SPRINGS By i, David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 Post Office Box 2743 • Palm Springs, California 92263-2743 CERTIFICATION OF RESOLUTION I, Jim Perry, Secretary of DBX, Inc. a California corporation, do hereby certify that the attached RESOLUTION OF OFFICER'S AUTHORITY, to which I hereby attest, is a full, true and correct copy of a resolution of the Board of Directors of said corporation, duly adopted and approved by regular action of the said Board of Directors taken on August 12, 1991 in full conformance with the law and the By Laws of said corporation. I further certify that the resolution is still in full force and effect and has not been amended or revoked. IN WITNESS WHEREOF, I have hereunto set my hand as such Secretary, and affixed the corporate seal of said Corporation. I declare under penalty of perjury that the foregoing is true and correct and that this declaration was executed at Temecula, California on August 12, 1991. ,W Jim erry, Secretary SEAL COUNTY OF RIVERSIDE ) SS. STATE OF CALIFORNIA ) Subscribed and sworn to before me On August 22, 2002 at Temecula, California. PHYLLISSA G. MAYNOR COMMIU$m#127U713 Notary RASIC-Calflomla - RNMIde County My Cam.BqykM :FJ11,2Gi34 J RESOLUTION OF OFFICER'S AUTHORITY "WHEREAS, from time to time this corporation, being DBX, Inc., a California corporation, is called upon to execute documents by which this corporation enters into contracts, bonds, obligations of performance, surety and of other legal consequences, and "WHEREAS, third persons may require or request come written authority evidencing and identifying those persons who are officers and authorized to execute such documents for and on behalf of this corporation, now, therefore, it is "RESOLVED, that JIM PERRY, who is President and Chief Executive Officer of this corporation, be, and he hereby is, and has been, empowered, authorized and directed to execute any and all kinds of documents, contracts, bonds, obligations of performance, surety and other documents by which this corporation assumes legal obligations, dealing with private and public entities, and "RESOLVED FURTHER, that any person who relies upon the authority granted and conferred in this resolution shall be indemnified and held harmless from any claim with respect to the existence or non-existence of such authority, and may continue to do so until personally receiving written notice that the authority herein conferred has been terminated." Dated: August 12, 1991 1� Jim Prry, Secretary SEAL COUNTY OF RIVERSIDE ) SS, STATE OF CALIFORNIA ) Subscribed and sworn to before me On August 22 2002 at Temecula, California. PHYLUSSA G. MAYNO � Cam+A�.#1T7A71� IIIIII MYC[l MLBq: ALgn,aaw 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. INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 COVER SHEET 7/23/02 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: INDIAN CANYON DRIVE TWO-WAY MODIFICATION CITY PROJECT NO.00-35 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 Band, 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 cast, 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, of seq.,the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Prices) named in the aforementioned Bidding Schedule(s)• Dated: Bidder: Bidder: By: i (Signature) Title: pre5;1 C Euj INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 BID (PROPOSAL) 7123102 BID FORMS-PAGE 2 BID SCHEDULE A Schedule of Prices for the Construction of the: INDIAN CANYON DRIVE TWO-WAY MODIFICATION CITY PROJECT NO. 00-35 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS $15,000.00'y 2. Traffic Control --- LS $ r-7 )�il`�, ✓�`' 0O, 3. Remove Existing A.C. Pavement 19,000 SF $ -12So N" 4. Remove Existing P.C.C. Curb & Gutter 900 LF $ � u $ 5 Remove Existing P.C.C. Curb Return, & 500 SF $._3gs I/1 Spandrel r 6. Remove Existing P.C.C. Cross-Gutter 900 SF $ "' 't10 rc1 $ 7. Remove Existing P.C.C. Driveway Approach 850 SF �' r 2, S. Remove Existing P.C.C. Sidewalk 1,000 SF $ -- 9. Grind & Overlay A.C. Pavement 2,000 SF Ldo �. rl/ 10. Construct 2%" A.C. Pavement 2,200 SF $ 1 11. Construct 5" A.C. Pavement 6,800 SF $ �;e � rD $ r ,(��y,��� 12. Construct 4" Crushed Miscellaneous Base 9,000 SF jj t}`Jf ,�i ,o - $ P� /,�'GJ S „�f �a �t rt� 13, Construct 6" Curb with 6" Gutter 240 LF $ ! cryc,tR $ (r 14. Construct Type Al-6 Curb 1,600 LF $ 54" $ � - 15. Construct Type A2-6 Curb & Gutter 275 LF $ {� 7'~ '�'` `y - I�U_�—rfrA11 $ iC, �r 16. Construct Type A2-8 Curb & Gutter 15 LF $ /a Z";,ri $ /' r l,�'1)41 - 17. Construct Colored Type A Access Ramp 3 EA 7 �',,)r fl F 18. Construct 8" P.C.C. Cross-Gutter 660 SF _- �` IV2 Name of Bidder or Firm INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO. 00-35 UNIT PRICE BID SCHEDULE 7/23/02 BID FORMS -PAGE 3 BID SCHEDULE A (Continued) INDIAN CANYON DRIVE TWO-WAY MODIFICATION CITY PROJECT NO. 00-35 Item Description Estimated Unit Unit Amount No. Quantity Price 19. Construct Type D-1 Cross-Gutter 125 LF vnL @0 - r 20, Construct Colored P.C.C. Sidewalk 4,000 SF 21. Construct Curb Return & Spandrel 400 SF $ • �r ��•�,� $—C ~Tlx�� ` Jn - - 7 22. Construct 6" Stamped P.C.C. Pavement 1,500 SF $ r' ' o, 23. Construct 6" Colored P.C.C. Pavement 600 SF U,✓r r �fQ 24. Adjust Manhole to Grade 1 EA 6,c4-5. - 25 Indian Canyon Drive at Alejo Road Traffic Signal --- LS � a^ Modification $ 26 Palm Canyon Drive at Alejo Road Traffic Signal ___ LS $ ;��� e.r U'c Modification Palm Canyon Drive at Granvia Valmonte Traffic 27' Signal & Lighting System --- LS 28. Traffic Striping, Signage & Markings --- LS p 29. Irrigation System --- LS $ ! � 0 30. Landscaping --- LS $ 31. 30-Day Maintenance Period --- �0/ LS $ �' r�- J IOTAAL OF ALL ITEMS OF BID SCHEDULE A: (Price in figures) -)� rlA/Pls ��3��✓P1^1j � ✓ ���� P�/ � (Price in walls( 11 UANTITIES OF WORK: in quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of e general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or aterial will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid ;m, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to :fete any bid item in its entirety, and receive full credit in the /amount shown in the Bid Schedule for the deleted item of Work. �r1C,. Name D Bidder or Firm INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 UNIT PRICE BID SCHEDULE 7/23102 BID FORMS-PAGE 4 ADDITIVE BID SCHEDULE B Indian Canyon Drive and Alejo Road Street Improvements Tentative Tract Map 30453 and PD-266 Item Description Estimated Unit Unit Amount No. Quantity Price ,-1 621 1. Remove Existing A.C. Pavement 2,150 SF 2. Remove Existing P.C.C. Curb & Gutter 252 LF $ 3. Remove Existing P.C.C. Cross-Gutter 320 SF $ 4. Remove Existing P.C.C. Sidewalk 240 SF n 5. Remove Existing A.C. Dike 97 LF $ r `7� $ Remove Existing Catch Basin and Local ,^ p 6' Depression 1 EA g/i/gL°s 7. Construct Type A1-6 Curb 14 LF n 8. Construct Type A2-8 Curb & Gutter y t7 359 LF $ ✓� dr✓ i�') 9. Construct Type A-High Dike 86 LF $ p 1 �i.��, $ 1t7 fey 0i1"L,1 10. Construct 5" A.C. Pavement 8,900 SF $ "1 itV� $ 0 11. Construct 4" Crushed Miscellaneous Base 8,900 SF 12. Construct P.C.C. Sidewalk 3,644 SF $ � ��'rr�) $ / � ,�' 5 ,1 '//W 13. Construct Type A Access Ram 1 EA f ""�( b YP P $ ',.-,Ar, $ y� L 14. Construct P.C.C. Driveway Approach 258 SF 15. Construct 6" P.C.C. Pavement 370 SF $ i�l $ 7(i;�" y, Name of Bidder or Firm INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO,00-35 UNIT PRICE BID SCHEDULE 7/23/02 BID FORMS-PAGE 5 ADDITIVE BID SCHEDULE B (Continued) Indian Canyon Drive and Alejo Road Street Improvements Tentative Tract Map 30453 and PD-266 Item Description Estimated Unit Unit Arnmmt No. Quantity Price 16. Construct 4' Wide Catch Basin with Local �t Depression 1 EA $ (d'(,I, $ 7 r, Lrt -dt� 17 Install 12" R.C.P. Storm Drain 12 LF 18. Install 18" R.C.P. Storm Drain 15 LF [or 19. Construct Storm Drain Collar 7 EA 20. Install 4"V.C.P. Sewer Lateral 322 LF r 21. Install Type L Object Marker 7 EA $ �! z1v 1 22. Sheet, Shoring, Bracing or Equivalent Method --- LS $ `� � ), O(iX) TOTAL OF ALL ITEMS OF ADDTIVE BID SCHEDULE B: $ Md..in fig uros) k7 C'C.t i4/' ?� f/ 'U�/® � �Q t.� Y "" o1 A 4�?.n//� 3/P�P / r31� P t�?•�9U Y"! /C/ .��L!` (Price in wardal 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. Name of Bidder or Firm INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 UNIT PRICE BID SCHEDULE 7/23/02 BID FORMS-PAGE 6 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or $10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address "i c5 3. 4. 5. 6. 7. 8. INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 LIST OF SUBCONTRACTORS 7123102 BID FORMS-PAGE 7 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California 1 ss. County of ' rS� 1 I, 1 N1 pCi^L�_) , being first duly sworn, deposes and says that he or—she is Pce'Z"d Q� of X V-lC, , the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder By Title C9; G— 4 Organization czq-)Cr �lCd 1 Address Ca I,lr nyer 11 INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00.35 NON-COLLUSION AFFIDAVIT 7/23102 BID FORMS-PAGE 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 08/1 3/02 before me, PHYLLISSA G. MAYNOR - NOTARY PUBLIC personally appeared HIM PERRY personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacities, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. PHYLLI&A G. MAYNOR _ Ccvtirn .#ID0713 z Notary Puti3c:-CCRorrda 3� z Rive+skis County Ip 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. Description of Attached Document Title of Type of Document: ----------------------------------------------------------------- Document Date: ------------------------------- Number of Pages: __----------------_----- Signer(s) Other Than Named Above ----------------------- Capacity(ies) Claimed by Signer(s) Signer's Name: lim Perry ❑ Individual Z Corporate Officer Title(s): PRESIDENT AND SECRETARY/TREASURER ❑ Partner ❑ Attorney-in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: DBX. INC. BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: yrmccr_( 2. CONTRACTOR'S Telephone Number: ast C1q q Facsimile Number: (C�CICH .Q (0 - 001 J 3. CONTRACTOR'S License: Primary Classification State License Number(s) uSA 1 Supplemental License Classifications 4, Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety �I I A ,�k:2c ` Address ��7C C > �( �(-�� � �� 20 �Irn.lh a ien dZ 4_cD0 J Q'Mo I Surety Company ��r C��'� 14r r I('CL'r-, Telephone Numbers: Agent )Ia�21 b w' Surety ( ) 5. Type of Firm (Individual, Partnership or Corporation): (3h 1f ?a hL 6. Corporation organized under the laws of the State of: Co )��G -nILt_ 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: i f�-1L�.S -` .h✓U W i Ci Pi/-es I(,Wt\�-t- - INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 BIDDER'S GENERAL INFORMATION 7/23/02 BID FORMS-PAGE 10 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:n a. Owner 0,kk I O TF.i`J� t��1` Address i"C) PP W C Contact 'V e Class of Work �v 1 Gt cx l-S PhoneO) LA ( p(,ILk oLl l Contract Amount Project V \D-�' LDWJ,t 1 Date Completed ! I 1 UQ Contact Person Telephone number b. Owner ,n( �L�I ) 11(L�CZL Address 1_"� �?pU i 1 pj�mUl I Y►I� ,�� Contact A2 le `� �'_ Class of Work S 1 U� 1 V x Phone—ll06--1 Contract Amount 11�ULnI ?qq Project .t) bcccd Ccn —a Date Completed O� �ac ;'_ Contact Person Telephone number C. Owner po Lrn fx,Lir t ``Address-13-51 C> �' - d LUCLI I RIE11") 09 Contact Klass of Work CCLSCa Phone It,GC) �j�Qlp OAP I 0 Contract Amount Project upCa Date Completed Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: P-erM 11. Is full-time supervisor an employee 1/ contract services ? 12. A recent financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 BIDDER'S GENERAL INFORMATION 7123102 BID FORMS-PAGE 11 BOND# 1306665 PREMIUM-NIL BID BOND KNOW ALL MEN BY THESE PRESENTS, That _ DBX, INCORPORATED as Contractor, and GREAT AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: TEN PERCENT OF AMOUNT BID (10%) dollars W (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: INDIAN CANYON DRIVE TWO-WAY MODIFICATION CITY PROJECT NO, 00-35 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 attornoy's fee to be fixed by the court. SIGNED AND SEALED, this 8TH day of AUGUST , 2002, CONTRACTOR: DBX, INCORPORATED .UR GREAT AMERICAN INSURANCE COMPANY (Check one: ^inCrIvidual, _partnership. XX corparationl Ryi "q (;, sg sate DIANA LASKOWSKI (NOTARIZED) Print Na�mye, end Tiptla: ` Title ATTORNEY—IN—FACT p (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) �gnature (NOTARIZEDI Print Name and Title= (Comoratlory repwre twn rdgrutures;one from each of dw(ollowiiut vouos:A-(].airman of Board,Prr,ident,or any VjC-Presidem;AND B.Secretary, AssiK"nr Secretary,Treasuror.Assistant Trc'r::urer, or Chi,:r nrwncial Off.). INDIAN CANYON DRIVE Two-wAY MODIFICATION r , CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 08/13/02 before me, PHYLLISSA G. MAYNOR - NOTARY PUBLIC personally appeared IIM PERRY personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacities, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. PHYLLISSA G• PAAYNO" WITNESS my hand and official seal. Notary Pupoc-covit l° RNWSIC a county Wconrnr �Aup11,3J04 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. Description of Attached Document Title of Type of Document: ------------------------------------------------------------------ Document Date: ------------------------------- Number of Pages: ------_-------_---------- Signer(s) Other Than Named Above: --------------------------------------------------------- Capacity(ies) Claimed by Signer(s) Signer's Name: --Jim Perry ❑ Individual Corporate Officer Title(s): PRESIDENT AND SECRETARY/TREASURER ❑ Partner ❑ Attorney-in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: DBX INC. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On 08-08-02 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared DIANA LASKOWSKI personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal . r LEXIE SH- - - - - COMM.It 1311304 NOTARY PUB 1JC-CALIFORNIA� a ure of Notary Public a `s' ,��� " ORANGE COUNTY n �"'I'` COMM.EXP.JULY 27,2d05 'OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT BID BOND TIME OR TYPE OF DOCUMENT NUMBER OF PAGES I DATE OF DOCUMENT 08-08-02 CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER (S) ® ATTORNEY-IN-FACT ❑ TRUSTEE (S) ❑ OTHER: SIGNER IS REPRESENTING: GREAT AMERICAN INSURANCE COMPANY NAME OF PERSON(S) OR ENTITY(S) GZFMN&RICNY INSURMCE COMPANY' 580 WALNUT STREET•CINCINNATI, OHIO 45202•513-369-5000•FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than No.0 14046 SIX POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name,place and stead to execute in behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power DAVID L. CULBERTSON DIANA LASKOWSKI ALL OF ALL CHARLES L. FLAKE KAREN CHANDLER ANAHEIM, UNLIMITED RICHARD A. COON LEXIE SHERWOOD CALIFORNIA This Power of Attorney revokes all previous powers issued in behalf of the attorncy(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 19th day of June , 2001 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON—ss: On this 19th day of June, 2001 , before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President,the several Division Vice Presidents and Assistant Vice Presidents,or any one of them,be and herebyis authorized,from time to time,to appoint one ormore Attorneys-In-Fact to execute on behalf of the Company,as surety,an vandal] bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,, to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract orsuretyship,or other written obligation in the nature thereof,such signature and seal when so used beinghereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company,to be valid and binding upon the Company with the same farce and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES,Assistant Secretary of Great American insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this 8TH day of AUGUST 2002 S1029S(I1197) CITY PROJECT NO. 00-35 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: FES 4 �PFc A MI ler, P.E. * No. 411956 Civil Engineer C 40956 E.P. 3-31-03 CIV1�- �TF OF CAl\F�E� TRAFFIC No. 1575 DATE: 7- 0 -0 Z Approved by: m� David J. Barakian, P.E. Director of Public Works/City Engineer Civil Engineer C 28931 INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT CITY PROJECT NO.2000-35 7/18/02 SIGNATURE PAGE NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-collusion Affidavit 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 - Specifications and Plans Section 2 - Proposal Requirements and Conditions Section 3 - Award & Execution of Contract Section 4 - Scope of Work: Beginning of Work, Time of Completion, and Liquidated damages Section 5 - Control of Work Section 6 - Control of Materials Section 7 - Legal Relations and Responsibility Section 8 - Prosecution and Progress Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENDICES APPENDIX "A" Standard Drawings Dust Control Sign INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 SPECIAL PROVISIONS 7/23/02 GENERAL CONTENTS -PAGE i CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS INDIAN CANYON DRIVE TWO-WAY MODIFICATION CITY PROJECT NO. 00-35 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 INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 PART 1 CONTENTS 7/23/02 PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing the Indian Canyon Drive Two-Way Modification City Project 00-35 N-1NOTICE IS HEREBY GIVEN that sealed bids for the Indian Canyon Drive Two-Way Modification, City Project 00-35, will be received at the office of the Director of Procurement and Contracting of the City of Palm Springs, California, until 2 : 00 P.M. on August 13, 2002, at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The Work comprises the removal of existing curb, gutter, sidewalk, catch basin, and asphalt concrete pavement; construction of curb, gutter, sidewalk, catch basin and storm drainage improvements, and asphalt concrete pavement; traffic signal and lighting modifications and installations; landscaping and irrigation improvements; installation of traffic striping, signage and markings; and all appurtenant work on Palm Canyon Drive, Indian Canyon Drive, Alejo Road, and Granvia Valmonte. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder on the basis of the total sum of Bid Schedule A and Additive Bid Schedule B, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid Schedules . (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier' s check or Bid Bond in the amount of 10 percent of the total 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 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 NOTICE INVITING BIDS 7/23102 PAGE 1 The Contractor and any subcontractors shall pay not less than said specified rates and shall post a , copy of said wage rates at the project site. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the :, Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be 'inspected without charge at the office of the City Engineer, 3200' East Tahquitz Canyon Way, Palm Springs, CA 92262 . (b) Complete sets of said Contract Documents may be purchased at $50 . 00 per set and are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . No refund will be made of any charges for sets of Contract Documents . (c) An additional fee of $25. 00 will be charged for sets of documents sent by mail. N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Director of Procurement and Contracting at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For. . '" followed by the title of the, Project and the date and hour of opening Bids . The certified or cashier' s check or Bid Bond shall be enclosed in the same envelope with the Bid. BY ORDER OF THE CITY OF PALM SPRINGS Date J�,I y 43 By David J. Barakian, PE Director of Public Works/City Engineer INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 NOTICE INVITING BIDS 7/23102 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 INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 INSTRUCTIONS TO 7/23/02 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 he 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. 131D 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 51�00 at seq. of the California Public Contract Code. 11. QUANTITIES OF WORK — (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 INSTRUCTIONS TO 7/23/02 BIDDERS-PAGE 2 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID -The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES -Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS -The procedure for submittal of any application for a substitute or .or equal" item by the Contractor and consideration by the Engineer is set forth in Section 6 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 7 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT -The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION — (a) In determining the lowest responsible Bidder, the following provisions of Section 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. INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 INSTRUCTIONS TO 7/23/02 BIDDERS-PAGE 3 (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. - END OF INSTRUCTIONS TO BIDDERS- INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROJECT NO.00-35 INSTRUCTIONS TO 7/23/02 BIDDERS-PAGE 4 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II - SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION CITY PROJECT NO. 00-35 Section 1 Specifications and Plans Section 2 Proposal Requirements and Conditions Section 3 Award & Execution of Contract Section 4 Scope of Work, Beginning of Work, Time of Completion, and Liquidated Damages Section 5 Control of Work Section 6 Control of Materials Section 7 Legal Relations and Responsibility Section 8 Prosecution and Progress Section 9 Measurement and payment Section 10 Construction Details INDIAN CANYON DRIVE TWO-WAY MODIFICATION CONTENTS CITY PROJECT NO. 00-35 PART II 7/23/02 SECTION 1 - SPECIFICATIONS AND PLANS 1-1 GENERAL Standard Specifications . - The Work hereunder shall be done in accordance with the Standard Specifications dated July 1992 and the Standard Plans dated July 1992, of the California Department of Transportation insofar as the same may apply and in accordance with the following Special Provisions: In case of conflict between the Standard Specifications and these Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions . Supplementary Reference Specifications. - Insofar as references may be made in these Special Provisions to the Standard Specifications for Public Works Construction, "Greenbook" , 2000 Edition, such work shall conform to the referenced portions of the technical provisions only of said reference "Greenbook" Specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Greenbook," it shall mean the Standard Specifications dated July 1992, of the California Department of Transportation (or "Caltrans" ) , as previously specified in the above paragraph. 1-2 Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: 1-1.12 Days - As used in these Special Provisions, days shall mean calendar days. 1-1.13 Department - Public Works and Engineering Department of the City of Palm Springs, California. 1-1.15 Director - Director of Public Works/ City Engineer of the City of Palm Springs, California. 1-1.16 Engineer - Director of Public Works/City Engineer of the City of Palm Springs, California. 1-1.24 Highway - Highway, roadway, street, avenue, lane, boulevard, or other public thoroughfare for vehicular traffic. 1-1.26 Liquidated Damages - The amount prescribed in the specifications, pursuant to the authority of Government Code Section 53069.85, to be paid to the City of Palm Springs 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. SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION - SPECIFICATIONS AND PLANS CITY PROJECT NO. 00-35 SECTION 1 -PAGE 1 7123/02 1-1.29(A) Standard Plans - The Standard Plans of the City of Palm Springs and the State of California Department of Transportation. 1-1.39 State - The City of Palm Springs, California, a legal entity organized and existing in the County of Riverside, State of California. 1-1.40 State Contract Act - All applicable provisions of the Public Contract Code (excluding Chapter 1, Division 2, Part 2, therein) , Government Code, Labor Code, Civil Code, Business & Professions Code, as they apply to contracts with local public agencies, as defined in said codes. 1-1.41 Working Day - A Working Day is defined as any day, except as follows: (a) Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: January 18t, the third Monday in February, the last Monday in May, July 9, the first Monday in September, Veteran's Day, Thanksgiving Day and the �Eollowing Friday, and December 25. When a designated holiday falls on a Saturday, the Friday before the holiday shall be a designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. (b) Days on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or operations, ! as determined by the Engineer, from proceeding with at least 75 percent of the normal labor and equipment Eorce engaged on such operation or operations for at least 60 percent of the total daily time being currently spent on the controlling operation or operations. 1-3 :PRELIMINARY MATTERS 1-3 . 1 Legal Address of the City: The official address of the City shall be City of Palm Springs, 3200 East Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-3 .2 Legal Address of the Engineer: The official address of the Engineer shall be City of Palm Springs, Public Works and Engineering Department, 3200 East Tahquitz Canyon Way, Post Office Box 2743, Palm Springs, California 92263-2743, or such other address as the Engineer may subsequently designate in writing to the Contractor. SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIFICATIONS AND PLANS CITY PROJECT NO. 00-35 SECTION 1 -PAGE 2 7/23/02 1-3 .3 Legal Address of the City' s Project Representative: The name and address of the City' s designated Project Representative shall be the Engineering Field Supervisor, Public Works and Engineering Department, 3200 East Tahquitz Canyon Way, Post Office Box 2743, Palm Springs, California 92263-2743, or such other address as the Resident Project Representative may subsequently designate in writing to the Contractor. 1-3 .4 Notification: The Contractor shall notify the City of Palm Springs and the owners of all utilities and substructures not less than 48 hours prior to starting construction. The following list of names and telephone numbers is intended for the convenience of the Contractor and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS Tom Cartwright, Engineering Field Supervisor (760) 323-8253 Sherman Ferguson, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Sill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Kim Hoover (760) 202-4248 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Skrivner (760) 778-3400 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SPRINT Attention: Mr. Lynn Durrett (909) 874-7450 UNDERGROUND SERVICE ALERT (800) 227-2600 1-3.5 Emergency Information: The names, addresses, and telephone numbers of the Contractor, sub-contractors, or their representatives, shall be filed with the Engineer at the preconstruction meeting. - END OF SECTION - SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIFICATIONS AND PLANS CITY PROJECT NO. 00-35 SECTION 1 -PAGE 3 7123/02 SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 Plans and Specifications. - The contract plans furnished consist of general drawings and show such details as are necessary to give a comprehensive idea of the construction contemplated. All authorized alterations affecting the requirements and information given on the contract plans shall be in writing. - END OF SECTION - SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROPOSAL REQUIREMENTS &CONDITIONS CITY PROJECT NO. 00-35 SECTION 2-PAGE 1 7/23/02 SECTION 3 - AWARD AND EXECUTION OF CONTRACT The provisions of Section 3-1. 02 of the Standard Specifications shall be changed to read as follows: 3-1.02 Contract Bonds. a. Before execution of the Contract, the Contractor shall file surety bonds with the City to be approved by the City Council in the amounts and for the purposes noted below. Bonds issued by a surety who is listed in the latest version of U. S. Department of Treasury Circular 570, who is authorized to issue bonds in California, and whose bonding limitation shown in the said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the City. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995 . 660 (a) . The Contractor shall pay all bond premiums, costs, and incidentals . Each bond shall incorporate, by reference, the Contract and be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. b. The Contractor shall provide two good and sufficient surety bonds . The Performance Bond shall be for 100 percent of the Contract Price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or developed defects. The bond must remain in effect until the end of all warranty periods set forth in the Contract. The Payment Bond (Material and Labor Bond) shall be for not less than 100 percent of the Contract Price, to satisfy claims of material suppliers and mechanics and laborers employed by it on the Work. The bond shall be maintained by the Contractor in full force and effect until the Work is accepted by the City and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. c. The Contractor shall provide for a one-year extension of the Performance Bond to cover the one-year correction and repair period for correction or removal and replacement of defective work. Said Performance Bond shall be maintained at not less than 15 percent of the Contract Price during said one-year extension. d. Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or , (c) a combination of sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION AWARD &EXECUTION OF CONTRACT CITY PROJECT NO. 00-35 SECTION 3-PAGE 1 7/23102 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. The provisions of Section 3-1. 03 of the Standard Specifications shall be changed to read as follows: 3-1 .03 Execution of Contract. - , The contract shall be signed by the successful bidder and returned, together with the contract bonds, within 7 calendar days, as specified in the Instructions to Bidders . END OF SECTION - SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION AWARD &EXECUTION OF CONTRACT CITY PROJECT NO. 00-35 SECTION 3-PAGE 2 7/23/02 SECTION 4 - SCOPE OF WORK; BEGINNING OF WORK; TIME OF COMPLETION; AND LIQUIDATED DAMAGES Attention is directed to the provisions of Section 8-1. 03 "Beginning of Work, " Section 8-1. 06 "Time of Completion, " and Section 8-1. 07 "Liquidated damages" of the Standard Specifications and these Special Provisions . After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. It is the City' s intent to issue the Notice to Proceed on or before September 16, 2002. Contractor shall be prepared to begin the Work on that date. The Work identified in Bid Schedule A and Additive Bid Schedule B shall be diligently prosecuted to completion before the expiration of: 40 WORKING DAYS from the date specified in the Notice to Proceed from the City, or prior to Friday, November 8, 2002, whichever occurs first. Under no circumstance shall work be left uncompleted after November 8, 2002 . In the event Additive Bid Schedule B is not awarded, no adjustment of contract time shall be made. Said times of completion do not include time associated with ordering long lead-time items . Contractor shall refer to Section 6-5 of these Special Provisions for requirements associated with ordering long lead-time items . All new traffic signal poles, luminaires, and mast arms have been ordered by the City and will be available to the Contractor at the City Yard located at 425 N. Civic Drive. The decorative walkway light poles and luminaires (to be installed on Granvia Valmonte) and all other traffic signal equipment (vehicle and pedestrian heads, controller assemblies and cabinets, service pedestals and cabinets, and associated equipment) , landscaping and plant material, in addition to any other long-lead time items, shall be ordered within three (3) days following award of this contract. Failure to order long lead-time items that causes work to extend past the allowable time of completion shall cause this contract to be subject to liquidated damages as allowable herein. SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION SCOPE OF WORK CITY PROJECT NO. 00-35 SECTION 4-PAGE 1 7/23/02 In addition to the construction duration time of 40 working days (or the specific contract time as adjusted to complete the work prior to November 8, 2002) , the Contractor shall be bound by a maintenance period of 30 calendar days which is to begin upon final City Engineer' s acceptance,] of plant, irrigation, and rockery installation. As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum set forth in the Agreement per day for each and every calendar day' s delay in finishing the Work in excess of the number of working days prescribed above. In addition, the Contractor shall pay to the City as liquidated damages the same sum as above, for each and every calendar day the 30-day maintenance period must be extended due to plants, irrigation facilities, or rockery, landscape not repaired or replaced. - END OF SECTION - SPECIAL PROVISIONS INDIAN CANNON DRIVE TWO-WAY MODIFICATION SCOPE OF WORK CITY PROJECT NO. 00-35 SECTION 4-PAGE 2 7/23/02 SECTION 5 - CONTROL OF WORK 5-1 Warranty Performance Bond - The Performance Bond furnished by the Contractor shall remain in force and effect, and shall not be exonerated for a period of one year after the City' s acceptance of the project; or, at the Contractor' s option in lieu thereof, the Contractor may furnish a Warranty Performance Bond prior to acceptance of the work, in a sum not less than 15 percent of the face amount of the contract, such bond to guarantee Contractor' s performance of the obligation to repair or replace defective materials or workmanship as stated elsewhere in these provisions, and to remain in effect for a period of one year from the date of City' s acceptance of the project. Nothing in this paragraph shall be deemed or construed to limit the Contractor' s obligation of performance. 5-2 Access or Temporary Rights-of-Way - All access or construction rights-of-way of a temporary nature, other than shown on the plans, which the Contractor may find that it required during progress of the work, shall be arranged for and paid for entirely by the Contractor, at its own expense. 5-3 Protection of Survey Monuments - It shall be the Contractor' s responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City Standards for the existing type of monument at the Contractor' s expense. The existing pipe monument shall not be disturbed. The City will maintain a survey location check on the monument without cost to the Contractor. Contractor is advised that resetting of monuments will be done by the City' s survey crew. Should the Contractor anticipate removal of any survey monuments, it shall notify the Engineer before removal. The Contractor shall be financially responsible for reinstalling the monument well, and the City' s survey crew will reset the monument. 5-4 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. SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION CONTROL OF WORK CITY PROJECT NO. 00-35 SECTION 5-PAGE 1 7123/02 The Contractor must give weekly copies of all survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in the area. The Engineer', will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction or staking not in accordance with the established grades and/or alignment shall be replaced without additional cost to the City. The Contractor shall provide all construction surveying by a California registered land surveyor, including street centerline/tract map boundary monument tie-out and corner record filing (if any) , as required by the Engineer or his representative. 5-5 Authority of Engineer - The Engineer shall decide all questions which may arise as to th'e quality or acceptability of materials furnished and work performed, and as to the manner of performance and rate of progress of, the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as to, the acceptable fulfillment of the contract on the part of the Contractor; and all questions as to Compensation. His decision shall be final and he shall have authority to enforce and make effective such decisions and orders which the Contractor fails to carry out promptly. 5-6 Inspection - The Engineer shall, at all times, have safe access to the work during its construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the requirements and intentions of the Specifications, the Special Provisions, and the Plans „ All work done and all materials furnished shall be subject to his inspection. When the work has been completed, the Engineer will make the final inspection. 5-7 Addenda - Any questions or comments that prospective bidders may have concerning the plans, ' specifications, or Special Provisions should be directed to ' the Engineer. Any written clari_tications will be issued as addenda generated by the SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION CONTROL OF WORK CITY PROJECT NO. 00-35 SECTION 5-PAGE 2 7/23/02 Engineer. Any addenda issued during the time of bidding shall be acknowledged as a part of the Contract Documents. 5-8 Site Examination - Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the work, and the general and local conditions particularly, but without limitation to all other matters which can in any way affect the work or the cost thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable conditions will not relieve it from the responsibility for properly estimating either the difficulties or the costs of successfully performing the work. 5-9 Flow and Acceptance of Water - It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that it has investigated the risk arising from such waters and has prepared its bid accordingly; and the Contractor submitting a bid shall assume all risk. 5-10 Prohibition Against Subcontracting or Assignment - The experience, knowledge, capability and reputation of the Contractor, its principals and employees were a substantial inducement for the City to enter into this Contract. Therefore, the Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Contract nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without prior written approval of the City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than 25 percent of the present ownership and/or control of the Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Contract shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express written consent of the City. This Article does not apply to the assignment of anti-trust actions by the Contractor or subcontractor under the provisions of Section 7-1. 011 of the Standard Specifications . - END OF SECTION - SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION CONTROL OF WORK CITY PROJECT NO. 00-35 SECTION 5-PAGE 3 7/23/02 SECTION 6 -- CONTROL OF MATERIALS 6-1 City Provided Materials - The City of Palm Springs shall provide all new traffic signal poles, luminaires, and mastarms to the Contractor; the Contractor will NOT be required to obtain new traffic signal poles, luminaires, and mastarms. The Contractor shall verify the traffic signal equipment on stock at the City Yard necessary to successfully complete the project at the start of the Work, and shall promptly notify the City Engineer in the event it has determined that there is incorrect or insufficient traffic signal equipment that will affect proper completion of the project. The City shall obtain additional or replacement traffic signal equipment as determined by the City Engineer upon notice by the Contractor that it lacks the correct or insufficient traffic signal equipment necessary to complete the Work. The decorative walkway light poles and luminaires (to be installed on Granvia Valmonte) and all other appurtenant traffic signal equipment (vehicle and pedestrian heads, controller assemblies and cabinets, service pedestals and cabinets, and associated equipment) shall be furnished by the Contractor. 6-2 Substitutions or Approved Equals - Contractors requesting approval of "equal products" shall submit their request, along with data substantiating such request, to the Engineer no later than 20 days after bid opening. Data for approval of other materials shall include complete calculations, technical data, samples and/or printed materials relating to performance and physical characteristics of proposed substitutes. Appearances of manufacturers, company names, details of products or services, or product names, in either plans or specifications, are specified or designated for reference only and do not constitute an endorsement of same by the Engineer or the City. 6-3 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 6-2 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. SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION CONTROL OF MATERIALS CITY PROJECT NO. 00-35 SECTION 6-PAGE 1 7/23/02 6-4 Quantities - Contractor shall submit, with its billing invoice, a corrected list of quantities, verified by the Engineer, for items shown in the unit price Bid Schedule. 6-5 Placing Orders - The Contractor shall place the order (s) for all long lead-time supplies, materials and equipment for any and all water, telephone, electrical, gas, sanitary sewer and traffic signal facilities within 3 working days after the award of contract by the City of Palm Springs. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the orders) 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. 6-6 Correction and Repair Period: - If within one year after the date of completion and acceptance '� of the Work, or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, the Contractor shall promptly, without cost to the City and in accordance with the City' s written instructions: (i) correct such defective Work, or, if it has been rejected by the City, remove it from the site and replace it with Work that is, not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If the Contractor does not promptly comply with the terms of such instructionst or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Work corrected or the rejected Work removed and replaced,' and all direct, indirect and consequential costs of such removal and replacement, including claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair. or replacement of work of others) will be paid by the Contractor. In special circumstances where a particular item of equipment is placed in continuous service before' Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents . Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under Subsection 6-6, the correction period hereunder with respect to such Work will be extended for an 'additional period of one year after such correction or removal and replacement has been satisfactorily completed. - END OF SECTION - SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION CONTROL OF MATERIALS CITY PROJECT NO. 00-35 SECTION 6-PAGE 2 7/23/02 SECTION 7 - LEGAL RELATIONS AND RESPONSIBILITY 7-1 LEGAL RELATIONS The following modifications, deletions, additions, or other changes shall be made to the indicated articles, paragraphs, and sub- paragraphs of Section 7 of the Standard Specifications . 7-1 .01 Laws to be Observed. - The original provisions of Section 7-1. 01 shall be deleted and the following substituted therefor: "7-1 .01 Laws to be Observed. - 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 jurisdiction or 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 Director of Public Works and the 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, specifications, 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. " 7-1.02 Labor Code Requirements. - Attention is directed to the following requirements of the Labor Code: 7-1.03 Hours of Labor. - The provisions of Section 7-1 . 01A(1) shall be modified to read: "7-1 . 01A(1) 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 SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 1 7/23/02 for each worker employed in the execution of the contract by the Contractor or by any sub i contractor 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." 7-1.04 Prevailing Wage. - The provisions of Section 7-1 . 01A(2) shall be modified to read: "7-1 . 01A(2) Prevailing Wage. - As required by Sections 1770 and following, of the ' California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the City, which copies shall be made available to any interested party on request . The Contractor shall post a copy of such determination at each job site: The Contractor shall, as a penalty to the City, forfeit $50 . 00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or ' craft in which such worker is employed for any public work done under the contract by him or by any subcontractor under him. " 7-1 .05 Travel and Subsistence Payments . - The provisions of Section 7-1 . 01A(2) (a) shall be modified to read: "7-1 .01A(2) (a) Travel and Subsistence Payments. - As required by Section 1773. 8 oflthe 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 workman needed to execute the ', contracts 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 da',ys after their execution and thereafter shall establish ;such travel and subsistence payments whenever filed 30 days prior to the call for bids . " SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 2 7123/02 7-1. 06 Labor Non-Discrimination. - The provisions of Section 7-1. 01A(4) shall be modified to read: "7-1 . 01A(4) Labor Non-Discrimination. - Attention is directed to Section 1735 of the Labor Code, which reads as follows : "No discrimination shall be made in the employment of persons on public works because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government Code, and every Contractor for public works . violating this Section is subject to all the penalties imposed for violation of this Chapter. " All references in said Section 7-1. 01A(4) to Chapter 5 of Division 4 of Title 2 of California Code of Regulations is hereby deleted. 7-1.07 Apprentices. - The provisions of Section 7-1. 01A(5) shall be modified to read: "7-1 .01A(5) Apprentices . - The Contractor shall comply with all applicable provisions of Section 1777 . 5 and 1777 . 6 of the California Labor Code relating to employment of apprentices on public works. " 7-1 .08 Trench Safety. - The provisions of Section 7-1 . 01E shall be modified to read: "7-1 .01E Trench Safety. - As required by Section 6705 of the California Labor Code and in addition thereto, whenever work under the Contract involves the excavation of any trench or trenches 5 feet or more in depth, the Contractor shall submit for acceptance by the City or by a registered civil or structural engineer, employed by the City, to whom authority to accept has been delegated, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation, of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders of the Division of Industrial Safety, the plan shall be prepared by a registered civil or structural engineer employed by the Contractor, and all costs therefor shall be included in the price named in the Contract for SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 3 7/23/02 completion of the Work as Iset forth in the Contract Documents . Nothing in this Section shall be deemed to allow the use of a shoring, sloping, or other protective system less effective than that required by the Construction Safety Orders . Nothing in this Section shall be construed to impose tort liability on the City, ', Engineer, or any of their officers, agents, representatives, or employees . " 7-1 .09 Additional Provisions. The following additional Paragraphs 7-1. 23 through 7-1.29, inclusive, shall be inserted at the end of Chapter 7 of the StandardlSpecifications : 117-1 .23 Contractor Not Responsible For Damage Resulting From Certain Acts of God. - As provided in Section 7105 of the California Public Contract Code, the Contractor shall not be responsible for the cost of, repairing or restoring damage to the Work which damage is determined to have been proximately caused by an act of God, in excess of 5 percent of the contracted amount, provided, that the Work damaged was built in accordance with accepted and applicable building standards and the plans and specifications of the City. The Contractor shall obtain insurance to indemnify the City for any damage to the Work caused by an act of God if the insurance premium is a separate bid item in the bidding schedule for the Work. For purposes of this section, the term "acts of God" shall include only the following occurrences or conditions and effects: earthquakes in excess of a magnitude of 3. 5 on the Richter Scale, and tidal waves . " 117-1 .24 Notice of Completion. - In accordance with the Sections 3086 and 3093 of the ',California Civil Code, within 10 days after_ date of acceptance of the Work by the City Council, the City will file, in the County Recorder' s office, a Notice of Completion of the Work. 117-1 .25 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 SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 4 7/23/02 Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. " 117-1 .26 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 insure 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 th Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code and to bank or savings and loan certificates of deposit. " 117-1 .27 Removal, Relocation, or Protection of Existing Utilities . - 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 apart 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 . SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 5 7/23/02 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. 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. " 117-1 .28 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; ]Investigations; Change Orders; Effect on Contract. - As required under Section 7104 of', the Public Contracts Code, in any public works contract of i a local public entity which involves the digging trenches or other excavations that extend deeper than 4 feet below the surface shall be subject to the following conditions : The Contractor shall promptly, and before the following conditions are disturbed, notify the public entity in writing, of any: (1) Material that the Contractor believes may be material that is hazardous waste as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. (2) Subsurface or latent physical conditions at the site differing from those indicated. (3) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract . " 117-1 .29 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 SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 6 7/23/02 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 demand 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 or receipt if the amount of the claim exceeds $50, 000, but is less than $375, 000 . Unless further documentation is requested, the City shall respond to the claim within 45 days if the amount of the claim is less than $50, 000, or within 60 days if the amount of the claim is more than $50, 000 but less than $375, 000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information if the claim is less than $50, 000 . If the claim is more than $50, 000 but less than $375, 000 and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond or 30 days, whichever is greater. If the Contractor disputes the 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. 7-1 .10 Permits and Fees . - The Contractor is required to sign a City construction permit, but the fee will be waived. The Contractor shall be responsible for obtaining all required permits and paying all required inspection fees to the State of SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 7 7/23/02 California Department of Transportation for all the work within the State Highway right-of-way. Also, it shall contact Caltrans before bidding on this project to verify any further requirement they may request for the portion of the work within the State Highway right-of-way. By the act of submitting a proposal for the work included in this contract, the' Contractor shall be deemed to have made such verification. Its bid shall reflect all additional State requirements and fees . 7-1 .11 Business License. - i The Contractor and all subcontractors shall posses a current business license issued by the City prior to performing any work, in accordance with Title 3 of the Palm Springs Municipal Code. ', 7-1 .12 Contractor' s Representative. - The Contractor shall designate, in writing, before starting work, an authorized representative who shall have the authority to represent and act for the Contractor. 7-1.1:3 Disposal Site. - The Contractor is required to specify the route and the disposal site of the material which is required to be removed and hauled away. The' Contractor shall provide this information at the pre-constructionlmeeting. The Contractor shall obtain City approval for storage or disposal sites located on City-owned property by executing a hold harmless agreement prior to stockpiling on City-owned property or hauling on City routes . The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or ! without the property owner' s approval. 7-1.141 Cleanup. - Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keeplthe work site clean and free from rubbish and debris . The Contractor shall also abate dust nuisance, as required in Section 7-15 of these Special Provisions . The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods . Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire: worksite shall be cleared of equipment, unused materials, trash,; rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs'', shall be absorbed in the Contractor' s bid. SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 8 7/23/02 Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. 7-1.15 Dust Control. A. The Contractor shall be responsible for stabilizing the disturbed soil during construction. The method which it will use must be approved by the Engineer. If a water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefor. B. The Contractor shall be responsible for maintaining the project site and providing adequate dust control 24 hours a day, everyday, through the duration of the project, in conformance with City requirements, Section 10 of the Standard specifications, and to the satisfaction of the City Engineer. 7-1. 16 Dust Control Sign Requirements 7-1.16.1 Sign Materials and Fabrication. - The Contractor shall construct, erect, and maintain a rectangular, painted sign, outside of any proposed work area. The sign shall be installed within 5 days of the execution of the Contract, and the Contractor shall maintain the sign in good condition until the execution of the Notice of Completion, at which time the Contractor shall remove the sign and deliver it to the City yard. The sign board shall be minimum 3-foot wide by 2-foot high, constructed as follows : a. 3/4" High Density Overlay exterior type plywood, Grade designation APA HDO EXT. b. Two 4" x 4" posts securely buried not less than 36 inches into the ground. No concrete shall be used to secure the sign posts . The posts shall be treated with linseed replacement oil tinted with redwood stain. c. Posts shall be attached to the edges of the plywood with a minimum of two (2) carriage bolts on each post. d. The front surface of the sign should be painted in the contrasting colors of a white background with black lettering. All paint shall be weather-proof non fading enamel . e. Commercially prepared metal signs mounted on steel posts are also acceptable. SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO, 00-35 SECTION 7-PAGE 9 7/23/02 f. For large projects, signs shall be installed at a maximum spacing along adjacent streets as required by the City Engineer. No handwritten signs will be accepted. Stenciled or professionally prepared signs are required. 7-1 .16.2 Sign Installation. - The sign shall be installed such that members of the public can easily view, access, and read the sing at all times and shall be located along the street frontage such that it will not be subject, to damage from equipment or vehicles working at the project site. Additionally: The lower edge of the sign shall be mounted a minimum of 2 feet above existing ground level for easy viewing. On the construction site the sign should be positioned so as to be visible from all major streets . For construction projects that are 'developed in phases, the sign should be relocated to the areas which are under active construction. 7-1 . 16.3 Sign Lettering. - The sign shall contain the following words in the top portion of the sign in minimum 3/4" high, bold face type letters: Project Name: INDIAN CANYON DRIVE TWO-WAY MODIFICATION Contractor: City Project No: 00-35 The sign shall contain the following words in the largest, minimum 11-�", bold face type letters: TO REPORT BLOWING DUST FROM THIS PROJECT CALL: (XXX) XXX XXXX The Contractor shall provide its , Superintendent' s or Project Manager' s 24 hour telephone number. ' Underneath in smaller, min. 3/8" bold face type letters shall be the following words : if you do not get a response within one hour, please call: 8:00 a.m.-5:00 p.m. Monday through Friday: (760) 323-8242 Palm Springs Building Department After hours or weekends: (760) 323-8115 Palm Springs Police Department Or call A.Q.M.D. : 1-800-288-7664 SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 10 7/23/02 The sign planning, appearance, and layout shall substantially conform to the sketch included in Appendix A, and shall be subject to the approval of the Engineer. The sign shall be placed into its final position as a part of the work of Initial Mobilization, as specified in Section 9. 7-1 .16. 4 Sign Maintenance. - Dust Control Sign shall be maintained in good condition by the Contractor at all times during the entire contract. In case of damage to the sign from any cause, including graffiti, vandalism, environmental conditions and fading, the Contractor shall repair, re-install, and/or repaint the sign, as required. All such repair or maintenance shall be completed promptly within 2 days of any such damage to the full satisfaction of the Engineer. 7-1 .16.5 Payment. - Full compensation for providing 24 hour dust control and project maintenance; and for furnishing, erecting, maintaining, and removing the dust control sign shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefor. 7-1. 17 Protection of Existing Improvements . - It shall be the Contractor' s responsibility to protect all the existing improvements . Should the Contractor anticipate removal of any sidewalk, curb and gutter, driveway approach, trees, hedges, oleanders, fence, wall, signs, water valves, irrigation system and associated electrical service, etc. , repair and replacement shall be at least equal to existing improvements. Payment for providing all work necessary to protect, remove and restore existing improvements shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefor. 7-1 .18 Damage to Adjacent Property. - 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 own expense, shall make any repairs that result from its operation, to the approval of the Engineer and the affected property owner. 7-1 . 19 Traffic Control and Access. - The Contractor shall submit to the Engineer, at the Pre-Construction Conference proposed traffic control plans for this project, for his approval. Any changes requested by the Engineer will be incorporated into the plans prior to issuing any permits . The plans must be SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 11 7/23/02 sufficiently detailed, showing proposed phase construction, all detours planned within the construction site, and must include signage (each sign designation shown) , solar-powered arrow boards, delineators, barricades, etc. The Contractor will be required to control, and detour all streets using the State of California Traffic Manual. The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic for all work in the construction area, including solar powered arrow boards. All traffic controls shall be clearly posted with signs prior :to the beginning of any work. All traffic restrictions listed herein are to supplement other traffic regulations of the City andlare not intended to delete any part of these regulations . Local ,access shall be maintained to all properties on the project at all times . No trench excavation or pipe laying on Fridays, weekends, holidays, or the day 'preceding a holiday will be permitted_ without prior approval of the Engineer. Fridays shall be used for cleanup and paving where possible. 7-1 .20 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. 7-1.23. Travel :Lanes. - The Contractor is responsible for maintaining a minimum of one lane open each direction to traffic during the construction. On the remaining streets it shall maintain emergency exits to all residences and businesses at all times during construction. In the evening, the Contractor shall open the streets to regular traffic.'' Flaggers will be required to insure the safe flow of traffic at intersections and businesses that 'may be affected. This work shall be included in the price for traffic control in the Bid Schedule and no separate payment will be made therefor. 7-1.22 Construction Signing, Lighting and Barricading. - Construction signing, lighting and 'barricading shall be provided on all projects as required by City Standards or as directed by the 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. SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 12 7/23/02 7-1 .23 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs . The Contractor shall provide for the removal of signs and shall furnish and place all barricades, if necessary, for posting. All signs shall be removed within 24 hours after the effective date. 7-1.24 Safety and Health Provisions . - Attention is directed to Section 7-1 . 06 of the Standard Specifications and the provisions thereof. Cal/OSHA requirements and the provisions of the "Permit to Excavate" obtained by the Contractor from the State Division of Industrial Safety shall be complied with. 7-1 .25 Public Safety During Non-Working Hours. - Notwithstanding the Contractor' s primary responsibility for safety on the jobsite when the Contractor is not present, the Engineer at his option after attempting to contact the Contractor, may direct City forces to perform any functions he may deem necessary .to ensure public safety at or in the vicinity of the job site. If such procedure is implemented, the Contractor shall bear all expenses incurred by the City. 7-1 .26 Equipment Moving. - When moving from one construction location to another, a pilot vehicle shall lead all construction equipment. Flashing lights, flags and warning signs shall be used as necessary to ensure public safety. All costs for equipment moving shall be included in the prices for all bid items in the Bid Schedule and no additional payment will be made therefor. 7-1.27 The Contractor, An Independent Contractor. - It is understood and agreed that the Contractor is and at all times shall be, an independent Contractor and nothing contained herein shall be construed as making the Contractor, or any individual whose compensation for services is paid by the Contractor, an agent or employee of the City, or authorizing the Contractor to create or assume any obligation or liability for or on behalf of the City. 7-2 BONDS AND INSURANCE 7-2 .01 Insurance Amounts: - The limits of liability for insurance as required by Article 7-1 . 12 of the Standard Specifications shall provide coverage for not less that the SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS&RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 13 7123/02 following amounts or greater where required by Laws and Regulations: 1 . Workers ' Compensation: a) State: Statutory Amount Or a minimum of $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, OOb 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 - END OF SECTION - SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION LEGAL RELATIONS &RESPONSIBILITY CITY PROJECT NO. 00-35 SECTION 7-PAGE 14 7/23/02 SECTION 8 - PROSECUTION AND PROGRESS 8-1 Schedule of Work - A schedule of work shall be provided by the Contractor at the pre-construction meeting. The Contractor' s schedule, as submitted, is subject to approval by the Engineer. The Contractor shall also provide a list of all subcontractors and suppliers at said meeting. All subcontractors shall be present at the pre-construction meeting. 8-2 Hours of Operation - It shall be unlawful for any person to operate, permit, use or cause to operate any of the following types of vehicles, equipment, or tools, other than between the hours of 7 : 00 a.m. to 3 : 30 p.m. , Monday through Friday (no work allowed on legal holidays) , unless otherwise approved by the Engineer, and except for working premium hours as discussed under "Completion Schedule" : a) Powered Vehicles b) Construction Equipment c) Loading and Unloading Vehicles d) Domestic Power Tools Special Note: Modifications to the hours of operation, including provisions for work to occur on Saturdays and/or Sundays, will be considered by the Engineer, as necessary, to complete the work by Friday, November 8, 2002 . The Contractor shall request any additional work hours or days beyond those allowed herein, for approval by the Engineer. Any approved work hours or days that require payment of overtime or other special considerations to the Contractor' s workers, or any sub-contractor' s workers, shall be paid by the Contractor, and approval by the Engineer shall not obligate the City to payment therefore. If required, Contractor shall pay the City for any required overtime inspection fees for public works inspection times beyond the normal working days and hours specified herein. END OF SECTION - SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION PROSECUTION &PROGRESS CITY PROJECT NO. 00-35 SECTION 8-PAGE 1 7123/02 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1.1 Description - Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including 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 Progress 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. 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. SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION MEASUREMENT AND PAYMENT CITY PROJECT NO. 00-35 SECTION 9-PAGE 1 7123/02 The Contractor shall submit with its invoice the Contractor' s conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262 . Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor' s work, together with releases of lien from any subcontractor or materialmen. 9-2 :PAYMENT SCHEDULE 9-2 .1 Bid Schedule - All pay line ' items will be paid for at the unit prices named in the Bid Sheets for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheets are supplied only to give an indication of the general scope of the Work; the ,City does not expressly nor by implication agree that the actual amount of work or material will correspond therewith, and reservers the right after award to increase or decrease the quantity of any unit price item of work in accordance with the provisions of Section 9-1 . 02, herein, 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 Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheets 'under Item No. 1, which price shall constitute full compensation for all such work. Payment for initial mobilization will be made in the form of a single, lump- sum, non-proratable payment, no part of which will be approved for payment under the Contract until all initial mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 'shall include the obtaining of all bonds, insurance, and permits;' moving onto the site of all plant and equipment; and the furnishing and erecting of plants, temporary buildings, and other construction facilities; all as required for the proper performance and completion of the Work. Mobilization shall include but not be limited to the following principal items : SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION MEASUREMENT AND PAYMENT CITY PROJECT NO, 00-35 SECTION 9-PAGE 2 7/23102 1. Moving on to the site of all Contractor' s plant and equipment required for first month' s operations per Section 5-1. 10 of the Standard Specifications . 2. Installing temporary construction power, wiring, and lighting facilities. 3. Installing and maintaining Dust Control Sign (s) . 4 . Developing and installing construction water supply per Section 40-1. 02 of the Standard Specifications . S. Providing on-site sanitary facilities and potable water facilities as specified per Cal-OSHA as required by Section 7-1. 06 of the Standard Specifications . 6. Furnishing, installing, and maintaining all storage buildings or sheds required for temporary storage of products, equipment, or materials that have not yet been installed in the Work. All such storage shall meet manufacturer' s specified storage requirements, and the specific provisions of the specifications, including temperature and humidity control, if recommended by the manufacturer, and for all security. V . Arranging for and erection of Contractor' s work and storage yard. B . Obtaining and paying for all required permits . 9. Posting all OSHA required notices and establishment of safety programs per Cal-OSHA as required by Section 7-1 . 06 of the Standard Specifications . 10. Having the Contractor' s superintendent at the job site full time as required under Section 5-1 . 05 of the Standard Specifications . 11 . Videotaping the sewer within the project limits before and after construction and submitting the videotape to the City' s Engineering Department for their review. Only the video of the sewers taken before construction must be submitted to the City Engineer prior to payment for mobilization. SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION MEASUREMENT AND PAYMENT CITY PROJECT NO. 00-35 SECTION 9-PAGE 3 7/23/02 12 . Submittal of required Construction Schedule as specified in Section 8-1. 04 of the Standard Specifications . In addition to the requirements specified above, all submittals shall conform to the applicable ,requirements of the Standard Specifications. No payment for any of the listed mobilization work items will be made until all of the listed items have been completed to the satis:Eaction of the Engineer. The aforementioned amount will be withheld by the City as the agreed,' estimated value of completing all of the mobilization items listed. Any such withholding of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payments pursuant to the provisions of Public Contract Code 22300 . - END OF SECTION - SPECIAL PROVISIONS INDIAN CANYON DRIVE TWO-WAY MODIFICATION MEASUREMENT AND PAYMENT CITY PROJECT NO. 00-35 SECTION 9-PAGE 4 7/23102 SECTION 10 - CONSTRUCTION DETAILS 10-1 GENERAL 10-1 . 1 DESCRIPTION The work under this contract shall consist of furnishing all labor, materials, vehicles, tools, machinery, equipment, etc. necessary for installing and modifying traffic signal and lighting systems and constructing raised medians . The project will include traffic island removal, curb and gutter, cross gutter, curb ramps, sidewalk, landscaping, miscellaneous asphalt concrete paving, traffic signals and lighting, striping and signing, and appurtenant work, all as shown on the plans, providing qualified supervision and all other items necessary to provide complete and operational improvements to the satisfaction of the City of Palm Springs . Such items and details not mentioned herein that are required by the plans, Standard Specifications, these Special Provisions, or any addenda or clarifications shall be furnished, placed, installed or performed. 10-1.02 MAINTAINING TRAFFIC Attention is directed to Sections 7-1. 08, "Public Convenience, " 7- 1. 09, "Public Safety, " and 12, "Construction Area Traffic Control Devices, " of the Standard Specifications and these Special Provisions . Nothing in these Special Provisions shall be construed as relieving the Contractor from its responsibility as provided in said Section 7-1 . 09. The minimum size specified for Type II flashing arrow signs in the table following the second paragraph of Section 12-3 . 03, "Flashing Arrow Signs, " of the Standard Specifications is amended to read "36 inches by 72 inches" . In addition to the provisions set forth in Section 7-1. 09 "Public Safety" whenever work to be performed on the traveled way (except the work of installing, maintaining, and removing traffic control devices) is within 6 feet of the adjacent traffic lane, the adjacent traffic lane shall be closed. The Contractor shall notify local authorities of its intent to begin work at least 5 days before work is begun. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make its own arrangements relative to keeping the working area clear of parked vehicles. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-36 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 1 The Contractor shall not tow any parked vehicles without authorization of the City Police Department. Full compensation for furnishing all labor, materials (including signs) , tools, equipment and incidentals, and for doing all the work involved in placing, removing,; storing, maintaining, moving to new locations, replacing, and disposing of the components of traffic control plans will be included in the lump sum bid item for Traffic Control, and no additional compensation will be made therefor. 10-1 .:3 RECORD DRAWINGS The Contractor shall maintain a complete set of record drawings at the job site. All documents including contract and shop drawings shall be legibly marked showing each actual item of record construction including: 1. Measured depths of elements : in relation to fixed datum points. 2 . Measured horizontal and vertical locations of underground utilities and appurtenances ,with reference to permanent surface improvements. 3 . Measured locations of internal utilities and appurtenances concealed in construction with reference to visible and accessible features of construction. 4 . Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications . 5 . Any details not in original contract drawings developed by the City or the Contractor through the course of construction necessary to clarify or modify the contract drawings . The Contractor shall legibly modify the contract specifications to reflect actual items of record construction including: 1 . Manufacturer, trade name, and catalog number of each product actually installed, particularly optioned items and substitute items . 2 . Changes made by addendum or modifications. The Contractor shall maintain all ' record information daily and make this information available to the Project Inspector upon request . The Contractor' s progress payment will not be approved unless project record drawings are current. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 2 10-1. 4 INSPECTION OF WORK AND TESTING LABORATORY A. Description. Inspection of the work will be under the supervision of the Engineer and will include monitoring and enforcing compliance of materials, equipment, installations, workmanship, methods and requirements of the contract documents. The Engineer may be represented on the work site by Inspectors and other duly authorized representatives . All submittals and correspondence between the City and the Contractor, related to inspection of the work on this contract, shall be directed to the Engineer. B. Testing Laboratory. The Engineer shall be responsible for providing a certified laboratory for the testing of all materials and work on this project (as required) . The Contractor shall notify the Engineer no less than two (2) working days in advance of any required materials testing. 10-2 EARTHWORK 10-2 .1 Clearing and Grubbing - All clearing and grubbing shall conform to Sections 300-1. 1, 300-1 . 2, and 300-1. 3 of the Standard Specifications . Clearing and grubbing and miscellaneous removals shall consist of removing all existing objectionable natural materials and existing improvements in the area of the proposed Work to the satisfaction of the Engineer. Said objectionable materials shall be hauled away, salvaged to the City Yard (where required) , or properly disposed of. Clearing, grubbing and miscellaneous removals shall include removal of existing curbed median islands at Palm Canyon Drive and Granvia Valmonte, and at Indian Canyon Drive and Granvia Valmonte (including all associated landscaping, irrigation, and miscellaneous improvements therein) , as well as all other miscellaneous improvements as shown and indicated on the plans, but not separately paid for in the Bid Schedule (s) or not individually specified in these special provisions. Payment for clearing, grubbing and miscellaneous removals, relocations or adjustments not specifically designated in these special provisions or separately paid for in the Bid Schedule (s) , shall be considered as included in the various bid items of work, and no additional compensation shall be allowed therefore. 10-2 . 1 . 1 Existing Facilities - It shall be the Contractor' s responsibility to protect all existing improvements not designated INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 3 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. (a) 'Frees Within Project Limits --' The Contractor shall exercise all necessary precautions so as not, to damage or destroy trees or plants, including those lying within project limits (except trees or plants specifically designated for removal) , and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the property owner or the City. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the Contractor or a certified tree company under permit from the City to the satisfaction of said property owner or the City. 10-2 .1 .2 Disposal Site - The Contractor is required to specify the route and the disposal site of the material that is required to be removed and hauled away. The Contractor shall provide this information at the pre-construction 'meeting. The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or without the property owner' s approval . 10-2 .2 Unclassified Excavation - ',Unclassified excavation shall consist of all excavations, including roadways, unless separately designated. Payment for all unclassified excavation shall be considered as included in the various bid items of work, and no additional compensation will be made therefore ': 10-2 . :3 Unclassified Fill - Unclassified fill shall consist of all fill, unless separately designated,'. and shall include preparation INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 4 of areas on which fill is to be placed, and the depositing, conditions, and compacting of all fill material. Unclassified fill shall include installation of backfill material as required to bring finished grades to required elevations, including areas within the roadway, and within raised medians. Payment for all unclassified fill shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. 10-2 .4 REMOVALS 10-2 .4 .1 Asphalt Concrete Pavement - Asphalt concrete pavement shall be removed, either by jack-hammering or saw-cutting, and/or grinding as shown on the plans . All edges of removal areas shall be clean and unbroken, and flush with existing surfaces . Removal limits shown on the plan are minimum removal areas and provide for one foot (1' ) minimum clearance to all future concrete improvements. All removal areas shall be completely cleared of all objectionable materials. Payment for asphalt concrete pavement removals shall be made at the unit price bid per square foot for "Remove Existing A.C. Pavement," and/or shall be made at the unit price bid per linear foot for "Remove Existing A.C. Dike," 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. 10-2 .4 .2 Concrete Sidewalk - Concrete sidewalk, including access (handicap) ramps, if any, shall be removed, at locations as indicated on the plans, to neatly sawed edges, with saw-cuts made to a minimum depth of one-half the thickness of said concrete. Concrete sidewalk to be removed shall be neatly sawed such that construction joints to new concrete improvements are clean and straight. Payment for concrete sidewalk removals shall be made at the unit price bid per square foot for "Remove Existing P. C.C. Sidewalk," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete sidewalk, and no additional compensation will be allowed therefore. 10-2 . 4 .3 Concrete Curb and Gutter - All concrete curb or curb and gutter shall be removed such that construction joints to new concrete improvements are clean and straight . INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO, 00-35 CONSTRUCTION DETAILS 7/23102 SECTION 10- PAGE 5 Payment for concrete curb and/or curb and gutter removals shall be made at the unit price bid per linear foot for "Remove Existing P.C.C. Curb & Gutter," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete curb or curb and gutter, and no additional compensation will be allowed therefore. 10-2 .4 .4 Concrete Curb Return, & ' Spandrel - All concrete curb returns and spandrels shall be removed such that construction joints to new concrete improvements are clean and straight. Measure for payment of removal of concrete curb return and spandrel shall include the linear footage of the concrete curb throughout the curb return; the linear footage of the concrete curb throughout the curb return shall not be included in the measurement of removal of concrete curb, as indicated in Section 10-2 . 4 . 3 above. Payment for removal of concrete curb return, spandrel and cross- gutter shall be made at the unit price bid per square foot for "Remove Existing P. C.C. Curb Return & . Spandrel," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete curb returns and spandrels, and no additional compensation will be allowed therefore. 10-2 . 4 .5 Concrete Cross-Gutter All concrete cross-gutters shall be removed such that construction joints to new concrete improvements are clean and straight,, Payment for removal of concrete cross-gutters shall be made at the unit price bid per square foot for "Remove Existing P.C.C. Cross- Gutter," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete cross-gutters, and no additional compensation will be allowed therefore. 10-2 . 4 . 6 Concrete Driveway Approach - All concrete driveway approaches shall be removed such that construction joints to new concrete improvements are clean and straight. Payment for removal of concrete driveway approaches shall be made at the unit price bid per square foot for "Remove Existing P.C.C. Driveway Approach," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete driveway approaches, and no additional compensation will be allowed therefore. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 6 10-2 .4 .7 Catch Basin and Local Depression - All existing catch basins and local depressions subject to removal shall be removed such that construction joints with existing storm drain pipe are unbroken and clean. All damaged or broken storm drain pipe as a result of catch basin removals shall be replaced and/or repaired to the Engineer' s satisfaction at the Contractor' s cost. Payment for removal of existing catch basins and local depressions shall be made at the unit price bid per catch basin for "Remove Existing Catch Basin and Local Depression," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete catch basins and local depressions, including all steel reinforcement, manholes, and appurtenant equipment; and including removal, replacement and repair of any broken or damaged storm drain pipe, and no additional compensation will be allowed therefore. 10-3 SUBGRADE PREPARATION 10-3. 1 Subgrade Preparation - Preparation of subgrade shall conform to Section 301-1. 2 of the Standard Specifications for Public Works Construction "Greenbook" , 2000 Edition. 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 . 10-3.2 Grade Tolerance - Immediately prior to placing subsequent layers of material thereon, the grading plane, at any point, shall not vary more than 0 . 05 feet above or below the grade established on the project plans. 10-3.3 Watering - Water for use in subgrade preparation shall be potable, therefore, there is no need to obtain reclaimed wastewater permits . Water shall be applied to compact soil, subgrade, base, and surfacing material through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the water application process. 10-3 .4 Payment - Payment for preparation of subgrade shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 7 10-4 CRUSHED ]MISCELLANEOUS BASE 10-4 . 1 Material - All base material shall be crushed miscellaneous base that has been , imported to the site. Base material shall conform to Section 200-2 . 4 "Crushed Miscellaneous Base" of the Standard Specifications for Public Works Construction "Greenbook' , 2000 Edition. Preparation of base material shall conform to Section 301-2 of '' the "Greenbook" Standard Specifications. 10-4 .2 Payment - Payment for Crushed Miscellaneous Base shall be made at the unit price bid per square foot for "Construct 4" Crushed Miscellaneous Base" . Payment shall include full compensation for construction of crushed miscellaneous base including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the standard specifications and these special provisions. Special Note: Payment for crushed miscellaneous base shall only be for that material used under proposed asphalt concrete paving, as shown on the plans . Crushed miscellaneous base material used in other locations, or required as part of trench repair for traffic signal installations, irrigation system installations, or any other miscellaneous work, shall be considered as included in the various bid items of work, and no additional compensation for the material will be allowed therefore. 10-5 .ASPHALT CONCRETE 10-5 . 1 Material -- Asphalt concrete pavement shall conform to Section 203-6 "Asphalt Concrete," of the Standard Specifications for Public Works Construction "Greenbook" , 2000 Edition. Asphalt concrete pavement with a total section thickness of 5" shall be laid in two lifts. The first lift shall consist of 3V7 'of Type B- AR4000 asphalt concrete pavement and the second lift of one and one-half inches (lV' ) of Type C2-AR4000 asphalt concrete pavement. This mixture of asphalt concrete shall be placed on a prepared base. All asphalt concrete pavement construction shall conform to Section 302-5 "Asphalt Concrete Pavement," of the "Greenbook" Standard Specifications . Asphalt concrete pavement with a total section thickness of lw" (0 . 121 ) or 2V' shall be laid in one lift consisting of Type C2- AR4000 asphalt concrete pavement'. This mixture of asphalt concrete shall be placed on a prepared base. All asphalt concrete pavement construction shall conform to Section 302-5 "Asphalt Concrete Pavement," of the "Greenbook" Standard Specifications . INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-36 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 8 Asphalt concrete used 'in the construction of Type A-High Dike shall consist of Type E-AR8000 asphalt concrete pavement. Type A- High Dike shall be constructed to the dimensions as specified in the City' s Standard Drawings, but application details and other specifications not explicitly shown or stated in the City' s Standard Drawings, shall conform to Section 303-5 of the "Greenbook" Standard Specifications. Type A-High Dike shall be placed on new asphalt concrete pavement. 10-5 .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. 10-5.3 Tack Coat - Tack coat shall be a SS-lh emulsified asphalt and it shall be applied to all clean, existing asphalt areas and to all concrete surfaces adjacent to new asphalt concrete paving prior to installation of asphalt concrete pavement. The cost of tack coat shall be included in the price for asphalt concrete pavement, and no additional payment will be made therefor. 10-5 .4 Measurement and Payment - Payment for asphalt concrete pavement will be made at the unit price bid per square foot for "Grind & Overlay A.C. Pavement," "Construct 21-f A.C. Pavement," or "Construct 5" A.C. Pavement," or will be made at the unit price bid per linear foot for "Construct Type A-High Dike," as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. No separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefor shall be included in the unit price bid for asphalt concrete. Payment for grinding existing asphalt concrete pavement, where required and shown on the plans, shall be considered as included in the unit price paid for "Grind & Overlay A.C. Pavement," and no additional compensation will be allowed therefore. Payment for asphalt concrete shall include full compensation for construction of asphalt concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, preparation of subgrade, and tack coat, in accordance with the standard specifications and these special provisions. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO.00-35 CONSTRUCTION DETAILS 7123/02 SECTION 10-PAGE 9 Special Note: Payment for asphalt concrete pavement shall only be for that material used for proposed asphalt concrete paving, as shown on the plans . Asphalt concrete pavement material used in other locations, or required as part of trench repair for traffic signal installations, irrigation 'system installations, or any other miscellaneous work, shall be : considered as included in the various bid items of work, and no additional compensation for the material will be allowed therefore. 10-6 PORTLAND CEMENT CONCRETE 10-6. 1 Material. - Portland cement concrete of the class and type shown on City Standard Drawings shall be used to construct new curb, gutter, access ramps, and sidewalk. Where class and type are not specified in the standard drawings or plans, Portland Cement Concrete of type 560-C-3250 (6 Sack) shall be used for construction, in accordance with ' Section 201 of the Standard Specifications for Public Works Construction "Greenbook" , 2000 Edition. 10-6.2 Curb or Curb and Gutter - Construction of Type Al-6 Curb, Type A2-6 curb and gutter, or Type A2-8 curb and gutter shall conform to the City of Palm Springs Standard Drawing No. 200 . Construction of 6" curb with 6" gutter shall conform to the detail indicated on the plans . Portland cement concrete of type 560-C- 3250 (6 Sack) shall be used for construction. Curb and gutter shall be constructed to the dimensions as specified in the City' s Standard Drawings, but application details and other specifications not explicitly shown or stated in the City' s Standard Drawings, shall conform to Section 303-5 of the "Greenbook" Standard Specifications '. A minimum 1' wide section of existing asphalt concrete adjacent to proposed curb, or curb and gutter shall be saw-cut and removed prior to placement of concrete (where required) . Use of the existing edge of pavement as a form for new concrete improvements will not be allowed. 10-6 .3 Curb Return and Spandrels - Construction of concrete curb return and spandrels shall conform to City of Palm Springs Standard Drawing No. 206. Curb return and spandrels shall be constructed to the dimensions as specified in the City' s Standard Drawing and as shown on the plans, but application details and other specifications not explicitly stated or shown in the City' s Standard Drawing shall conform to Section 303-5 of the "Greenbook" Standard Specifications. Concrete material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . Curb return and spandrels shall be constructed monolithically; no cold joint or construction joint shall be allowed between the curb return and spandrel . For purposes of measurement for payment, the linear footage of curb throughout the curb return shall not be included INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO.00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 10 in the measurement for curb or curb and gutter separately paid for per linear foot, but shall be included in the payment made for curb return and spandrel per square foot. 10-6.4 Cross-Gutter - Construction of Type D-1 cross-gutter shall conform to the City of Palm Springs Standard Drawing No.200 . Construction of 8" thick cross-gutter shall conform to the details indicated on the plans . Cross-gutters shall be constructed to the dimensions as specified in the City' s Standard Drawings, but application details and other specifications not explicitly shown or stated in the City' s Standard Drawings, shall conform to Section 303-5 of the "Greenbook" Standard Specifications . A minimum 1' wide section of existing asphalt concrete adjacent to proposed cross-gutters shall be saw-cut and removed prior to placement of concrete (where required) . Use of the existing edge of pavement as a form for new concrete improvements will not be allowed. 10-6.5 Sidewalk - Construction of 4" concrete sidewalk shall conform to City of Palm Springs Standard Drawing No. 210 . Sidewalk shall be constructed to the dimensions as specified in the City' s Standard Drawing and as shown on the plans, but application details and other specifications not explicitly stated or shown in the City' s Standard Drawing shall conform to Section 303-5 of the "Greenbook" Standard Specifications. Concrete material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . 10-6 . 6 Colored Sidewalk - Construction of 4" colored concrete sidewalk shall conform to City of Palm Springs Standard Drawing No.210 . Sidewalk shall be constructed to the dimensions as specified in the City' s Standard Drawing and as shown on the plans, but application details and other specifications not explicitly stated or shown in the City' s Standard Drawing shall conform to Section 303-5 of the "Greenbook" Standard Specifications . Concrete material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . Concrete material shall contain an integral color admixture, Chromix C-11, "Desert Sand," as manufactured by L. M. Scofield Company, or equal . 10-6.7 Type "A" and "B" Access Ramps - Construction of Type "A" and "B" access ramps shall conform to the City of Palm Springs Standard Drawing Number 212 or 213. Standard Drawing 212 or 213 conforms to ADA standards as called for in the Plans. Details specified in this Standard Drawing shall govern, but the Construction Plans shall be referred to for other specifications not explicitly stated or shown on the City of Palm Springs Standard Drawing. Construction materials and application details shall conform to Section 303-5 of the "Greenbook" Standard INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 11 Specifications . New curb ramps ,shall cleanly match existing improvements where required. 10-6. 8 Colored Type "A" and "B" Access Ramps - Construction of colored Type "A" or "B" access ramps shall conform to City of Palm Springs Standard Drawing Number 212 or 213, and shall be constructed of concrete material that contains an integral concrete color admixture, Chromix C-11, "Desert Sand," as manufactured by L. M. Scofield Company, or equal, at locations shown on the plans. This ramp detail conforms to ADA standards as called for in the plans . The details specified in this Standard Drawing shall govern, but the plans shall be referred to for application location details. ADA 'standards shall be referred to for other specifications not explicitly stated or shown on the City of Palm Springs Standard Drawing. Construction material and application details shall conform to Section 303-5 of the "Greenbook" Standard Specifications : New curb ramps shall cleanly match existing improvements where required. 10-6. 9 Driveway Approaches - Construction of concrete driveway approaches shall conform to City of Palm Springs Standard Drawing No. 201 . Driveway approaches shall be constructed to the dimensions as specified in the City' s Standard Drawing and as shown on the plans, but application details and other specifications not explicitly stated or shown in the City' s Standard Drawing shall conform to Section 303-5 of the "Greenbook" Standard Specifications . Concrete material shall be Portland Cement Concrete of type 560-C-3250 (6 Sack) . 10-6.10 Stamped Pavement - Stamped concrete pavement shall be constructed of type 560-C-3250 (6 Sack) concrete material. 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 . Stamped concrete pavement shall be placed on a prepared subgrade. Construction of colored pavement shall conform to Section 303-5 of the "Greenbook" Standard Specifications . The Contractor shall provide a grooved/tooled 3' by 3' at 45' angle square pattern with a light slate pattern finish surface on stamped concrete pavement, as approved by the Engineer. Sawcutting as a means of providing the 3' by 3' at 45' angle square pattern shall not be authorized. Stamped concrete pavement shall be' bordered by colored concrete pavement, as specified below and as indicated on the plans . 10-6 . 11 Pavement - Concrete pavement shall be constructed of 6" of type 560-C-3250 (6 Sack) concrete material. Concrete pavement shall be placed on a prepared subgrade. Construction of concrete pavement shall conform to Section 303-5 of the "Greenbook" INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 12 Standard Specifications . The Contractor shall provide a smooth finish surface on concrete pavement. 10-6.12 Colored Pavement - Colored concrete pavement shall be constructed of type 560-C-3250 (6 Sack) concrete material. 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. Colored concrete pavement shall be placed on a prepared subgrade. Construction of colored concrete pavement shall conform to Section 303-5 of the "Greenbook" Standard Specifications. The Contractor shall provide a smooth finish surface on colored concrete pavement. 10-6. 13 Concrete Reinforcement - Concrete reinforcement, consisting of 10x10 wire mesh, conforming to ASTM A 185, wire per ASTM A 82, shall be installed integral with 8" thick cross- gutters, stamped concrete pavement, concrete pavement, or colored concrete pavement. Electrically welded wire fabric shall consist of cold-drawn wire, with a 70, 000 psi yield point . Wire mesh material shall have carbon content between 0 . 10 and 0 . 30 percent and be welded with low hydrogen rods . Concrete reinforcement accessories shall consist of the following: Tie Wire: Minimum 16 gage annealed type. Special Chairs, Bolsters, Bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces : Plastic coated steel type; size and shape as required to meet ACI 318 and UBC requirements, Welding electrodes : 1 . Comply with AWS5 . 1, low hydrogen, E70 or E90 series, as required Concrete reinforcement shall be placed, supported and secured against displacement . No deviations from required positions will be allowed. The Contractor shall maintain concrete cover around reinforcing per ACI requirements . 10-6 .14 Adjust Manholes - The Contractor shall adjust all existing manholes to finish grade. Manholes shall be adjusted to grade where shown on the plans in accordance with City of Palm Springs Standard Drawing No. 402 . During adjustment, the Contractor shall cover all mainlines to prevent construction debris from falling into the drainage system. The Contractor shall be responsible for all construction debris that enters the drainage system, and shall clean and flush all debris from the drainage system to the satisfaction of the City Engineer. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO.00-35 CONSTRUCTION DETAILS 7123/02 SECTION 10-PAGE 13 10-6.15 Vandalism - The Contractor shall be responsible for protecting all new Portland cement concrete construction from vandalism. Any vandalism identified on new concrete construction shall be removed and replaced by the Contractor, as required and directed by the City Engineer. 10-6. 16 Measurement and Payment Payment for construction of Portland cement concrete items shall be based on the unit prices bid for the items shown in the Bid Schedule (s) , for concrete items constructed complete in place as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. Payment for concrete reinforcement shall be considered as included in the payment for construction of stamped or colored concrete pavement, and no separate payment shall be allowed therefore. Payment for construction of Type "A" or "B" access ramps whose construction is indicated and shown on a traffic signal installation or ' modification plan shall be considered as included in the lump sum bid item price for such traffic signal installation or modification, and no additional compensation will 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. Payment for adjustment of manholes shall be made at the unit price bid per manhole, for utilities adjusted to finish grade as shown on the plans, as specified in the ;standard specifications and in these special provisions and as directed by the Engineer. 10-7 STORM DRAIN 10-7 . 1 Storm Drain Pipe - All storm drain pipe shall be constructed in accordance with Section 207-2 of the Standard Specifications for Public Works Construction, "Greenbook" , 2000 Edition. The pipe to be furnished shall be 18" diameter or 12" diameter reinforced concrete pipe (RCP) 1500 D-load, as indicated and shown on the plans. Installation of storm drain pipe shall conform to Section 306 of the "Greenbook" Standard Specifications . The Contractor shall install a ' temporary bulkhead or other temporary plug/cover at the inlet , end of the 12 " diameter RCP INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 14 storm drain, for future connection to an on-site drainage system for the adjacent property. 10-7.2 Catch Basins - The Contractor shall construct catch basins and local depressions, at the locations and dimensions shown in the plans, in conformance with City of Palm Springs Standard Drawing No. 700, and Riverside County Flood Control and Water Conservation District Standard Drawing No. LD 201 . Portland cement concrete used in the construction of catch basins and local depressions shall be Type 560C-3250 . 10-7.3 Storm Drain Collar - The Contractor shall construct storm drain collars, at the locations shown in the plans, in conformance with Riverside County Flood Control and Water Conservation District Standard Drawing No. M 803 . Portland cement concrete used in the construction of catch basins and local depressions shall be Type 560C-3250 . 10-7.4 Measurement and Payment - Measurement and payment for RCP storm drain pipe shall conform to the requirements of Section 306-1 . 6 of the "Greenbook" Standard Specifications; provided, that the term "backfill" as used therein shall include all bedding material. Payment for RCP storm drain pipe shall be made at the bid unit price per linear foot for "Install 12" R. C. P. Storm Drain," or "Install 18" R.C. P. Storm Drain," and shall constitute full compensation for furnishing and placing such pipe, and all earth and trench work including: excavation, dewatering, bedding, backfill, compaction efforts, pipe jointing, connection to structures, and joining existing storm drain pipe. Payment for construction of catch basins and local depressions shall be made at the unit price bid per catch basin for "Construct 4 ' Wide Catch Basin with Local Depression" and shall constitute full compensation for construction of catch basins and local depressions, complete and in place, including excavation and backfill, disposal of waste, connections to pipes, manholes, and all appurtenant materials specified in the referenced standard drawings, and no additional compensation will be allowed therefore . Payment for construction of storm drain collars shall be made at the unit price bid per collar for "Construct Storm Drain Collar," and shall constitute full compensation for construction of storm drain collars, complete and in place, including excavation and backfill, disposal of waste, connections to pipes, and all appurtenant materials specified in the referenced standard drawings, and no additional compensation will be allowed therefore . 10-7 .5 Sheeting, Shoring, and Bracing or Equivalent Method - Payment for temporary sheeting, shoring, bracing or equivalent INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 15 method, will be based upon completion of all planning, design, engineering, furnishing, and construction, and the removal and disposal of all such temporary sheeting, shoring, and bracing required for installation of storm drain pipe and facilities AND required for installation of sewer laterals, shall be made at the lump sum bid price, complete, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. 10-8 SANITARY SEWER 10-8. 1 Materials - Vitrified clay pipe for sewer laterals shall conform to Section 207-8 of the Standard Specifications for Public Works Construction, "Greenbook" , 2000 Edition. Vitrified clay pipe joints shall conform to "Greenbook" Standard Specification 208-2 . Cement mortar, for vitrified clay pipe shall conform to "Greenbook" Standard Specification 201-5 . 10-8 .:2 Methods - Installation of vitrified clay pipe sewer laterals shall conform to City of Palm Springs Standard Drawing No. 405, and "Greenbook" Standard Specifications 306-1 . 2, 306-1 . 3 and 306-1. 4 and these Special Provisions . The letter "S" shall be etched or otherwise permanently marked within the concrete curb face directly above the lateral. Laterals shall be installed from the sewer main to the property line, appropriately plugged, and tagged above finish grade for future sewer lateral connections, as required by City of Palm Springs Standard Drawing No. 405 . 10-8 . 3 Excavation, Backfill and Compaction - Prior to any excavation the Contractor shall pothole to determine the location and/or grades of connections or underground utilities, structures or fixtures in the alignment of the 'iproposed sewer lateral. Excavation for sewer laterals, fittings and appurtenances shall be in open trench to the line and grade as required to provide five feet (5' ) minimum cover at property line, with 20 minimum slope to the sewer main. The trench bottom shall be graded to provide a smooth, firm, moist and stable foundation. At each joint, the bottom of the trench shall be shaped in such a manner to relieve the bell of the pipe of all load. All rock shall be removed to a depth of six inches (6" ) below the bottom of the pipe. Embankment and over-excavated areas shall be, filled to provide a trench bottom as previously described. Backfi.11 of the trench about the laterals, fittings and appurtenances will be with select 'sand material free of debris, INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 16 rock and similar hard, sharp objects to a distance of 12 inches minimum. The Engineer shall approve all backfill materials . Backfill shall be compacted to 900 +/- 20 at optimum moisture content. Compaction under pavements, structures and fixtures shall conform to the specified density. Surplus materials shall be legally disposed of. All excavation, backfill, compaction, and material disposal costs shall be considered as included in the unit price of that item for sewer laterals, fittings or appurtenances . Protection of Existing Improvements . Should there be any existing improvements that were known to the Contractor prior to excavation, the Contractor shall restore or replace the existing improvements to their original or better condition, at the Contractor' s own expense. 10-8. 4 Video - The sewer line (s) being utilized for new sewer service and affected by installation of new sewer laterals shall be analyzed by videotape photography, manhole to manhole, prior to and after all construction. Should the analysis indicate a change in the sewer line alignment or damage to the utility, the Contractor shall repair the affected area immediately, at no extra cost to the City. 10-8.5 Measurement and Payment - Payment for vitrified clay pipe sewer laterals shall be made at the unit price per linear foot for " Install 4" V.C. P. Sewer Lateral," and shall constitute full compensation for removal and disposal of all resulting materials, all labor, materials, equipment and incidentals, trenching, placement, backfill, complete in place, as required in the Standard Specifications and these special provisions. 10-8 . 6 Sheeting, Shoring, and Bracing or Equivalent Method - Payment for temporary sheeting, shoring, bracing or equivalent method, will be based upon completion of all planning, design, engineering, furnishing, and construction, and the removal and disposal of all such temporary sheeting, shoring, and bracing required for installation of storm drain pipe and facilities AND required for installation of sewer laterals, shall be made at the lump sum bid price, complete, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23= SECTION 10-PAGE 17 10-9 LANDSCAPING AND IRRIGATION SYSTEMS: 10-9. 1 Grading And Rockery Installation Materials. Fill Material : Existing soil shall be used whenever possible, but shall be free of debris, rubbish, organic matter, oil, weeds, rocks greater than 2" diameter and other foreign matter. Native Soil: Native soil to be material as listed in Fill Material. Decomposed Granite "Aztec Gold" apply 2" depth over all planted areas . Preparation. Establish extent of grading, and excavation by area and elevation. Designate and identify the elevation and project engineering reference points. Set required inspections, tests, approvals and location recordings.' Contractor shall not begin work at the site before obtaining required inspections, tests, approvals, and location recordings . Contractor shall verify and remove any asphalt or concrete which may exist beneath all planting areas . Site Grading Unless shown or noted otherwise on the plans, all finish grades are to be level 1W' - 2" below top ,of curb or adjacent hardscape. The Contractor shall be responsible for import or export of backfill material necessary to achieve the required finish grades for landscaping areas . The Contractor shall furnish and apply pre-emergent weed control on all native or imported soil and decomposed granite per manufacturer' s specifications . 10-9 .2 Underground Irrigation Systems General. The irrigation design is diagrammatic. All irrigation equipment, except underground conduit that traverses the street, shown within paved areas is for design clarifications only and shall be installed in planted areas : Due to scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. , which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of this work and plan this work accordingly, furnishing such fittings, etc. , as may be required to meet site conditions. Related Work. The Contractor shall examine all Drawings and Specifications pertinent to the proper completion of the work. The Contractor shall coordinate installation of the irrigation material, including pipe and wiring so that there shall be no interference with other utilities or other construction trades or problems in planting trees, shrubs, , groundcovers, and lawns. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-36 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 18 Code Regulations. All work and materials shall be in full accordance with the latest rules and regulations of the National Electric Code; the Uniform Plumbing Code, published by the Western Plumbing Officials Association; and other applicable State or local laws or regulations. Nothing in these Drawings or Specifications is to be construed to permit work not conforming to these codes . When the Specifications call for materials or construction of a better quality or larger size than required by the above mentioned rules and regulations, the provision of the Specifications shall take precedence over the requirements of the said rules and regulations. The Contractor shall furnish without extra charge any additional material and labor when required by the compliance with these rules and regulations, though the work may not be mentioned in these particular Specifications or shown on the Drawings. Layout Of Work. The Contractor shall stake out the irrigation system as shown on the Drawings . These areas shall be checked by the Contractor and the Engineer before construction is started. Any changes, deletions or additions shall be determined at this check. No walks or paved areas shall be sprinkled. The drawings are schematic only unless specifically dimensioned. The Contractor shall check all drawings to make sure that this work conforms to all conditions shown thereon. Exact locations shall be determined on the job to suit the actual conditions . All variations shall be verified with the Engineer. Locations, as determined, are the Contractor' s responsibility and changes required because of such actions shall be by the Contractor at no extra cost to the City. Contractor shall connect irrigation system to water supply points of connection as indicated on drawings . Contractor shall connect electric valves to control wires supplied at locations as indicated on drawings . Contractor shall be responsible for minor changes caused by site conditions or plant substitutions . Products. All materials in the system shall be new. All material and equipment shall arrive at the site location in manufacturer' s original shipping container. Pressure Pipe shall comply with the following: (a) PVC (2-1/2 inch and smaller to be solvent welded) . Type 1, Grade 1, Schedule 40, IPS, and ASTM 1785. Pipe INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23102 SECTION 10- PAGE 19 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, Schedule 40, IPS, ASTM D 1784 . Pipe shall be continuously marked with: Manufacturer' s name, nominal pipe size, PVC type, SDR, NSF seal, and date of extrusion. (b) Rigid PVC Under Paving (parking lots) : Type 1, Grade 1, Schedule 40, IPS, ASTM D 1785. (c) Poly Swing Pipe: As specified in Irrigation Detail Plans. Fittings: (a) PVC Solvent Weld Fittings : Injection molded, IPS deep socket style Schedule 40, Type 2 PVC, SDTM D2466 with NSF seal of approval. Tee ' s and ell' s are to be side gated. Fitting Compound, Solvents, and Wraps. (a) Rigid PVC to PVC slip joints shall be solvent welded with pipe solvent: ASTM D 2564, NSF approved, used and applied in accordance with the manufacturer' s specifications. (b) Primer for PVC Pipe: As recommended by pipe fittings manufacturers . (c) PVC to metal joints shall be made with a PVC male adapter fitting or PVC Schedule 80 threaded fittings . The PVC fitting shall be hand tightened, plus one turn with strap wrench, Joint compound shall be Peratex Type II or Teflon tape. Conduit and Sleeves: For use under Street pavement, sleeves for irrigation pipe and conduit for control wire shall be PVC: Type 2, Grade, Schedule 40 . Irrigation Controllers: As specified in Irrigation Detail Plans . Electric Control Valves: As specified in Irrigation Detail Plans. Valve Boxes: Shall be Carson #9101or #1419 series or equivalent with lid marked "Irrigation Control', Valve" . The valve box covers INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 20 shall be of a color that most closely matches the adjacent finish grade, composed of "Aztec Gold" decomposed granite or other material. Irrigation Heads and Drip Emitters: Pop-up or spray emitters, as shown on the Irrigation Plans, may not be used. As a revision to the pop-up or spray emitters as shown on the Irrigation Plans, drip emitters (one per shrub; Rainbird 1806-5HB or equal) providing 1 gpm at 25 psi, shall be used with each plant or shrub, or as required by the Engineer. Deep watering tree bubblers (2 per tree) shall be used for each tree or palm tree installed; (Rainbird 1402 or equal) providing 0 . 5 gpm at 30 psi. Deep watering tree bubblers shall conform to the detail provided in the Appendix. Backflow Prevention Assembly: Shall be as specified on Irrigation Detail Plans and shall be verified with Local Plumbing and Health Codes. Gate Valve: Shall be installed at all valves as specified on irrigation plans. Covers to gate valve boxes shall be of a color that most closely matches the adjacent finish grade, composed of "Aztec Gold" decomposed granite or other material. Installation: The Contractor shall schedule and coordinate placement of material and equipment in a manner to effect earlier completion of work in conformance with the construction and progress schedule. The contractor shall not willfully install the irrigation system as shown on the drawings, when it is obvious in the field that obstruction, grade differences, or difference in the area dimension exist that might not have been considered in the engineering design phase. Such obstructions of differences must be brought to the attention of the Engineer. The irrigation system design is based on the minimum flow demand shown on the irrigation drawings at each point of connection. The contractor shall verify water pressure prior to construction and shall report any difference between the water pressure indicated on the drawings and the actual pressure reading at the point of connection to the Engineer. Any existing equipment, piping, pipe covering, sewers, sidewalks, landscaping, etc. , should be located and protected prior to commencing work. Damage by the Contractor during the course of his work shall be replaced or repaired by the Contractor in a manner satisfactory to the Engineer and at the Contractor' s own expense, and before the final payment is made. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 21 Disruption of Services: Permission to shut off any water lines must be obtained from the Engineer, who will make the necessary arrangements . Disruption to existing systems shall be kept to a minimum. Verification of Finish Grade: The ', Contractor shall verify, with the Engineer, the correctness for all rough grades within the work areas in order to insure the specified pipe depths of the system piping. System Layout: The Contractor shall layout all heads, piping, and valves and make any minor adjustments required due to differences between actual site conditions ' and the drawings. Minor adjustments shall be maintained within the original design intent. The Contractor shall layout each system using a staking method, as approved by Engineer, and maintain and protect the approved staking layout . Excavating and Trenching: Excavating and trenching shall be open vertical construction ample in size to permit the piping to be laid at the elevation intended to permit ample space for joining. Trenches for pipe shall be cut to required grade lines, and compacted to provide an accurate grade, without settlement, and have uniform bearing for the full length of the line. The Contractor shall restore all surfaces, existing underground installations, etc. , damaged or cut as a result of the excavations to their original condition and in a manner approved by the Engineer. After installation of pipe, the Contractor shall back- fill only between joints and fittings, leaving joints and fittings exposed until their installation is ', approved by the Engineer. (a) Where possible mainlines !may occupy the same trench as lateral lines, provided minimum clearances are maintained as specified. (b) All irrigation lines shall have a minimum horizontal clearance to two inches from each other. All irrigation lines shall have a minimum horizontal clearance of 12 inches from the lines of other trades . No lines installed parallel and directly over another line. (c) Minimum Cover from finish grade shall be as follows: 24" minimum cover over solvent welded pressure piping to 2 inch size, 24" minimum cover over va'Ilve control wiring, INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 22 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 will adhere in strict accordance to manufacturer' s recommended installation procedures . All pipe shall be assembled free from dirt and pipe scale. Field cut ends shall be reamed and trimmed of rough edges and burrs . Reducer tees shall be used at all head risers where a pipe size changes. Bushings shall not be allowed where reducer tees may be used. PVC saddles shall not be allowed. (f) Solvent Weld Joint. The joint shall be prepared by first making sure that pipe end is square, then by deburring the pipe end and cleaning the pipe and fitting from dirt, dust, and moisture. 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 INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO.00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 23 surface of the male end ' of the pipe shall be coated with solvent-cement. Thel, joint shall be held still for approximately 30 seconds', and any excess cement from pipe and fitting shall be, wiped clean. The joint shall be cured for a minimum of 30 minutes before handling and at least 6 hours before pressurizing. (g) Threaded Joint. Field ,threading of plastic pipe or fitting is not permitted., Factory formed threads only will be permitted. Factory-made nipples shall be used wherever possible. Field-cut threads in metallic pipe will be permitted only where absolutely necessary. When field threading, threads shall be cut accurately on axis with sharp dies . All threaded pressure joints shall be made up with pipe joint compound. Compound shall be applied to male threads only. Where assembling metallic pipes to metallic fittings or valve, no more than (3) full threads shall show when joint is made up, where assembling to plastic fittings, take up joint no more than one full turn beyond hand tight . Where assembling soft metal (brass or copper) or plastic pipe, use strap 'type friction wrench only; do not use metal jawed wrench. Coat the inside surface of the fitting and the external surface of the male end of the pipe with solvent-cement. Where assembling soft polyethylene pipe and fitting, hand twist fitting into pipe until full insertion. Insert pipe immediately into fitting and turn 1/4 turn to distribute cement and remove air bubbles . The pipe must seat to the bottom of the socket and fitting. Check alignment so pipe and fitting are without strain to either. Hold joint still for approximately 30 seconds and then wipe the excess cement from the pipe and fitting. Cure joint a minimum of 30 minutes before handling and at least 6 hours before pressurizing. Irrigation Controller: Install', according to manufacturer' s specifications and the detail on tti'e plans (if any) and locate in INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7123/02 SECTION 10- PAGE 24 general area shown on the Irrigation Plan with exact placement to be determined by the Engineer. (a) Connect control wires to controller in a sequential arrangement according to assigned identification numbers of the valves. Control wires shall be labeled at controller and at valve box lid with control valve number. (b) A small map of area covered by controller with valve locations shown shall be placed inside controller. (c) Connect system electrical wiring stub-outs provided, with conduit in structure. Put all connections in splice boxes . (d) Install at least two extra wires from multi-station controllers to heaviest planted/most/sun/wind exposed areas of controller for future moisture sensor hook-up. Electrical Control Valves : Install according to detail and where shown on the Irrigation Plan. No soil will be allowed in valve boxes . Control Wire: Control Wire shall be UL approved for direct burial in ground, with maximum voltage drop of 50 . Valve control wire shall be a solid color, common wire shall be white. Other single wires shall be striped two color jacket. Valve control wire shall have no buried line splices; all splices shall be in a valve box or junction box. Connections shall be made by crimping bare wires with brass crimping sleeves and sealing in UL approved #3570 Scotchloks, Rainbird Snap-tites, or as noted on plans . Install wire below irrigation pressure lines, loop a minimum of 3 feet of extra wire in each valve box; both control and common wire. Make 12" loop at 50 ' intervals along wire run from valve to controller. Provide conduit where wires run under paving. Take care not to damage wires when backfilling trenches . Valve Boxes: All remote control valves shall be installed in plastic valve box. Box shall be set flush with finish grade planting beds . Lid shall be permanently marked to correspond to controller and station number. Backfilli.ng: Backfill shall not be placed until the installed irrigation system has been inspected, approved, and tested in the presence of the Engineer. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 25 Backfill material shall be an approved sandy soil or sand. Unsuitable material, including clods and rocks over 2-1/4 inches in size, shall be removed from the premises and disposed of legally at part of the work under this Contract . Contractor shall make all adjustments without extra cost to the City. It is recommended that backfill be made first thing in the morning while pipe and soil temperature are approximately the same. If backfilling is required during heat ,of the day, water shall be run through PVC pipe to cool pipe for contraction purposes. Surplus earth remaining after backfilling shall be disposed of legally off the premises . Irrigation Heads : Irrigation heads shall be installed according to detail. Spacing of heads shall not exceed the maximum indicated on the drawings . In no case shall the spacing exceed the maximum recommended by the manufacturer. (a) After all piping and risers are in place and connected, and prior to the installation of irrigation heads, control valves shall be opened and a full head of water used to flush out the system. (b) All heads will be installed above grade on either threaded PVC swing-joint or poly swing pipe . No outlets below grade will be permitted. (c) Filtration and pressure regulator settings will be according to manufacturer' s specifications to obtain best head performance. (d) All spray heads are to be set back a minimum of 2" from any paved area, e. g. , mow strips, curbs,, sidewalks ( 6 ' minimum for rotors) . (e) All PVC pipe will be cut with PVC pipe cutter, solvent- cement will be sparingly applied to avoid runs and puddling in pipe and fittings, all pipe will be double flushed. End flushing valves will be installed according to detail and plan. (f) The contractor shall flush and adjust all irrigation heads for optimum performance. (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 INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23102 SECTION 10- PAGE 26 shall be made for changes unless arrangements are made for charges prior to installation. (h) Pressure Main Lines : Flush lines prior to installing remote control valves . Center load pipes. (i) Non-Pressure Lateral Lines; Cap risers and flush lines prior to installing irrigation heads . Starting at remote control valve, remove caps in sequence. Replace cap before removing next cap in line. Testing: The entire irrigation system shall be tested in accordance with Section 308-5. 6 "Flushing and Testing" of the Standard Specifications for Public Works Construction, "Greenbook" , 2000 Edition. Field Quality Control and Inspection: The contractor shall give authorized representative three working days notice for inspection at the following stages . The Contractor must have field "as builts" up to date before each state of inspection. Mainline. Mainline shall be installed after pressure pipe, controller, remote control valves, and wiring have been installed. When back£illing, joints and fittings shall be left exposed until final approval by the Engineer. (a) Static test for 6 hours at 125 psi (b) Tests shall be observed and approved by the Engineer prior to backfill. (c) Lines shall be tested before and after installation of base material to determine the responsibility of any broken lines . (d) Contractor shall provide all equipment for hydrostatic tests . Lateral Lines : Lateral lines shall be installed after installation of non-pressure pipe and riser. Backfill only between joints and fittings, leaving joints and fittings exposed, until after joint and fitting inspection. Complete flushing prior to testing. Test for 2 hours at 100 psi. Completion of System: When the irrigation system has been completed, a performance test shall be done in the presence of the Engineer to determine if coverage of water to the planted areas is complete and adequate. The Contractor shall change any heads, as may be required to provide satisfactory coverage at no charge to INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 27 the City. The Contractor shall coordinate observation with the completion of planting. Job Acceptance: A preliminary final inspection will be performed on the date of completion of construction. The final acceptance shall be 30 days later, after the maintenance period. 10-9.3 Trees, Plants, And Groundcover General: Plants and planting material shall meet or exceed the specifications of Federal, State, and County laws requiring inspection for plaint disease and insect control. Products: Fertilizer: Agriform 10-10-5 Planting Tablets shall be used for fertilizing the soil. Pre-emergent Weed Control: Pre-emergent weed control shall be "Surflan" or approved equal. Materials: Soil: Contractor shall use existing soil when possible. All soil used around planting shall be free of rocks 2" and larger. All soil shall be fully compacted. No 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 INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO.00-35 CONSTRUCTION DETAILS 7/23102 SECTION 10-PAGE 28 determine plant spacing. No planting shall occur closer than 3 feet from the inside edge of the curb. Spot all containers and obtain approval from the Engineer prior to excavating plant holes. Contractor is to install any top dressing in planting area as per plan. Contractor shall clean up site as necessary prior to planting. All areas to receive planting shall be free of debris . Installation of Trees and Shrubs: General: Nursery stock shall be planted immediately upon delivery to the site and approval by the Engineer. Nursery stock, in containers, shall be protected from sun and wind and shall be watered as necessary. Excavating: Excavation for all plants shall be per Planting Details. If mechanical auger is used, probe by hand to determine if mechanical auger will hit any in-place utilities . Planting: (a) Native Soil (b) Backfill: (Per cubic yard) 8 parts - Native Soil on-site 2 parts Land Tech Dark Irish Peat Moss well composed. (c) Fill excavated hole with water and allow to drain (d) Scarify sides of plant hole and root ball per installation details . (e) Fill to proper height with unamended native soil to receive the plant, and thoroughly tamp the mixture before setting the plant. (f) Set plant in upright position in the center of the hole, and compact the back-fill mixture around the ball and or roots. (g) Place plant tablets in back-fill per planting detail. Quantity of tablets used for each size plant container shall be per manufacturers specifications . (h) Thoroughly water each plant when the hole is 2/3 full. After watering, tamp the soil in place until the INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 29 surface of the back-fill is level with surrounding area and the crown of the plant is at the finished grade of the surrounding area. (i) After planting, finish grade all planting areas to a smooth and even condition, making certain that no water pockets of irregularities, remain. All planting areas shall be finished graded to comply with contours and elevations specified on Grading Plans . Unless shown or noted otherwise on the Grading Plan, all finish grades are to be level lV'-2" below top of curb or adjacent hardscape. Planting Ground Cover: Rake existing soil smooth and free form soil lumps, rocks, sticks, and other deleterious material. Space the ground cover plants evenly as indicated on the drawings, staggering the spaces around shrubs and trees as well as in the open areas. Plant only in soil that is moist but friable, never wet or soggy. In case of planting in the open on hot days, shorten the time between planting and watering. 10-9.4 Maintenance And Plant Establishment Period Maintenance Period: The maintenance period shall be 30 days after completion of the irrigation, grading/rockery, and plant installation as determined and approved by the Engineer. The Contractor shall notify the Engineer when installation is complete and schedule a preliminary walk-through with the Engineer at that time. Maintenance period shall begin after all punch list items have been completed and written confirmation has been received. Replacement of Unacceptable Material: Unacceptable material will be all dead or damaged plants, inoperable irrigation equipment and broken/damaged rocks . If at any, time during the maintenance period damage occurs, the Contractor shall immediately correct damage. Once the unacceptable material has been repaired or replaced, that new material will have a new 30-day maintenance period from the date it was repaired or replaced. It is to the benefit of the Contractor to repair or replace any unacceptable material immediately, since the Contractor shall pay liquidated damages for each day beyond the 30 day maintenance period. Project Maintenance: Proper maintenance shall include but is not limited to the following work: INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-H CONSTRUCTION DETAILS 7/23102 SECTION 10- PAGE 30 1 . It shall be the contractor' s responsibility to notify the City prior to any maintenance performed on the contract area during the 30-day maintenance period. 2 . It shall be the contractor' s responsibility to provide a maintenance schedule, which shall be used to monitor the performance of the landscape maintenance. The contractor shall provide a daily start time, which must be adhered to during the course of the 30-day maintenance period. Any changes or deviations to the landscape maintenance schedule after the initial submittal, shall require prior approval by the City. 3 . The Contractor shall designate a representative who shall be responsible for performing the irrigation controller check. 4 . The irrigation controllers shall be monitored every Friday (or other mutually agreed upon day of the week) . The Contractor shall perform the required controller checks in the presence of the City' s representative. 5 . As a minimum, all irrigation controllers shall be monitored one day per week (mutually agreed upon by the City and contractor) , Said controllers shall be checked in the presence of the city' s representative. 6. The entire irrigation system shall be checked weekly to ensure that the valves and controllers are fully operational. 7 . Litter pick-up shall be provided every Monday, Wednesday, and Friday during the 30-day maintenance period. Raking and relocating displaced soil shall be performed weekly to keep the area neat and attractive throughout the maintenance period. 8 . The Contractor shall provide a post emergent herbicide (Roundup) program during the entire 30-day maintenance period. 9 . The Contractor shall maintain the landscape area free of weeds and other undesirable plants. 10. The Contractor is responsible for maintaining all plant material within the contract area. The Contractor shall replace any plant which dies during the 30-day maintenance period. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 31 11. Pruning is to be done on trees and shrubs on a remedial basis only to correct form deficiencies . Pruning will be done to select plants to: (a) Develop permanent scaffold ; branches that are smaller in diameter than the trunk (trees) . (b) To develop a radial orientation so as not to have branches overlaying each other (trees) . (c) To eliminate V-shaped branch forks that lack strength trees) . Intermediate and Final Walk-Through: There will be a walk-through at 10 and 20 days . Final walk-through is to be scheduled at the end of the 30-day maintenance period. Walk-throughs shall be done by the City, and be followed by a punch list of items to be completed before the job is deemed completed by the City. Final acceptance of the project shall occur only after the City has determined that all items of work have been completed and that all plant material has been established. 10-9.5 Payment Payment for Landscaping shall be made at the lump sum price bid for "Landscaping," complete and fully installed, as specified and as indicated on the planting plans and planting detail plans, and shall include full compensation for excavating, grading, pre- treating, planting, planting relocation, removal of trees and shrubs and all other appurtenant work. Payment for irrigation system shall be made at the lump sum price bid for " Irrigation System," complete and fully installed and operational, as specified and as indicated on the irrigation 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 30-day Maintenance and Plant Establishment Period shall be made at the lump sum price bid for " 30-Day Maintenance Period," and will be made upon completion of the 30-day maintenance period. There will be no progress payments. The entire lump sum will be paid after lthe 30-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 30-day period. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 32 10-10 TRAFFIC STRIPING, SIGNAGE AND MARKINGS 10-10.1 Remove Pavement Markers - Existing pavement markers, when no longer required for traffic lane delineation as directed by the Engineer, shall be removed and disposed of. 10-10.2 Remove Traffic Striping And Pavement Markings - Traffic striping and pavement markings to be removed are shown on the plans and will be designated by the Engineer. Where blast cleaning is used for the removal of traffic stripes and pavement markings or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue .including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. Whenever the Contractor' s operations obliterate pavement delineation (lane lines, either pavement markers or painted lines or both) , such pavement delineation shall be replaced by Contractor before completion of project. Either permanent or temporary delineation shall be installed by Contractor before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type "L" temporary pop-ups) which shall be applied in accordance with the manufacturer' s instructions. Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be considered as included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefor. Nothing in these special provisions shall relieve the Contractor from its responsibilities as provided in Section 7-1. 09, "Public Safety, " of the Standard Specifications . 10-10.3 Remove Roadside Signs - Existing roadside signs, at locations shown on the plans to be removed, shall be removed and salvaged to the City maintenance yard. Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 33 10-10. 4 Relocate Roadside Signs -jExisting roadside signs shall be removed and relocated at new locations on new or existing posts, electroliers, and traffic signals, as shown on the plans . Relocated signs to be installed on' new posts shall be installed using new telespar posts and anchor sleeves except where shown on the drawings. Sign posts shall be 2-inches wide by 2-inches deep and of sufficient length to extend from the top of the sign (s) to a minimum of 8 inches into the anchor sleeve, and shall provide a minimum of 7 feet of clearance , between the finished grade elevation and the bottom of the lowest sign. The anchor sleeve shall extend from 1 to 2 inches above finished grade and shall be 2-1/4 inches wide by 2-1/4 inches deep by 30 inches long. The sign post shall be attached to the anchor sleeve utilizing two "Unistrut, " No. TL 3806, or equal, drive rivets at right angles to each other. The Contractor shall attach any signs to all posts using the drive rivets specified herein. Each roadside sign shall be installed at the new location on the same day said sign is removed from its original location. 10-10 . 5 Thermoplastic Traffic Striping And Pavement Markings - Thermoplastic traffic striping (traffic lines) and pavement markings shall conform to the provisions in Sections 84-1, "General," and 84--2, "Thermoplastic Traffic Stripes and Pavement Markings," of the Caltrans Standard Specifications and these special provisions. The Contractor shall use State metric stencils for all legends and arrows on this project, conforming to the new Bureau of Public Roads Standards . The Contractor shall contact the Traffic Maintenance Supervisor of the City of Palm Springs, at (760) 323-8364 Ext. 8503, 72 hours before any legends are placed on City streets, to see that the pattern the Contractor is using match the pattern used by the City of Palm Springs . No other pattern will be allowed to be used except patterns that match City of Palm Springs. Thermoplastic material shall conform to the requirements of State Specification No. 8010-21C-19. At the option of the Contractor,; permanent striping tape as specified in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions, may be placed instead of the thermoplastic traffic striping and pavement markings specified herein, except lthat STAMARAK Brand Pavement Tape, Bisymmetric 1 . 75 Grade, manufactured by the 3M Company, INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 34 shall not be used. Pavement tape, if used, shall be installed in accordance with the manufacturer' s specifications. 10-10 . 6 Pavement Markers - Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Caltrans Standard Specifications and these Special Provisions . The second paragraph in Section 85-1. 02 "Type of Markers," of the Standard Specifications shall not apply. Certificates of compliance shall be furnished for pavement markers as specified in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these Special Provisions . 10-10 .7 Payment - Payment for removal and disposal of pavement markers; removal of traffic striping and pavement markings; removal and salvaging of roadside signs and posts; relocating roadside signs, including removing the existing sign, salvaging the existing wood or metal posts or hardware, providing new telespar posts and hardware, and installing the relocated sign to its new position, as shown on the plans; furnishing and installing thermoplastic traffic stripes and pavement markings, or permanent tape, complete in place, as shown on the plans; and furnishing and installing raised pavement markers (reflective and non- reflective) , complete in place, as shown on the plans shall be considered as included in the lump sum price paid for "Traffic Striping, Signage and Markings," and no additional compensation will be made therefore. Pull compensation for all of the work described herein relating to traffic striping, signage, and markings, shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved therein. SECTION 10-11 TRAFFIC SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 10-11 .1 Description - Traffic signals and lighting, shall conform to the provisions in Section 86, "Signals, Lighting and Electrical Systems," of the Caltrans Standard Specifications and these Special Provisions. Traffic signal and lighting work is to be performed at the following locations : 1 . Palm Canyon Drive and Granvia Valmonte (extending to Indian Canyon Drive and Granvia Valmonte) 2 . Palm Canyon Drive and Alejo Road 3. Indian Canyon Drive and Alejo Road INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 35 10-11 .2 Order Of Work Order of work shall conform to the provisions in Section 5-1 . 05, `Order of Work" , of the Caltrans Standard Specifications and these Special Provisions . The first order of work shall be to' place the order for all long- lead time traffic signal equipment within 3 days of contract award by the City Council. All new traffic signal poles, luminaires, and mast arms have been ordered by , the City and will be assigned to the Contractor. It shall be the responsibility of the Contractor to place the order fore the decorative walkway light poles and luminaires (to be installed on Granvia Valmonte) and all other traffic signal equipment (vehicle and pedestrian heads, controller assemblies and cabinets, service pedestals and cabinets, and associated equipment) as required by these special provisions . Within 15 days of award, the Contractor shall furnish the City Engineer with a statement from the vendor that the order for said control equipment has been received and accepted by said vendor. i Prior to commencement of the traffic signal function test, all items of work related to signal control shall be completed. 10-11 . 3 Equipment List And Drawings The controller cabinet schematic wiring diagram and intersection sketch on ISO Al Sheets 24 by 36 inches shall be combined into 2 drawings, so that, when the cabinet, is fully open, the drawing is oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units an amplifiers'. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for testing or, if ordered by the City Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the following items: A. Specifications B. Design Characteristics C. General operation theory D. Function of all controls E. Trouble shooting procedure (diagnostic routine) F. Block circuit diagram G. Geographical layout of components H. Schematic diagrams INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-36 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 36 I. List of replaceable component parts with stock numbers 10-11 .4 Maintaining Existing And Temporary Electrical Systems The contractor shall not allow traffic signals to be de-energized for more than 8 consecutive hours . The Contractor may de-energize signals between the hours of 8 : 00 a.m. and 5: 00 p.m. The contractor shall place notice signs 48 hours prior to de- energizing signals. The notice signs shall read "EXPECT LONG DELAYS ON (month) / (day) BETWEEN 8 : 00 A.M. AND 5 : 00 P.M. DUE TO SIGNAL REPAIR" . During the time the signal is de-energized, the contractor shall place "STOP AHEAD" warning signs on each approach, in accordance with Section 4 of the Caltrans Traffic Manual. If, for unforeseen reasons, the signal must be de- energized for more than 8 hours, the Contractor shall provide temporary power to the signal; overhead wires may be used to establish a power supply. 10-11 .5 Standards, Steel Pedestals .And Posts Where the plans refer to the side tenon detail at the end of the signal mastarm, the applicable tip tenon detail may be substituted. The sign mounting hardware, as shown on Detail U of Standard Plan ES-7N, shall be installed at the locations shown on the plans . The sign panels and hardware for mastarm and pole mounted signs shall be furnished and installed by the Contractor and shall be included , in the lump sum contract price paid for the traffic signal system to which it is installed, and no additional compensation will be made therefor. 10-11 . 6 Conduit Conduit to be installed underground shall be the rigid steel type for traffic signals and rigid non-metallic type for all other electrical work type unless otherwise specified. The conduit in a foundation and between a foundation and the nearest pull box shall be the rigid steel type unless specified. Detector termination conduits may be the rigid non-metallic type. When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, as specified in the third paragraph in Section 86-2 .05C, "Installation," of the Standard Specifications, or a concrete-tight split coupling or concrete-tight set-screw coupling shall be used. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO.00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 37 Insulated bonding bushings will be required on metal conduit. All pull boxes shall be located behind, the curb or at the locations shown on the plans . After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. At locations where conduit is to', be installed under Portland cement concrete or asphalt concrete pavement, and existing underground facilities require special precautions, conduit shall be installed by trenching as provided below. Installation of Conduit: Conduit shall be installed by jacking or drilling only, unless the City Engineer determines the material underlying the pavement warrants trenching. At locations where conduit is to be installed by jacking or drilling as provided in Section 86-2 . 05C, " Installation," of the Standard Specifications, and if delay to any vehicle will not exceed 5 minutes, conduit may be installed by the trenching method as follows : All trenching shall be approximately 2 inches wider than the outside diameter of the conduit to be :installed and trench shall not exceed 6 inches in width. Conduit depth shall be a minimum of 24 inches or conduit nominal diameter plus 10 inches, whichever is greater, except that at pull boxes the trench may be hand dug to required depth. The outline of all areas of paving to be removed shall be cut to a minimum depth of 3 inches with an abrasive type saw or with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. Replacement of asphalt concrete pavement shall comply with Section 39 of the Standard Specifications, ;such that the asphalt concrete surfacing is of uniform smoothness, texture and density. The Contractor shall install 5" of Type A 'f Maximum Medium asphalt concrete on compacted backfill, in ', conformance with City of Palm Springs Standard Drawing No. 115, or as otherwise approved by the Engineer. Replacement of Portland cement concrete shall comply with Section 73 of the Standard Specifications such that new Portland cement concrete curbs and sidewalks or other facilities that are required to be removed are joined to existing improvements to the satisfaction of the Engineer. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7123/02 SECTION 10- PAGE 38 10-11.7 Bonding and Grounding Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been cast on foundation. 10-11.8 Pull Boxes Grout shall not be placed in bottom of pull boxes. Pull boxes, pull box covers, and pull box extensions shall be concrete unless specified otherwise for various other electrical work elsewhere in these special provisions . No. 6 pull box covers shall be reinforced fiberglass material . 10-11.9 Conductors and Wiring Splices shall be insulated by "Method B" or, at the Contractors options, splices of conductors shall be insulated with heat-shrink tubing of the appropriate size after thoroughly painting the spliced conductors with electrical insulating coating. Conductors shall be spliced by the use of "C" shaped connectors, as shown on the plans . The fifth paragraph of Section 86-2 . 095, "Fused Splice Connectors," of the Standard Specifications is amended to read: Fuses shall be the standard midget ferrule type, with "Non- Time-Delay" feature, and shall be 13/32 in by 1/2 in. Liquid tight flexible metal conduit will not be required to separate telephone and power conductors in controller cabinets . 10-11.10 Service Continuous welding of exterior seams in service equipment enclosures in not required. Type III-AF service equipment enclosures shall be the aluminum type. All overlapping exterior seams and doors shall meet the requirements for Type 3R enclosures specified in the NEMA Enclosure Standards . INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 39 10-11 .11 Model 170 Controller Assemblies l Model 170A controller assemblies, including controller unit, fan, light„ test switches, emergency vehicle pre-emption equipment, uninterrupted power supply system, completely wired controller cabinet, video detection system, and auxiliary equipment shall be furnished and installed by the Contractor in accordance with the Standard Specifications, Section 86, and these Special Provisions. The Contractor shall construct controller cabinet foundation as shown on Standard Plan ES-3C for Model 332 cabinets to be installed (including furnishing and installing anchor bolts) , and shall install the controller cabinet on said foundations, and shall make all field wiring connections to the terminal blocks in the controller cabinet. The Contractor shall furnish and install the controller assembly. The controller assembly shall be a Type 170A Quad with a time base coordination module to provide 8-'phase operation and shall be capable of accepting uploading and downloading. The controller unit shall conform to the provisions of Addendum No. S of the "Traffic Signal Control Equipment Specification" dated January 1989. The controller unit shall be furnished complete with a Model 400 modem, quad ACIA ports, a Model 412C program module, and a BI Tran Systems 200 SA local controller software program. The program module shall be configured utilizing Method 2 Memory Select 4 and shall be furnished with one each of 27256 EPROM, D1225 Zero Power RAM, and 6264 RAM. The Contractor shall arrange to have a qualified signal technician present at the time the equipment is turned on. Said signal technician shall be qualified to work on the controller unit and shall be an employee of the controller unit manufacturer and BI Tran System or their representative. 10-11 .12 Testing - Functional testing shall not begin, nor signal energizing occur, on a Friday or on the day preceding a legal holiday, as specified in !Sub-section 307-5 .2 . 4 of the Standard Specifications for Public Works Construction. Functional Testing: Functional testing shall conform to the provisions in Section 86-2 . 14C, I" Functional Testing," of the Standard Specifications and these Special Provisions, provided, however, that the City shall designate a laboratory or manufacturer for testing of the controller, and the Contractor shall provide all new controllers to that laboratory or INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO.00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 40 manufacturer for testing at least 3 weeks prior to their installation. The Contractor shall duly notify the Engineer in advance of new controller installation and coordinate testing as required herein. Any costs for inspection or testing of new controllers shall be the responsibility of the Contractor, and payment therefore shall be considered as included in the lump sum bid item for the location of work in which the controller is to be installed. Except for new or modified lighting circuits and sign illumination systems, the City will maintain the system or systems during the test period and will pay the cost of electrical energy for the operation of all the facilities that are undergoing testing. The cost of any necessary maintenance performed by the City, except electrical energy, shall be at the Contractor' s expense and will be deducted from any monies due, or to become due the Contractor. The functional test Shall consist of not less than 14 days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained. 10-11 . 13 Uninterrupted Power Supply System - Clary' s SP1000R Traffic UPS (or approved equal) shall be installed. The system shall utilize a six battery system using Clary' s OPB-1241 Batteries . The batteries shall be located outside of the signal cabinet in a number 6 pullbox, in accordance with the plans . 10-11.14 Emergency Vehicle Pre-Emption Equipment General: A complete, functioning, 3M Opticom emergency vehicle preemption system or equal shall be furnished and installed by the Contractor. Emergency vehicle preemption equipment shall be furnished and installed and shall include: A. 3M Models 711, 721 or 722 optical detectors, or equal, for each approach as shown on plans . B. 3M Model 752 or 754 rack-mounted dual priority phase selector, or equal, sufficient for 8-phase operation. C. 3M Model 138 detector cable, or equal. D. 3M Model 792 emitter, or equal. The system shall be designed to prevent simultaneous preemption by two or more emergency vehicles on separate approaches to the intersection. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 41 Optical Detector: The optical detector shall be mounted on the indicated signal mastarm by an approved mastarm clamp. The detector shall not be mounted on the signal head. Emergency vehicle preemption sequence of operation shall be subject to the approval of the City Engineer prior to timing and turn-on of signals . It shall be the responsibility of ,the Contractor to provide the services of a knowledgeable representative of the manufacturer of the emergency vehicle preemption equipment to be present for not less than the first day of the traffic signal lighting function test to insure proper installation and functioning of the equipment. The optical detector' shall be a light-weight, weatherproof, adjustable, bi-directional optical detector assembly. Internal circuitry shall transform optical energy from the optical emitter assembly into electrical signals for delivery via optical detector cable to the phase selection equipment . The optical detector cable shall be a durable, shielded, 3- conductor cable with a drain wire and the necessary electrical characteristics to carry power to the optical detector from the phase selector and to carry the optical detector signal to the phase selector. It shall conform to the written requirements of the manufacturer of the phase selector and optical detector. Phase Selector: This equipment , shall interface between the optical detector and the controller, cabinet. It shall interface with the signal controller and provide the following functions while not compromising the control equipment fail-safe provisions : A. Sufficient power to all optical detectors required for the intersection. B. Sensitivity to the optical detector signal via adjustable range potentiometers . C. Differentiation of signals by optical detectors form one or more emitters on a first-come, first-served basis. D. outputs to signal the controller to cause selection of the desired phase green , display for the approaching vehicle. E. Smooth transition to not-priority operation upon passage of the vehicle through the intersection. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 42 Other: The Contractor shall provide a vehicle equipped with an emitter to test and verify satisfactory operation of the equipment. The price paid for furnishing and installing emergency vehicle pre-emption system equipment, detector sensors and cable shall be included in the lump sum price paid for traffic signal modification or installation, and no additional compensation will be made therefor. 10-11. 15 Vehicle Signal Faces .And Signal Heads All signal heads shall be metal construction and powder-coated black in color. All vehicle signal heads shall be 12 inches with red, yellow and green indications, including arrows, conforming to the "Light Emitting Diode Retrofit Kit" specifications below. General: Light Emitting Diode Retrofit Kit -- The Light Emitting Diode (LED) retrofit kit shall be manufactured by The LED Sign & Signal Corporation, or equal. The LED retrofit kit shall replace the reflector, socket, gasket and lens assembly of the incandescent signal section and shall fit the sections of an incandescent signal face as specified in Section 86-4 . 01, "Vehicle Signal Faces, " of the Standard Specifications. Each retrofit unit shall consist of a convex lens made of clear ultraviolet stabilized plastic or glass, LED circuit board with 120-Volt AC quick disconnect connectors, and 2 conductors as specified in Section 86-4 . 01C, "Electrical Components, " of the Standard Specifications . Each conductor shall have a quick disconnect connector at one end and a spade tongue connector at the other. The unit shall be sealed with one-piece neoprene or EPDM (Ethylene, Propylene, Diene Monomers) gasket and shall be watertight . The Programmed Visibility Vehicle Signal Faces and the installations thereof shall conform to the provisions of Section 86-4 . 05 of the Standard Specifications . Optical: The LEDs shall be the ultra bright type and shall be rated for 100, 000 hours of continuous operation at nominal current and at 25 degrees C. The minimum operating temperature range shall be from -25 degrees C. to 75 degrees C. The LED emission spectrum shall be 660 nm. The viewing angle shall be not less than 30 degrees. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO, 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 43 Each LED for the 8-inch and the 12-inch circular indications shall be rated at 800 millicandelas (mcd) ,, minimum. The minimum number of LEDs for an 8-inch circular indication shall be 425 and for a 12-inch circular indication shall be 595. The LEDs shall be wired in a minimum of 5 parallel strings for the 8-inch circular indications and a minimum of 7 parallel strings for the 12-inch. The LEDs shall be arranged uniformly throughout the circle. The burn-out of any LED in a string shall only result in the loss of that String, not the entire indication. Each LED for the 12-inch arrow indications, if required, shall be rated at 600 mcd, minimum. The minimum number of LEDs shall be 255. The LEDs shall be arranged in, lines and shall be wired in a minimum of 3 parallel strings. The burn-out of any LED in a string shall only result in the loss of that string, not the entire indication. Electrical: The LED retrofit units shall be connected directly to 120-Volt AC with quick disconnect terminals . The operating voltage range shall be from 92-Volts AC to 125-Volts AC. The fluctuations of line voltage shall have minimum effect on the luminous intensity of the indications. The indications shall not glow immediately after de-energizat'ion. A step down transformer shall not be used. The nominal power consumption at 120 Volts AC for an 8-inch and a 12-inch circular indication shall not exceed 25 Watts and 30 Watts respectively. The nominal power consumption for a 12-inch arrow indication, if , required, shall not exceed 15 Watts at 120 Volts AC. Type SV-1-T mountings with 5 sections and SV-2-TD mountings shall be bolted to the standard through the upper pipe fitting in a manner similar to the terminal compartment. 10-11 .16 Pedestrian Signals Pedestrian signal faces shall be international symbol type and shall be Ecolux hand/man LED type or approved equal . Pedestrian signals shall be metal construction and powder coated black in color. Pedestrian signals shall not be "Clamshell" type. 10-11 . 17 Video Detection System The video detection system shall' be furnished, installed and tested by the Contractor. The video detection system shall be Iteris Vantage Plus (multi-camera) ;system, to match the equipment currently in use by the City elsewhere. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23102 SECTION 10- PAGE 44 Installation: The supplier of the video detection system shall furnish complete documentation describing installation requirements within 10 days of placement of order. Such documentation shall include description of all required cabling, mounting, cameras, cabinet space, and power. Suitable video cabling and connections shall be installed to ensure the video signal losses between each camera and the ACU do not exceed 3dB. All power cabling shall be installed to comply with the National Electrical Code, as well as local electrical codes. The manufacturer of the system or its officially certified representative shall supervise the installation and testing of the system. Warranty, Maintenance and Support: The system shall be warranted by the manufacturers for a minimum period of three (3) years from the date of installation or two and one half (21�) years from date of shipment, whichever occurs first. During the warranty period, technical support by telephone shall be provided by the supplier 24 hours per day, reasonable exceptions being national holidays, and requests for support by telephone shall be answered by factory certified personnel within one (1) hour. During the warranty period, certified personnel from the supplier shall be on site within forty-eight (48) hours, if required, reasonable exceptions being national holidays . The supplier shall maintain a program for technical support and software updates following expiration of the warranty period. This program shall be made available to the contracting agency in the form of a separate agreement for the continuing support. The power supply for the video monitor in the cabinet shall be a dedicated GFI protected receptacle. The power to said receptacle shall be controlled by the door switch that the monitor faces. 10-11 .18 Pedestrian Push Buttons Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts, shall be 5" x 7 1/2" . All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10-PAGE 45 10-11.19 Luminaires Ballasts shall be the lag or lead regulator type for traffic signal lighting. 10-11 .20 Internally Illuminated Street Name Signs Internally illuminated street name signs shall be Type A with provisions allowing signs to withstand 80 mph wind loading with 125 mph gusts . Sign .Legends shall be white on green as shown on the plan. Minimum copy size for the legends shall be Series C with Series D or E being used whenever message length permits. Details of color, style, borders, and spacing shall conform to the Standards established by Caltrans. 'Periods" shall not be used on abbreviations . , Full-size layouts for each legend shall be submitted to the City Engineer for approval prior to fabrication. A 1/2 -inch close nipple and LB condulet shall be installed on the mastarm at the coupling point. The cable between sign and condulet shall be 3-conductor AWG No. 16 Type SJO. The green conductor of the cable shall be used for grounding between sign housing and condulet. The cable shall enter the sign housing and condulet through neoprene bushed CGN connectors. The cable shall be dressed in a neatly arced drip loop between sign and condulet with sufficient slack to facilitate sign swing. The photo electric unit shall be Type V. 10-11 .21 Foundations Foundations shall conform with the Standard Specifications Section 86-2 . 03 and these Special Provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete, " of the Standard Specifications, and shall contain not less than 335 kg of cement per m� (564 pounds of cement per cubic yard) . The exact location of all foundations for signal equipment and the service and controller cabinets shall subject to approval by the City Engineer prior to the start of any excavation work. In the event that roadway and intersection modifications by others have not been completed, the Contractor 'shall install foundations (and all other related items) at locatiions set back from the roadway where designated by the City Engineer. The completed intersection and traffic signals shall appear as ,shown on the plans. Foundations shall be formed with the use of Sonotube® fibre forms (by Sonoco Corporation, (800) 959-1301) , or approved alternative INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO.00-35 CONSTRUCTION DETAILS 7/23102 SECTION 10-PAGE 46 one-piece, spirally wound and laminated fibre forms . Foundations shall not be formed against excavated earth. 10-11.22 Photoelectric Controls Contactors shall be the mechanical armature type. 10-11 .23 Payment The lump sum contract price paid for each traffic signal modification or installation at locations shown on the plans shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, installing, removing, reinstalling and salvaging traffic signal and lighting, complete and fully operational in place as shown on the plans, including removal and replacement of existing improvements, construction of Type "A" or "B" access ramps (where required, if indicated on the traffic signal installation or modification plan) , as specified in the Special Provisions, and as directed by the Engineer, and no additional compensation will be made therefore. END OF SECTION - INDIAN CANYON DRIVE TWO-WAY MODIFICATION SPECIAL PROVISIONS CITY PROJECT NO. 00-35 CONSTRUCTION DETAILS 7/23/02 SECTION 10- PAGE 47 RL VISIONS Aill'ROVIA) 0A IL R R STREET RIGHT OF WAY WIDTH STREET WIDTH CURB FACE TO CURB FACE 2.00% CENTERLINE TO LIP OF GUTTER I 2.00: CENTERLINE TO LIP OF GUTTER ASPHALT CONCRETE PAVEMENT OVER 1 COMPACTED CRUSHED MISCELLANEOUS BASE AS DESCRIBED BELOW IP.C.C. CURB AND GUTTER PER C.P.S. STD. DWG. 200. STREET WIDTH CROWN HEIGHT 64' .64 76' 76 64' 64 52' .52 40' .40 36, .36 32- .32 MINOR STREETS: 2-1/2 INCHES OF ASPHALT CONCRETE 11 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 (I LIFTI 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 (2 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 (A.R.H.M.1 IS AN ACCEPTABLE SUBSTITUTE FOR THE ASPHALT SPECIFIED, SUBJECT TO VERIFICATION BY THE CITY ENGINEER. MIN. 2" NEW CONSTRUCTION MIN. 1-1/2` CAP OVER EXISTING PAVEMENT 3. ASPHALT SHALL BE AR4000 INSTALLED PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION. AC TYPE TO BE SPECIFIED BY CITY ENGINEER, 4. PAVEMENT SHALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL. 5 A.C. PAVEMENT SHALL BE FLUSH WITH LIP OF GUTTER. CITY OF PALM SPRINGS APPROG DATE: DEPARTMENT OF PUBLIC WORKS 2 31 CITY ENGINEER i R.c.E. STREET PAVEMENT REQUIREMENTS DRAWN BY: S.J.0 FILE NO, STANDARDS CHECKED BY: E.R.F. DWG NO. I10 NO. REVISIONS APPROVED DATE CONSTRUCT MINIMUM B-AR4000 4- THICK A.C. PAVEMENT IOR (- THICKER THAN EXISTING ADJACENT PAVEMENT OVER 4- THICK( OVER 6- MISCELLANEOUS BASE AND COMPACTED EARTH FILL. FOLLOW CROWN CONTOUR OF EXISTING PAVEMENT. SEE NOTE NO. 3 REPLACE BASE LAYER IN KIND I' THICK 02-AR4000 OVERLAY / EXISTING PAVEMENT TO \ BE NEATLY SAW-CUT ON BOTH SIDES OF TRENCH VERTICAL 510E SLOPES � 1— — 4' MIN. ITYP.1 IREOUIRE01 ' -�--� 24' COMPACTED NATIVE I.1/2 j MATERIAL AT C CO RELATIVE COMPACTION SLOPE;' SLOPED SIDES REQUIRE w o I ,PERMISSION OF CITY e w I ENGINEER -COMPACT NATIVE MATERIAL AT .90% RELATIVE COMPACTION TOP OF PIPE = COMPACT SPECIALLY SELECTED MATERIAL t '17 90% RELATIVE COMPACTION ' R WHEN NATIVE MATERIAL IS UNSUTIBLE I' MIN. INSTALL 6' OF APPROVED IMPORTED BIITTJOIN EXIST. PAVEMENT I •\\\\ BEDDING UNDER PIPE GRIND DOWN I' HAND EXCAVATE FOR BELL I' FINAL OVERLAY D2.AR4000 B-AR4000 AC PAVEMENT CRUSHED MISCELLANEOUS/AGGREGATE BASE 0.' MIN. O 11�1 FINAL OVERLAY DETAIL NOTES: NTS 1. PAVE WITH TEMPORARY A.C, IMMEDIATELY. 2. A.C. PAVEMENT 1st LIFT OF B-AR4000 MIN. 4" THICK SHALL BE PLACED IN I LIFT. IF EXISTING PAVEMENT IS OVER 4" THICK, Ist LIFT SHALL BE A MIN. OF I' THICKER THAN EXISTING PAVEMENT 3. FINAL I" THICK OVERLAY OF D2-AR4000 SHALL BE MIN, 10' WIDE AND EXTEND NO. LESS THAN 4' PAST TRENCH OPENING ON EACH SIDE. FINAL CAP SHALL BE INSTALLED USING BARBER GREEN OR EQUAL. GRIND EXISTING PAVEMENT DOWN A MIN. OF 1". 4. REMOVE AND REPLACE EXISTING PAVEMENT WHICH IS LESS THAN 5' IN WIDTH BETWEEN TRENCH TRENCH AND EDGE OF CURB, GUTTER, OR EDGE OF PAVEMENT. 5. WHEN SHORING, SLOPING OR BENCHING, ALL WORK SHALL BE IN COMPLIANCE WITH CAL-OSHA CONSTRUCTION SAFETY ORDERS. SOILS ARE CLASSIFIED AS CLASS C IN THE CITY OF PALM SPRINGS. 6. ALL SEAMS SHALL BE ON THE TRAVEL LANE LINE OR IN THE CENTER OF THE TRAVEL LANE CITY OF PALM SPRINGS APPI� DATE_ Z8g31 DEPARTMENT OF PUBLIC WORKS CITY ENGINEER R.C•E, TRENCH AND PAVEMENT DRAWN BY: M V.H FILE N0. REPLACEMENT DETAIL CHECKED BY: E.R F DWG. NO. 15 NO. REVISIONS APPROVED DATE H I R_21/2" R= I/2" 24" l A. C. PVMNT. I I/2" R=1/2" 1/4" LIP ITYP.I R=I" v L A. C. PVMNT. Rzl/2-7 Al-6 Al-8 A2-6 A. C. PVMT. -•�2" n R=r1l N,�Q 6I'•• - 3' I. f R I/2 _ LIP (TYP.) A2-8 ONSITE ONLY ONSITE 8 .O N1 LY BI B2 2 .' 3' 2. I/2" SLOPE SLOPE I"R FLOWLINE OF GUTTER 1/2" FIBER EXPANSION JOINT 6' CROSSGUTTER-SECONDARY THOROUGHFARE Dl Cl - END OF CURB 101, 4 4"62 SLOPE 1/2" SLOPELLL 8' CROSSGUTTER-MAJOR THOROUGHFARE NOTES: Dr2 . . . 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 8000) 4. TYPE 6 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. MY 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 NO. REVISIONS APPROVED DATE SEE C.P.S. STD. DWG. 200 "A" VARIES �I AND STATE DIV. OF HWYS. 5'-8' 1/4" PER FT STD. A-2-8. I" LIP SLOPE -� -4' A.C. PVMT R I SECTION A-A _jr u~i l3 6• I I SHOWN THUS ON PLAN r LL ll ..W. a .W" X" 2 2 _X. v _z BACK OF SIDEWALK dB z R=4' ITYP.1 -1 z zr 3 0 N w- - Y 30 CURB FACE I I, A� NOTES I. ALL DRIVEWAYS SHALL BE 6" THICK PORTLAND CEMENT CONCRETE. _ 2. MIX DESIGN SHALL BE 560-C-3250 16 SACK). 3. WEAKENED-PLANE JOINTS SHALL BE INSTALLED AT BOTH SIDES OF ALL DRIVEWAYS AND AT APPROXIMATELY 10' 1MAX.1 INTERVALS. 4. W/2 = A MINIMUM OF 5' ON RESIDENTIAL AND 12' ON ALL OTHERS. 5. X=4 WITH 6" CURBS AND 5' WITH 6" CURBS UNLESS OTHERWISE SHOWN ON PLANS. CITY OF PALM SPRINGS APP�DATE: DEPARTMENT OF PUBLIC WORKS 28931 CITY NGINEER R.C.E. DRAWN BY: M.V.H. L STANDARDS DRIVEWAY APPROACH CHECKED BY: E.R.F. DWG NO. 201 NO I REVISIONS APPROVED DATE SHOWN THUS ON PLAN F.L. ELEV- N / - Q / B-C-R./E.C.R._ ¢ I f I N i I O I 4 FL W LINE ryh o O STRRRRRRAIGHT Q` Ili W w GRpDE rc O V O T.C. ELEV. W F.L. ELEV. 3 I ivELEV. I- ro I W ow I I =W F f-Z'J ow I NOTES: of I I. WEAKENED-PLANE JOINT'.SHALL"BE.INSTALLED AT_BEGINNING 4 r W AND END OF SPANDREL: AND TRANSITION. N m 2. SPANDREL. CROSS GUTTER AND TRANSITION SHALL BE 6' THICK PORTLAND CEMENT CONCRETE. 3. CONCRETE SHALL BE 8' THICK PORTLAND CEMENT CONCRETE. 1560-C-3250. 6 SACK). 4. CURB FACE HEIGHT SHALL 6' OR 8' AS SHOWN ON DRAWING. 5. CROSS GUTTER 'W' SHALL BE CALLED OUT ON PLANS AS 6. OR 8' AS PER C.P.S. STD. DWG. 200. 6. SEE C.P.S. STD. DWG. 212 FOR ADDITIONAL REOUIREMENTS. 7. SEE C.P.S STD. DWG. 110 FOR PAVEMENT REOOIREMENTS. CITY OF PALM SPRINGS APPf�OVE� DATE: V L/ DEPARTMENT OF PUBLIC WORKS 99//� r// 28931 CITY ENGINEER R.C.E. CURB RETURN, SPANDREL DRAWN BY: S.J.C. IL N STANDARDS AND CROSS GUTTER CHECKED BY: E.R.F. DWG, NO 206 Z O m o ZONE C.B.D. - FACE OF CURB TO PROPERTY LINE z � ZONES R-2 7HRU 8, C, AND M - 6' d mO ZONE R-1 - 5' 70 A.C. PAVEMENT P'j4' MIN. SIDEWALK SLOPE = 1/4" 1' Z "d HILLSIDE STREETS 2 7. 0 D cn FOR FINISH SEE SECTION 4" P. C. CONIC. SHALL BE A MINIMUM 3250 LB. cn d m b 303-5.5 OF THE STD. SPECS. CONCRETE IN ACCORDANCE WITH THE STANDARD p m CURB k GUTTER FOR PUBLIC WORK CONSTRUCTION SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SEE C.P.S. STD. DWG. 200 LATEST EDITION. LATEST EDITION (560-C-3250, 6 SACK). U] Z � c NOTES 1. FOR EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303-5.4.2 AND 303-5.4.3 OF THE N STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. LATEST EDITION. THE SPACING FOR _ (7 D m m 1" DEEP WEAKENED PLANE JOINTS SHALL BE 10 FEET. SCORING SHALL BE DONE EVERY 5 FEET. m { _ > 2. ORNAMENTAL SIDEWALKS SHALL BE ALLOWED IF STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER m 0 m THAN THE PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST 77 o Z O EDITION AND ARE APPROVED BY hIE PLANNING COMMISSION. m < C) < 3. PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS - SIDEWALK FROM FACE OF CURB TO < Z m m N PROPERTY LINE. 4, INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA - SIDEWALK FROM FACE OF CURB z TO PROPERTY LINE. 5. STREETS IN EXCESS OF 5 7SLOPE, WITH SIDEWALKS, SHALL HAVE MIN. 6' X 6' LANDING AREAS z n EVERY 400' WITH A MAXIMUM 2% SLOPE BEHIND THE SIDEWALK. y o 6. A MINIMUM 48" CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. � ,chi rri An 7. MODIFICATIONS BASED ON SITE-SPECIFIC CONDITIONS SHALL BE REVIEWED BY THE DEVELOPMENT 0 O z z o COMMITTEE. m 0 � > m B. SEE ALSO BIKEWAY REQUIREMENTS. � Ln '�' 9. FOR ZONING SEE THE OFFICIAL ZONING MAP OF THE CITY OF PALM SPRINGS. iVCD iV zo z Ca D O o W m m v) NO. REVISIONS APPROVED DATE BACK OF EXISTING SIDEWALK APPROX. 3/4" VARIABLE HEIGHT RETAINING \ CURB IF NECESSARY AT EDGE ' I I 1/4 + OF SIDEWALK (NOT NECESSARY r WHERE EXISTING WALL IS / I I ••,' I'..; ,•?''•'.•' • •(• +. ADJACENT TO EDGE OF SIDEWALK 1/4" 1-�':,•' .; ' :-'. =' . GROOVING DETAIL f5� SEE NOTE NO.1 OF DWG. NO. 212-A PROVIDE EXPANSION JOINT / � EXIST. CURB AND GUTTER WHERE EDGE OF RAMP IS � ADJACENT TO WALL r �'4 / (OR MONOLITHIC CROSS-GUTTER) / 4" OVERCUT �1 6/e� 0.45' o \/ @ @ @ �_ Oo Oo Oa @ EXISTING PSIDEWALK.C. // TRUNCATED DOMES REQUIRED IF RAISED TRUNCATED — — _: RAMP SLOPE IS LESS THAN s.s�x DOME PATTERN 10% MAX. AT CURB (TYP) TOP OF VARIABLE HEIGHT RETAINING EXIST. PCC SIDEWALK CURB (IF NECESSARY) r-� 6 33y MAX 4"(TYP.) SECTION A—A VARIABLE HEIGHT RETAINING PL TOP OF RAMP (ROUNDED) CURB, IF NECESSARY EXIST. PCC SIDEWALK 72• GROOVES 4 — — EXIST. PCC CURB AND . —I� CR 54GAR)ONOUTHIC 2%MAX—� 8.33 R MAXki M TCH EXIST. PCC :. + ....�r..—�...:, Gl1TTER (6' MIN. 1 .THICKNESS) SECTION B—B 4" OVERCUT NOTES: 1. P.C. CONIC. SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (6 SACK). 2. SEE C.P.S. STANDARD DRAWING 212 A FOR GENERAL NOTES. N.T.S. CITY OF PALM SPRINGS APPROVED / DATE: 6 ENGINEERING DEPARTMENT ` 28931 CITY ENGINEER R.C.E. CURB RAMP DETAIL — TYPE A DRAWN BY: G.F.F. FILE NO. STANDARD CHECKED BY: M.V.H. DWG. NO. 212 NO REVISIONS APPROVED DATE GENERAL NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' PLATFORM, THE SIDEWALK 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 6.67z SHALL HAVE A-DETECTABLE - WARNING SURFACE (RAISED_TRUNCATED DOMES) TF,LAT EXTENDS T.E-FUti:_N1DTH OF.-THE,Rnmp _ 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 STROEM SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. RAMPS RI CURB RETURNS SHALL BE LOCATED IN THE CENTER OF THE CURB RETUIK UNLESS OlHERVASE DIRECTED BY THE CITY ENGINEER. 8. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF 10% AT CURB TO CONFORM MATH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TR>P OF THE RAMP. EXCEPT TYPE 8 (DWG. NO.). 9. EXISTING CURB FACE HEIGHTS, SIDEWALK AND GUTTER SLOPES AND DIMENSIONS MALL VARY FROM LOCATION TO LOCATION. EXISTING PARAMETERS AND MAXIMUM RAMP SLOPES SHALL CONTROL FINAL HORIZONTAL DIMENSIONS. 10. RAMPS SHALL BE MARKET) 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. CURB GRADE 6-INCH CURBS 8-INCH CURBS DOWNHILL SIDE UPHILL SIDE DOWNHILL SIDE UPHILL SIDE 0 (LEVEL) 4.0 FT. 4.0 FT. S.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. I 6 PERCENT 4.0 FT. 7.1 FT. 4.0 FT. 9.6 FT. 8 PERCENT 4.0 FT. 10.2 FT. 4.0 FT. 13.9 FT. 10 PERCENT 4.0 FT. 18.3 FT. 4.0 FT. 20.0 FT. 12 PERCENT 4.0 FT. 20.2 FT. 4.0 FT. 20.0 FT. CITY OF PALM SPRINGS APPROVED: / / DATE: 6-0ENGINEERING DEPARTMENT YX' 28931 CITY ENGINEER R.C.E. CURB RAMP - GENERAL NOTES DRAWN BY: G.F.F. FILE NO. STANDARDS CHECKED BY: M V H G. NO. 212-A NO. REVISIONS APPROVED DATE TRUNCATED DOMES REQUIRED IF RAMP VARIABLE HEIGHT SLOPE IS LESS THAN 6,67% (FULL) WiDiH RETAINING CURB, IF OF RAMP AND 2' MINIMUM LENGTH) 5' ►{ NECESSARY AT EDGE OF I B SIDEWALK I � 1J I I I 12" (TYP.) EXISTING P.C.C. I I SEE NOTE N0.3 OF SIDEWALK 8.337. MAXI (TYP.) STD. DWG. 212A I I A I I A EXIST. CURB AND GUTTER �FACE OF CURB (OR MONOLITHIC CROSS—GUTTER) 4T�'ERCUT B APPROX. 3/4" EXISTING \ , CROSSWALK IF��yI EXIST. PCC SIDEWALK GROOVING DETAIL TOP OF LE HEIGHT RETAINING CURBURB (I(IF NECESSARY) , Q 4" (TYP) _ Q O O O -�I°-91�- SECTION A-A " 000 OO EXIST. PCC CURB AND PL EXIST. PCC SIDEWALK GUTTER (OR MONOLITHIC RAISED TRUNCATED / CRassOUT RM) DOME PATTERN - - - - 2% MAX I VARIABLE HEIGHT RETAINING .`4" OVERCUT--H Imo--MATCH EXIST. PCC GUTTER (6" MIN. CURB, IF NECESSARY NOTE: SECTION B—B THICKNESS) 1. SEE C.P.S. STD. DWG. 212—A FOR GENERAL NOTES 2. P.C. CONCRETE SHALL BE MINIMUM 560—C-3250 CONCRETE IN ACCORDANCE NTH THE STANDARD SPECIFlCATIONS FOR PUBLIC WORKS CONSTRUCTION, 2000 EDITION (6 SACK). N.T.S. CITY OF PALM SPRINGS APPROVED: DATE: }/v ENGINEERING DEPARTMENT 8931 CITY ENGINEER R.C.E. CURB RAMP DETAIL - TYPE B DRAWN BY: G.F.F. FILE N0. STANDARDS CHECKED BY: M.V.H. DWG. NO. 213 NO. REVISIONS APPROVED DATE P.C. CONCRETE RING PER SUBSECTION 303-5.1 OF THE STANDARD SPECIFICATIONSSACKI SET TOP OF STANDARD MANHOLE FRAME AND (560-C-3250-6 COVER AT FINISH GRADE OF STREET PAVEMENT SEE C.P.S. STD DWG. NO. 400 10 1/4" Ilyp) O . . . Sv. ASPHALT CONCRETE 'w °-�' �- PROVIDE'9" ADJUSTMENT PAVEMENT. THICKNESS 3-24"X3" GRADE RINGS i� AS SHOWN ON PLANS (ALL JOINTS SHALL BE GROUTED PER SUBSECTIONS 202-2.22 AND 303-1.8.2 OF THE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION. NOTES: I. WHEN .ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL .UTILIZE THE APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY MODEL NO-S 1310/1", 1 1/4", 2", AND, 1312/1", 1 1/4", AND 2" OR EQUAL. SOUTH BAY FOUNDRY, P.O. BOX 1256, NATIONAL CITY, CA. 91950, (619( 474-8481. 2. MAXIMUM OF 3 GRADE RINGS. CITY OF PALM SPRINGS APPROVEq�y ,/ DATE: 1 DEPARTMENT OF TRANSPORTATION �•3��'•- 31 CITY ENGINEER R.0 E. TOP OF MANHOLE DRAWN BY. FILE NO RBJ STANDARD DETAIL CHECKED BY: DJB DWG. NO. 402 NO. REVISIONS APPROVED DATE EXTEND TAPE A MINIMUM OF I FOOT ABOVE FINISH GRADE 2" HIGH LETTER "S" TO BE STAMPED CENTER LINE OF OR CHISELED A MINIMUM OF 1/8" RIGHT-OF-WAY DEEP OVER THE RIGHT-OF-WAY OR CCONNECTONTLY INTO THE CURB HOUSE INTO PROPERTY LINE TOP OF CURB FINISHED STREET SURFACE U I U i I TIE ORANGE CQLORED "TERRA TAPE" z WITH BLACK LETTERS REPEATING 'g THE WORDS "CAUTION: BURIED SEWER 'D LINE BELOW" OR APPROVED EQUAL CENTER LINE OF AROUND END OF SEWER LATERAL SEWER MAIN I I PIPE MATERIAL TO BE V.C.P. OR ABS TRUSS PIPE,SDR 23.5 I 2.00% MIN. SLOPE. + r. PLUG OR CAP LATERAL UNLESS JOINING EXISTING HOUSE CONNECTION INSTALL APPROVED "Y" AND 1/8 OR 8" SEWER MAIN 1/16 BEND AS NECESSARY. ROTATE "Y" 450 FROM HORIZONTAL UNLESS OTHER- WISE SPECIFIED BY PLANS. NOTE: I. SLOPE OF_ LATERAL SHALL BE A MINIMUM OF 2.00% WITHIN PUBLIC R/W UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. 2. LATERAL SHALL BE 4" FOR RESIDENTIAL AND 6", OR LARGER, FOR COMMERCIAL UNLESS OTHERWISE APPROVED BY THE CITY'ENGINEER. 3. PIPE MATERIAL SHALL BE EITHER VITRIFIED CLAY PIPE (V.C.P-} OR ACRYLONITRILE- BUTADIENE-STYRENE PIPE (A.B.S.) S.D.R. 23.5. 4. SEE C.P.S. STD. DWG. NO. 115 FOR TRENCH AND PAVEMENT REPLACEMENT DETAILS. CITY OF PALM SPRINGS APPROVED: DATE. g931 DEPARTMENT OF TRANSPORTATION CITY ENGINEER R.C.E. STANDARD SEWER LATERAL DRAWN BY: S.J.C. FILL NO. STANDARDS SINGLE FAMILY RESIDENTUAL CONNECTION CHECKED BY: D.J.B. DWG. NO. 405 NO REVISIONS APPROVED I DATE M.H. FR.B COVER-ALHAMBRA 2��TYP SEE DETAIL NO. I FDY A-1530 PARKWAY TYPE NOTES —ik3 BARS I. THE 3/4"PROTECTION BAR SHALL BE EMBEDED 41/2,, t ---------- G" INTO THE CONCRETE AT EACH END OF -_ 3/4 GALV.STEEL ( THE CATCH BASIN, \ STEP � ,. 2. :¢`A-3911 ALHAMBRA OR EQUAL FORMED STEEL SEE NOTE 2 3 R PLATE CURB BAR SHALL BE EMBEDED 6" INTO CONCRETE AT EACH END OF THE CATCH BASIN. 3, "Hx DIMENSION 5'-6" OR OVER SHALL REQUIRE "> SUBMISSION OF INDIVIDUAL ENGINEERING 3R '" CALCULATIONS BY A REGISTERED ENGINEER. SLOPE TO,OUTLET i IN ALL DIRECT�ION4. P.C. CONC. SHALL BE MIN. 50 LB. CONCRETE IN ALL DIRECTION I IN ACCORDANCE WITH THE STD SPECS.FOR ,w; .• PUBLIC WORKS CONSTRUCTION.(56OC-3250, 6 SACK) 12d i2d 6" 6x 4- SECTION A-A CURB FACE BK.OF CURB 5" 2.-7" CORED I " BATTER LINE r3/4" MEET EXIST. A.C. ALV.BAROTE 1 :a..BARS FI - { #3 BARS-12"o.c. 1 4 1 tl I `. 2 I"E 20"SUPPORT BOLT— (SEE 3 (SEE SCHEDULE) SUPPORT BOLT SCHEDULE 2 :� +. 2-REO'D AT 1/3 PTS WHEN W=14 ,a 4-2" 1-REQID AT 1/2 PTS WHEN W= 7' cJi 2„ DETAIL NO. 1 I-REQ'D ATI/2 PTS WHEN W=4' N1 6" d Lei6° A 43 BARS-12°ae. EACH W Y.4 11" I II� Imo}a J� I Ott41 o L_= :=.z• 4"R BOTTOM V! #36ARS TOP 2 �6, STEEL PLANS 2 _ A APP.C.C.RES.NO.10766,DATED T-11-73, CITY OF PALM SPRINGS APPROVED- DATE- 7 6 73 DEPARTMENT OF COMMUNITY DEVELOPMENT a 16534 Ty ENEI EC R.O.E. CURB INLET CATCH BASIN DNA .T, FILE NO. �' G.E.C. STANDARDS TYPE 1IAII CHECKED EV. H A Dw�.No. 700 L.A.C.F.C.D. No. 2-D88 �T T T T T -�{T Norma! Variable Wrioble 111 Norma/ F.C. �6� Side Opening SideOpenigg S1016Z n%n7 Bwin ToP of Curb Bosln Basin f{ F/ow S1tGr ae A// GLrb Faces �r p' ,�d1 `�t G —� 8( Equal S/ate Brea:Line 5� Straight Grade A A Straight N See note 2 1/2°Expansion Joint CASE A H See hole 2 Material Catch Basin Opening=normal ///6 tlerFlowLine curb face f 4 inches unless -- Round off Mee/ existing curb otherwise specified. }—� Norma/ b. Cf. A Normal Gufter�essibnn e ; C.F. 6 Side Opening 3r Top of Curb Basin SECTION H—H Flo w SlrGrd. S1nGrd NOTES: a• 4'-D"Warped A1 G( 61 ut �. A !. Loco/depression shot/be Case B unless otherwise specified Gter Go ? on general plan. 2. Elevations of outer corners shown on genera/plan.if no elevations See note 2 Ses note 2 are specified the outer edge of Local Depression shall conform CASE B to finished street surface. 112"Expansion Joint MateNal J. A 4 feet unless otherwise specified. Tr See standard drawing CB-IOO,Note /. Normal 6. W 6. Normal W= See standard drawing CB-100,Nofe 1. C.F. Side C•F 4. Where no curb exist,curbs shall be constructed between ends of //eMng Local Depression.Curb section shall conform /o that of Top of Ceib Basin controlling agency. Flow S%r.Grd " 7;1: Depression rho//be class NB"concrete. I _ 1 See note 2 (,RASE C note 2 r Catch Basin Opening //2 Expansion REVISIONS RI VfRLDR couRrr hoop coNr■oE PROJECT NO o Anormal curb tote f•4 Joint Material 1VFRM ,.CWNAND VATIGN CONTR ro inches unless otherwise _ LOCAL DEPRESSION pRNn„O ND O specified. _ ,.�°„c n APPROVED Rr -- CR.Ve1Y NO. 2 OATI IIE2 SM[LT Np F,Pp[f CRIPTION ♦PM pNrL °Ai° —'P'' STANDARD DRAWING NUMBER LO p01 Or Ow4�q /2 f Class°BD Concrete n �„Typ tr .4 I New or I l o y Existing 1 D L T O Pipe o I / New or /2" /O ' 4" 90� /Fxis� Pipe \ /8" /0 , 5" 1 I 4 24" /,O ' 6" 57 /5 #4@a /2 3-#4 Circular Ties 60" /.75 l/" 66" 175111 NOTES /. A concrete collar is required where the change in grade exceeds 0./0 ft. per toat,or if change in alignment exceeds 0../O ft per foot. 2. Where pipes of different diameters are joined with a concrete collar, L and T shall be those of the larger pipe. D=Di or Or whichever is greater. 3. For pipe larger then 66"a special coJlar detail is required. 4. For pipe sire not listed use next sire larger. 5. Omit reinforcing on pipes 24"and less in diameter and on all pipes where angle A is less than /O'. 6. Where reinforcing is required the diameter of the circular ties shot/ be O t f2 x well thickness) f 8': 7. When Di is equal to or less than Or, Jois a inverts and when DI is greater than Or, N Join soffits 6. Pipe may be corrugated meta/pipe, concrete ~ j pipe, or reinforced concrete pipe. flEV 1510N5 RIVERSIDE COUNTY FIOOD CONTROL PROJECT NO. AND CONCRETE COLLAR WATER CONSERVATION DISTRICT IN:ICN[D.1 Arreovm er" FOR PIPE 121NCHES THROUGH D""WIND ND. 0"wN ay 66 INCHES !AT DRAWN En IE [NGIRED.�F ES1l SHEET NO REE DESCRIPTION Arne oars w D.T[ 7— STANDARD DRAWING NUMBER M603 °F 1 9 LEGEND: 1 . FINISH GRADE 2. BUBBLER HEAD 3. 12" PVC SCHEDULE 80 RISER _ 2 4. PVC SCHEDULE 40 STREET ELL • ~ V . 5. PVC SCHEDULE 40 TEE AND ELL 6. CLASS 200 PVC LATERAL 6 4 7. 42" LONG, 6" DIA. ADS PERFORATED PIPE 8. 3/8" PEA GRAVEL 9. DRAIN GRATE FLUSH W/FINISH GRADE 5 Y °° 7 COLOR TO MATCH FINISH SURFACE °°° 0 NOTE: TWO BUBBLERS SHALL BE INSTALLED PER TREE SPACED 24". FROM TRUNK OF TREE DEEP WATERING BUBBLER DETAIL STATE OF CALIFORNIA— DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 603 San Francisco, California 94101 EXTRACT OF FROM: AWARDING AGENCY PUBLIC WORKS CONTRACT AWARE 832480000 City of Palm Springs Office of Procurement& Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92263-2743 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE §17777.5 HAS BEEN AWARDED TO: 2. Name of General Contractor 3 Contractor's License Number DBX, INC. 240547 4. Mail Address(Street Number of P.O.Box) 5 City 42066 Avenida Alvarado, C Temecula 6. Zip Code 7. Telephone Number 92590 909-296-9909 8 Address or Location of Public Works Site(Include city and/or country) Indian Canyon Drive, Palm Springs, CA USA 9. Contract or Project Number 10. Dollar Amount of Contract Award CPOO-35 $612,090.60 11.Starting Date(Estimated or Actual) 12 Completion Date(Estimated or Actual) MONTH DAY YEAR (USE NUMBERS) MONTH DAY YEAR (USE NUMBERS) August2002 October 2002 13 Type of Construction(Highway,school, 15 hospital,etc. roads ❑X NEW CONSTRUCTION ❑ ALTERATIONS 16, Classification or Type of Workman(Carpenter,plumber,etc.) C-10 lA 17 Is language included in the Contract Award to effectuate the provisions of Section 1777 5, As required by the Labor Code?... ... .. ...... X YES NO Is language included in the Contract Award to effectuate the provisions of Section 1776, As required by the Labor Code?. .. ..... . ......... . X YES NO 18 Signature 19 Title 20, Date Sr. Contracting August 16, 2002 2Y>tAuzzi. � ecialist 2 . Printed or Type Na a 22 Telephone Number Bruce R. Johnson 760/322-8373 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CITY CLERK OFFICE: l= AGR# AMOUNT City Project No: C',PZ,�S MO# DATE Dates Published: _ tIl u (n �'.nd Pt1-5-(a.S�aI apoa_ DIV IND APP NOTICE Y El ❑ Bid Date & Time: Qua s IS IS J:CQeM (/� I PROJECT: yllY�} aIan 11� qpa nd\JP. , z n-l1 hci MC1I CIcalon *SUCCESSFUL: 1. <nV�X. --Enc. 6. 2. &04PQ :( (!nnS uC j( 7. 3. 8. 4. 9. 5. 10. INCOMPLETE BIDS: /Non-responsive) WHY: CONTRACTOR BACKGROUND CHECK: �I1'16�t'Bvt1[�5:';L�t�C�±Yit#I�. #y} Required? Y ❑ N 0 (ATTACH IF REQUIRED) Affidavit of Non-Collusion Signed & Notarized? Y Rr N ❑ Information required of bidder page completed? Y V N ❑ Type & Amount of Insurance Required: please seP rtLhded (TTACH AMOMS ARE SPECIFIED) Contractors License No. 91405LA7 Type(s) 0--ID 1A Status No. of days to complete work U© Working ✓ Calendar Estimated Start Date: Se pxnbev [tD( Estimated Completion Date: m1Pyyi�lor � No. of days in which to execute contract after Notice x' of �� Award (date City Clerk transmits contracts for execution): Q 30( _�m m e(firJvVAA I�W(r) j JP Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) Any Addenda? Y 0 N ❑ No. Addenda If Signed by Contractor? Y N ❑ BONDS: PERFORMANCE BOND l©D % PAYMENT BOND 100 % CORRECTION REPAIR BOND O % BID BONDS: BLANK BID SPECS. Successful Bidder: CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra sets of bid specifications for contract execution Unsuccessful Bidders: CASHIER'S CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Attached: Y ❑ N ❑ Which Contractor(s): El Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y ❑ N ❑ Labor Code 1777.5 Y 2 N ❑ Labor Code 1776 Y V N ❑ California Standard Specifications EDITION Standard Specifications for Public Works Construction EDITION DATE: BY: DEPT: VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID 31D ABSTRACT DUE DATE: \ Ifi� TITY COMMODITY ITEM '^ �l v /� f 7 13 1.531, 3C&f oa T .. " "t:. ;;'. DATE(MMIDDIYY) R �1'I �1,1✓ , ",,,,�11�1 �, Ifwl ." :: :.I,RANC e/19/02 .. PBODUCER'a, ....., .. ........:.. . ..., ..., THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Calco Ins Brokers a Agent ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Lie. No. OB29370 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 85371 COMPANIES AFFORDING COVERAGE San Diego CA 92186-5371 COMPANY (619) 260-3844 A Admiral Insurance Company INSURED COMPANY DBX, Inc. B American Motorists Ins. Co. 42066 Avenida Alvarado, Ste. C COMPANY Temecula, CA 92590 C State Compensation Ins Fund COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOT W ITHSTANDING ANYREQUIREMENT,TERMOR CONDITION OFANYCONTRACT OR OTHERDOCUMENT W ITHRESPECT TO W HICHTHIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTA GATE(MMIDOIYY) DATE(MMIDDIYY) LIMITS A GENERAL LIABILITY A 02AG13030 3/24102 3/24103 GENERAL AGGREGATE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY ADDITIONAL INSURED PRODUCTS-COMP/OP AGG $ 2,000,000 CLAIMS MADE F�X OCCUR APPLIES PER FORM PERSONAL & ADV INJURY $ 1,000,000 OWNER'S&CONTRACTOR'S PROT CB2010-1001 ATTACHED EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE(Any one Ilre) $ 50,000 MED EXP (Any one person) $ B AUTOMOBILE LIABILITY F311 055826-00 3/24/02 3124103 COMBINED SINGLE LIMIT $ X ANY AUTO 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY S X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESSLIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ C WORKERS COMPENSATION AND 1648067-01 10/01/01 10/01/02 X STATUTORY LIMITS EMPLOYERS'LIABILITY EACH ACCIDENT $ 1,000,000 THE PROPRIETOR/ INCL DISEASE-POLICY LIMIT $ 1,000,000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL DISEASE-EACH EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS Re: Indian Canyon Drive Two-Way Modification - City Project SGO- 35. 30 days cancellattion notice except 10 days for non payment of premium. a .:GERT+FICAT�;kICSLDEH.: . .. .. . ., CANCELLA'T.10N .. .. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Palm Springs EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Attn: Harold Good, CPPO 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Director of Contracting BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY P. 0. Box 2743 OF D UPON THE COMPANY, ITS A NTS OR REPRESENTATIVES. Palm Springs, CA 92263-2743 AU RIZE4REPA TAT IV Caswell 05309, CORP.6RA71Ob1',t' CERTIFICATE: 004/001/ 00165 Insured: DBX,INC. CG ZO IO IO 01 Policy Number: A 02AG13030 Effective Date. 3124/02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAIREP'ULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person ar Or Ca i nizarioR7 CITY OF PALM SPRINGS (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II—Who Is An Insured is amended to (1) All work,including materials,parrs or include as an insured the person or orgaribadon shown equipment furnished in connection with in the Schedule,bvt only with respect to liability aris- such work,on the project(other than serv- ing out of your ongoing operatiaos performed for that Ice,maintenance or repairs)to be par- insured. formed by or on behalFofthe additional In- B. With respeato the insurance afforded to these addl- suired(s)at the site of1Ge covered Ronal insureds,the followiug exclusion is added- operations has been aimploted,or 2. Exclusions (2) That portion of"your work"ant ofwhirh n Ins WBnce does not the'Wwy or datoage arises has been put to Thi +iPply m"�Y injuryR or 11s intended use by any person or otgado. 'property damage"occurring,after. don odwr than another eowxacw or sub- Contractor engaged in performing opera- tions for a pritreipal am a pan ofthe same nrolor' RE: INDIAN CANYON DRIVE TWO-WAY MODIFICATION—CITY PROJECT#00-35, w. CG 201010 11111 OISO Properties,lne..2000 Pate i of 1