Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04067 - MATICH CORP FARRELL EPC STREET WIDENING CP95-21
CITY OF :PALM SPRINGS C A L I F O R N I A P.O. BOX 2743, Palm Springs, California 92263 (760) 323-8253 - Engineering Department - NOTI C E OF ACTION FOR ql PUBLIC AND/OR ❑ PRIVATE IMPROVEMENTS TO: Matich Corporation ACCEPTANCE DATE: July 2, 1999 P.O. Box 50,000 San Bernardino, CA 92412 PROJECT: 95-21, Farrell Dr. & E. Palm Canyon Street Widening & Signal Mod. AGREEMENT NO. 4067 MINUTE ORDER NO. 6346 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project . PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS Curbing_(6" X 8") 760_L.F. Curbing L.F. Street Paving _19. 819_S.F. Street Paving S.F. Sidewalks 2,966_S.F. Sidewalks S.F. Driveway Approaches Ea. Driveway Approaches S .F. X-Gutter S.F. Bike Paths S.F. Landscaping L.S . Sewer Mains L.F. Sewer Laterals L.F. Sewer Laterals L.F. Adj .Sewer Manhole Ea. Sewer Manholes Ea. Storm Drains L.F. Storm Drains Ramps _ Ea. Location: N.E.Corner of Farrell Dr. & E. Palm Canyon Dr Sec. 24, T4S, R4E C.P.S. Drawing No (s) . 24-4-4-1.93 Permit No. 12201A Contractor (s) actually doing the work: Matich Corp. Notify your bonding company/bank to release the following bonds : No. 213356 in the amount of $150, 382 .70 Performance: l3 '�040 No. 213356 in the amount of $150, 382 .70 Payment : No. in the amount of $ Monuments No. in the amount of $ Maintenance Security No. in the amount of $ Correction & Repair i Engineer: City. Bond Co. /Bank: National Union Fire Ins. Co. Comments : FINAL CONTRACT AMOUNT: $150, 024 .10 Submitted byL&� l Engineer ng Field Supervisor Approved by City Engineer Distribution: Original to Addressee; Copies to : City Clerk, Engineering File, Engineering Field Supervisor, Building, Facilities Index No. 9906 • DOC #1 1999-313545 07/13/1999 08:00A Fee:NC Page 1 of 2 Recorded in Official Records PLEASE COMPLETE THIS INFORMATION County of Riverside RECORDING REQUESTED BY: Gary L. Orso Assessor, County Clerk & Recorder AND WHEN RECORDED MAIL TO: 1[�II I I 1 11 111 �11� III I II C. / ly 0 Ic Pall-J"P/-;"�' 7'` ? IyI SFU PAGE SIZE OA PCOR NOCOR SMF MISC. I / �] �,2 ,2�P J-.�7V 3 A R L COPY LONG REFUND NCHG E%AM l A: I DTT: I'M o-r romJ P korI 'title of Document THIS AREA FOR RECORDER ' S USE: ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3.00 Additional Recording Fee Applies) sm-scw 998a(RA'aM7) 1 Return To: City Clerk City of Palm Springs P.O.Box 2743 Palm Springs, CA 92263-2743 NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any mid all Notices of Completion. 3. The address of the City of Palm Springs is City Hall,3200 E.Tahquitz Canyon Way,Palm Springs, California(P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 1st day of June 1999. 5. The name of the contractor(if named)for such work of improvement was. Matich Corp. 6. The public work of improvement, which was completed in Ore City of Palm Springs, County of Riverside, State of California, is described as following: Farrell Drive and East Palm Canyon Drive Street Widening and Signal Modification. 7. The property address or location of said property is: Section 24,T4S, R4E 8. City Project No. 95-21, Agreement No. 4067, Minute Order No. 6346 DATED: July 6, 1999 CITY OF PALM SPRINGS J � / BY: City Engineer JUDITH SUMICH,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 Ore foregoing Notice of Completion,and knows the contents thereof, and that the facts stated therein ire true; Otat as said City Clerk, she makes this verification on behalf of said municipal corporation. Y City Clerk WP:md/Oct94 Index No. 0599 II II III I I II II I IIIII I II II I II IIII 1a99 qof 2s5©oa CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Matich Corporation Date: June 4, 1999 P.O. Box 50,000 Project No.: C.P. 95-21 San Bernardino CA 92412 Project Name: Farrell Drive and East Palm Canyon Drive Street Widening and Signal Modification Change Order No.: One (1) Attn: Steve Matich-President Contract Purchase No.: 906411 Account Number(s): 4298-50146 Agr.#4067 M.O.# 6346 Res.# A. CHANGES IN WORK: Increase to Contract Bid Items: Item Description No. 7 Remove Existing Asphalt Sidewalk 9 Remove Existing PCC Sidewalk 10 Remove Existing PCC Curb and Gutter 11 Construct 6 in. Curb and Gutter 14 Construct 2 ft.Wide Ribbon Gutter 19 Adjust Water Valves to Grade Decrease to Contract Bid Items: Item Description No. 6 Remove Existing Asphalt Pavement 8 Remove Existing PCC Cross Gutter and Spandrel 12 Construct 8 in. Curb and Gutter 13 Construct PCC Sidewalk B.CHANGES IN CONTRACT COST: Increase to Contract Bid Items: Item Description No. 7 Remove Existing Asphalt Sidewalk 644 SF @$0.70 $ 450.80 9 Remove Existing PCC Sidewalk 28 Sf @ $1.50 $ 42.00 10 Remove Existing PCC Curb and Gutter 90 LF @ $1.00 $ 90.00 11 Construct 6 in. Curb and Gutter 70 LF @$10.00 $ 700.00 14 Construct 2 ft.Wide Ribbon Gutter 27 LF @$8.00 $ 216.00 19 Adjust Water Valves to Grade 2 Each @$350.00 $ 700.00 Sub-Total $2,198.80 Decrease to Contract Bid Items: Item Description No. 6 Remove Existing Asphalt Pavement 292 SF @$0.70 ($ 204.40) 8 Remove Existing PCC Cross Gutter and Spandrel 186 SF @ $3.00 ($ 558.00) 12 Construct 8 in. Curb and Gutter 61 LF @$11.00 ($ 671.00) 13 Construct PCC Sidewalk 281 SF @$4.00 ($ 1,124.00) Sub-Total ($2,557.40) TOTAL NET CHANGE ORDER = ($ 358.60) - Decrease NOTE: No additional markup will be add ad to any New Items in this Change Order. All cost per each item are final. C. REASON FOR CHANGE: Increase to Contract Bid Items: Bid Item Nos, 7, 9, 10, 11, 14 and 19 were field measured by both the City and the Contractor. These Items exceeded Contract quantity.The quantity and amounts are shown above. NOTE: Desert Water Agency is going to reimburse the City$1,750.00(5 ea @$350.00)for Bid Item No. 19 June 4, 1999 City Project 95-21 Farrell Drive and East Palm Canyon Drive Street Widening and Signal Modification Change Order No. One(1) Page 2 of 2 C. REASON FOR CHANGE: Decrease to Contract Bid Items: Bid Item Nos. 6, 8, 12 and 13 were field measured by both the City and the Contractor. Those Items were less than Contract quantity.The quantity and amounts are shown above. D.SOURCE OF FUNDS: Farrell Drive and East Palm Canyon-Account Number: 4298-50146 = ($ 358.60) - Decrease Summary of Costs Contract Time Original Contract Amount: $ 150,382.70 Original Completion Date: June 1, 1999 This Change Order: ($ 358.60) Days Added for this C.C.O.: 0 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ 150,024.10 Revised Completion Date: June 1, 1999 1 have received a copy of this Change City Approval: Order and the above AGREED PRICES p are acceptable to the contractor. Submitted 3 Q Date 92 q Field Engneering • upervisor y / B �� � � Approved Date \Title City Engine V , (nq Approved by_ teTp j Date 1 ity Manag Distribution: Original Conformed Copies Conformed-File Copy Engineering (1) Engineering File (1) Finance (1) Engineering Field Inspector (1) Contractor (1) Engineering Field Supervisor (1) City Clerk (1) Purchasing Agent (1) k'J;1:°YH`_. M`^i°YNIA.'o',.9aneGER �n f5WIO7 Matich Corporation Farrell Dr. & EPC Str. Widen. & Signal Mods. CP95-21 CITY OF PALM SPRINGS, CALIFORNIA AGREEMENT #4067 M06346, 2-17-99 DEPARTMENT OF TRANSPORTATION ENGINEERING DIVISION NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION - CITY PROJECT 95-21 IN THE CITY OF PALM SPRINGS January 1999 F pALA.I S O A� m * NCO "Cl RpORA'f EO I F0 ?.\4 David J.Barakian, P.E., City Engineer Allen Smoot, AAE, Director of Transportation Bids Open: 2 February 1999 Dated: 31 December 1999 • CITY PROJECT NO . 95 - 21 The Special Provisions contained herein have been prepared by, or under the • direct supervision of, the following Registered Civil Engineer: • Approved by: • David J. Barakian, P.E. City Engineer Civil Engineer C 28931 • FARRELL DRIVE AND EAST PALM CANYON DRIVE 1 STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 12/31/98 8:19 AM SIGNATURE PAGE AGREEMENT • THIS AGREEMENT made this �� day of in the year 19 �.�, by and between the City of Palm Springs, a charter city, organized and existing id—the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and • Matich Corporation hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK • The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 • The Work is generally described as follows: The construction of curb, gutter, sidewalk, asphalt pavement and the relocation of mist. traffic signal equipment at the intersection of East Palm Canyon Drive and Farrell Drive in the City of Palm Springs. ARTICLE 2--COMMENCEMENT AND COMPLETION • The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time :specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the • delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but,not as a penalty), the Contractor shall pay the City the sum of $390.00 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 Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 'p' to '0' , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. • FARRELL DRIVE AND EAST PALM CANYON DRIVE • STREET WIDENING AND SIGNAL MODIFICATION AGREEMENT FORM CITY PROJECT 95-21 12/31/98 8:19 AM AGREEMENT AND BONDS-PAGE 1 ARTICLE 5 --PAYMENT PROCEDURES The Contractor %hall 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 Oocuments. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST:...,,CITY OF PALM SPRINGS, C�ALIFORNIA By By ! City Clerk / /City Manage APPROVED AS TO FORM::: Date ��Ji4z//G0j By ',itli;r /a-� APPROVED BY THE CITY COUNCIL: City Attorney Date 6346 2-17-99 Minute Order No. Date _ Agreement No. 4067 CONTENTS APPROVED: 1 By � 1114 �?(, EPI f er Date Y FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 AGREEMENT FORM 12/31/98 8:19 AM AGREEMENT AND BONDS- PAGE 2 • ' • CONTRACTOR: Matich Corporation (Check one: _individual, _partnership, • corporati ) J1 BY \o„ - t t v a J signature (NOTARIZED) Print Name and Title: • Y���Mp�_�,u� ��,,y_r,.l-�I�CO�IOW�.JL S�.s. . By. signature (NOTARIZED) Print Name and Title: 9 'y Mailing Address: • Date (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice • President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). End of Signatures • • FARRELL DRIVE AND EAST PALM CANYON DRIVE AGREEMENT FORM . STREET WIDENING AND SIGNAL MODIFICATION AGREEMENT AND BONDS- PAGE 3 CITY PROJECT 95-21 12/31/98 8:19 AM CALIFORNIA ALL-PURPS ACKNOWLEDGMENT • ��:�.-n�C`�CzS_,C^�.rv��;'�r��(>�z�"_^cr_�FC;Mv<-;S^:�^f:^ern=;m;^Ai,.^=C,���_i'��`^,_ p-i"'n—u=%^,,��r.l.;r�`.^=%h.•=�^�^.^�;1%-�ci, CY \tS State of California )I County of San Bernardino i 2-22-99 On before me, Susan C. Hubbard, "Notary Public" , I,1 Date Name and Title of Officer e+. ( ,g.,"Jane Doe,Notary Publlc") �91 personally appeared Patrick Matich 3 Name(s)of Signer(s) � personally known to me-OR-❑proved to me on the basis of satisfactory evidence to be the person(s) )I whose name(s) is/are subscribed to the within instrument <� and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, ; e strument. SUSAN G. HUB 3ARDCOMM.A 118131, ; .7e hand and official seal. ; NOTARY PUBLIC-CALIFORNIACO M,HXP. PRI COUNTY�'o COMM.EXP.ApRIL 26,2002U� > � Signature of Notary Public 1 PTIONAL Though the information below is not required by law, it ay rove valuable to persons relying on the document and could prevent t>> <�� fraudulent removal and re chment of this form to another document. SII Description of Attached Document < n Title or Type of Document: Agreement )I Document Date: 2-22-99 Number of Pages: 3 � o Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) �Hz� (. h(' Signer's Name: Patrick Matich Signer's Name: ❑ Individual ❑ IndividualI n Corporate 1? Officer El Corporate Officer f' Titles : Vice President >> Title(s): n ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General f ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator >I ❑ Other: Top of thumb here ❑ Other: Top of thumb here I�1 >> Signer Is Representing: Signer Is Representing: �I fit Matich Corporation I� It ;Il > 'v�� 0 1995 National Notary Association•8236 Remmet Ave.,P.O.Box 7104•Canoga Park,CA 91309-7164 Prod No 5907 Reorder Call Toll-Free 1-000-876-6027 CALIFORNIA ALL-PURP001ACKNOWLEDGMENT • State of Cali fnrnia County of Rivarcirip On beforeme, Elaine I WPdPkind Notary Puhlir � /Dal. Name and Tile of Officer le.g,•Jane Doe,Notary Public) personally appeared ------STEPHEN A. MATICH------------------------------------ Nani of Signerls) ' �ff�(�7W4MtbW4� ®A—K7 proved to me on the basis of satisfactory evidence to be the person(§) whose narri isAWsubscribed to the within instrument and acknowledged to me that he/NKNVQy executed the same in his>QYdf7tKgkr authorized capacitAM), and that by his7'Hfa`fD Ur signatl on the instrument the persorKA, or the entity upon behalf of which the person(g) acted, %FELAINE COMM. WEDEKIND f) L*7EDEK executed the instrument. (.� NOTARY PUBLIC-CALIFORNIAOrRIVERSIDE COUNTY C WITNESS my hand and official seal. r COMM-EXP.FEB.3,2003 - v � n 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 farm to another document. Description of Attached Document Title or Type of Document: Agreement Document Date: Number of Pages: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Ttle(s): Tftle(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thumb here ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: 0 1994 National Notary Association•8236 Real Ave.,P.O.Box 7184•Canoga Park,CA 91309.7184 Prod No.5907 Reorder:Call Toll i-B80-876-6627 i r ' 0 BID r k 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 farm 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: FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 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 yinto an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. E Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby j acknowledged): i Number Date t Number Date Number Date _ Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the ' conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, at seq., the undersigned confirms the following as its certification: E ( I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to 6e insured I 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. lTo all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Deed: �� C Bidder: 0 i By: (Signature) ' Title: yy( h i i i b FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION BID (PROPOSAL) CITY PROJECT 95-21 12131/988:19 AM BID FORMS - PAGE 2 E f BID SCHEDULE Schedule of Prices for the Construction of the: FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION PROJECT CITY PROJECT 95-21 in Palm Springs, California Item Oncdptlan Eaometetl No. UN[ PNte ,4nounr Mend, 1. Initial Mobilization - - - LS $8,000.00 2. Traffic Control - - - LS $ - 3. Traffic Signal Modifications - - - LS $ L C 4. Traffic Signing and Striping - - - LS $ C>r�� 5. Clearing, Grubbing and Excavation - - - LS S I'S 113 6. Remove existing Asphalt Concrete 10133 SF Pavement $ ic? $ /'G 9a •- I 7. Remove existing Asphalt Concrete 2500 SF Sidewalk $ /9'�7 $ R f 8. Remove existing PCC Cross-Gutter and 755 SF Spandrel , 9. Remove existing PCC Sidewalk 472 SF 10, Remove existing PCC Curb & Gutter 93 LF $ $ E 11, Construct 6" Curb & Gutter Per C.P.S. 59 LF C Std. Dwg 200 $ ���. $ '67 12. Construct 8" Curb & Gutter Per Caltrans 692 LF J �7 Std. Plan A2-8 $ $ 13. Construct PCC Sidewalk per C.P,S. Std. 3247 SF Dwg 210 $ -4- °_ $ %� 5Mf.a 14. Construct 2' wide Ribbon Gutter per C.P.S. 23 LF Std. Dwg. 200, type B2 $ •- I f Name of Bidder or Firm i t( FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 UNIT PRICE BID SCHEDULE 12/31/98 8:19 AM BID FORMS- PAGE 3 • BID SCHEDULE (Continued) FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION PROJECT _ CITY PROJECT 95-21 E I Item Dewdptlon F dmated UNt UNt Amount No. Dwndty Price w15. Construct Drain Tunnel per Detail on - - - LS -i Sheet 1 of the Project Plans $ j�L !✓u— r i 16. Construct Curb Inlet per Detail on Sheet - - - LS 1 of the Project Plans $ aG '� 17. Construct 5" Asphalt Concrete Pavement 19,819 SF - "i $ 1. $ 18. Construct 4" Misc. Base 19,819 SF $ $ - 19. Adjust Water Valve to grade per Desert 3 EA Water Agency Std. Dwg. W111 $ $ TOTAL OF ALL ITEMS OF THE BID SCHEDULE: 4 (Price In fipune) i I �� sj,-@ter 7rP _ i:a �; ��ti�� `��aPWA I ➢ �,7- z _ IN..Im wortlel i 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. S Name of Bider or Firm L I k t ,. lF i I f FARRELL DRIVE AND EAST PALM CANYON DRIVE I STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 UNIT PRICE BID SCHEDULE 12/31/98 10:11 AM BID FORMS - PAGE 4 IL) *ORMATION REQUIRED OF BIDDER • LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will . render the Bid as non-responsive and may cause; its rejection. Contractor's . Percent yy License of Total S Work to be Performed Number Contract Subcontractor's Name & Address f_cs r" q 2.�i�'/c"�s',�G3/ a V f, i 3. 44- 4. 6 f 5. j j 6. k y t k 8. j k� u Y � i I I 'f FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 LIST OF SUBCONTRACTORS 12/31/98 8:19 AM BID FORMS - PAGE 5 'e f BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 7. BIQD�R/CONTRAC R'S Name nd Street Address: 197 / S L �u�Cha `✓ ✓P 2. CONTRACTOR'S Telephone Number: ( goel 3. CONTRACTOR'S License: Primary Classification I - State License Number(s) Supplemental License Classifications 4. Surety Company and Agent( lwhill prsyyide the required Bonds on this Contract: Name of Surety l/ z) n roo t, Address I N)mLi4l Poe amain-r, - H Inc, (' r a 70s Surety Company Agent �e�; �poc�o_e_ Telephone Numbers: Agent (7/11 ) 4s� Surety ( ) —T�1 5. Type of Firm (Individual, Partnership or Corporation): 1�ro9oh, h oh 6. Corporation organized under the laves of the State of: L ( �A , 7• List the names and addresses of the principal members of the firm or names and titles of the }- principal officers of the corporation or firm: SLE — 19UdCQ Cp� TC �r�s��/ I p� FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 BIDDER'S GENERAL INFORMATION 72/31f98 8:19 AM BID FORMS - PAGE 8 CORPORATE RESOLU' ZOO At a meeting of the Board of Directors of MATICH CORPORATION, a California corporation, duly called and held on the 5'"day of January, 1999, a quorum being present, the following RESOLUTION was adopted: "Resolved, that the Corporate Officers for Matich Corporation are: CHAIRMAN OF THE BOARD Martin A. Matich PRESIDENT Stephen A. Matich EXECUTIVE VICE PRESIDENT Roy A. Hays VICE PRESIDENT&TREASURER Randall S.Valadez VICE PRESIDENT&CORPORATE SECRETARY Patrick A. Matich VICE PRESIDENT-ASPHALT SALES John M. Matich VICE PRESIDENT-ASPHALT SALES David Pendergrass VICE PRESIDENT-ENGINEERING Robert M. Matich VICE PRESIDENT-CONSTRUCTION MANAGEMENT Wayne Hendrix FURTHER RESOLVED, that the above listed Corporate Officers are duly authorized to sign documents (bids, contracts, etc.) as may be necessary on behalf of Matich Corporation. I, Patrick Matich, Secretary of Matich Corporation have compared the foregoing RESOLUTION with the original thereof, as it appears on the records of the Board of Directors of said company, and do certify that the same is foregoing and true and correct transcript therefrom, and of the whole said original RESOLUTION. I further certify that said RESOLUTION has not been amended or revoked and is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand as such secretary this 5`h day of January, 1999. Patrick A.Matich, Secretary it P r s BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: UJ 9. List at least three related projects completed to date: 5EL- pTTpey-E 4l a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person _ Telephone number C. Owner Address Contact Class of Work Phone — Contract Amount Project Date Completed Contact Person _ Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your I, firm: 11. Is full-time supervisor an employee - t,-� contract services 7 12• A recent financial statement or other information and references sufficiently comprehensive f to permit an appraisal of your current financial condition may be required by the Engineer. E k, FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION I CITY PROJECT 95-21 BIDDER'S GENERAL INFORMATION 12/31/98 8,1 g AM BID FORMS— PAGE 9 MATICH CORPORATION COMPLETED PROJECTS TO USE ON BID DOCUMENTS CONTRACT WHEN CONTACT AGENCY, ADDRESS, PHONE NO. PROJECT AMOUNT COMPLETED 177,385 MAY 1998 GODWIN EMUH DEPARTMENT OF TRANSPORTATION 1-10 FRY R.E. P.O. BOX 231 SAN BERNARDINO, CA. 9R402 909-385-4609 2,980,OOD JUNE 1996 WILLIAM 0 CITY OF CATHEDRAL CITY PALM CYN. DR. BAYNE, P.E. P.O. BOX 5001 CATHEDRAL CITY, CA. 92235-5001 760-770-0349 773,770 JUNE 1998 MAJEED CO. OF RIVERSIDE,TRANSPORTATION HEMS/RYAN FAR5HAD P.O. BOX 1090 AIRPORT RIVERSIDE, CA. 92501 909-955-6740 1.284,090 JULY 1997 TOM CITY OF PALM SPRINGS 96-44 CARTWRIGHT 3200 TAHOUITZ CYN.WAY PALM SPRINGS, CA. 9226P 760-323-8204 370,000 JUNE 1997 RICHARD J. CITY OF PALM DESERT 752-97 FOLKERS, P.E. 73-510 FRED WARING DRIVE PALM DESERT, CA. 92260-2578 760-346-0611 440.000 NOV. 1997 KAHONO CITY OF BANNING HEATER/REMIX OEI, R.E. P.O. BOX 99B BANNING, CA. 92220 909-922-1295 .t NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER j, AND SUBMITTED WITH BID �s State of California 1 cc 1 ss. County of&"Nk'(V'JI k1 1 Ma being first duly sworn, deposes and says that he or she is A('PL80 in •I- of __Ma I'o 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. t, Bidder � 'oh By Title F I, Organization Lr V^a�;t)0 Address . 0 . Gn X Sd 000 sum cn✓ V-J1,0 o ()a G a yea r ' FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 NON-COLLUSION AFFIDAVIT 12/31/98 8:19 AM BID FORMS - PAGE 6 J __ Bond #213356 • A. Executed in Four Counte its Premium $887.00 PERFORMANCE BOND • KNOW ALL MEN BY THESE PRESENTS, That Matich Corporation as Contractor, And National Union Fire Insurance Company of Pittsburgh, PAasSurety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of • Riverside, California, hereinafter called the "City," in the sum of: One Hundred Fifty Thousand Three Hundred Eighty-two and 70/100-- --------------------------•---------------------------------- 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: FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents ' required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED,that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. • SIGNED AND SEALED,this 25th day Hof February 19 99 National Union Fire Insurance Company Contractor Matich Corporation Surety of Pittsburgh, PA- • By /vim _ By \ , Title , 141-te- Lr- • Title Rhonda C. Abel, Attorney in Fact • (NOTARIZE) (NOTARIZE) • • FARRELL DRIVE AND EAST PALM CANYON DRIVE • STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 PERFORMANCE BOND 12/31/98 8:19 AM AGREEMENT AND BONDS - PAGE 5 CALIFORNIA ALL-PURPOO19 ACKNOWLEDGMENT • �. State of Californial fJ !� County of San Bernardino chi 2-22-99 �gi On before me, Susan me Hubbard, "Notary Public", � Date Name and title of Officer(e g,"Jane Doe,Notary Publlc") J personally appeared Patrick Matich 11' hornets)of Signer(.) [-,Fpersonally known to me-OR-❑proved to me on the basis of satisfactory evidence to be the person(s) jl whose names) is/are subscribed to the within instrument ,» and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), I fi. or the entity upon behalf of which the person(s) acted, ; executed the instrument. or "I )� *' 19U9AN C, HUB®Aftq� �Ci COMM.f17e1071 rN (7 NOTARYPUBLIC•CALIFORNIAW WI ES S hand and official seal. 2If SAN BERNARDINO COUNTY O 2 COMM.EXP.APRIL 26,2002 y Of ('S • (, f(� signature of Notary Public t� OPTIONAL Though the information below is not required bylaw,Ift ay prove valuable to persons relying on the document and could prevent ' fraudulent removal and eattachment of this form to another document. C7 Description of Attached Document Title or Type of Document: Performance Bond Document Date: 2-2�-99 NumberofPages: 1 I r )I Signer(s) Other Than Named Above: ) Capacity(ies) Claimed by Signer(s) 01 Patrick Matich Signer's Name: Signer's Name: sot ❑ Individual ❑ Individual � Corporate Officer ❑ Corporate Officer 1S fi Title(s): Vice President Title(s): 01 ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact j ❑ Trustee ❑ Trustee hI ❑ Guardian or Conservator ❑ Guardian or ConservatorI <� ❑ Other: Top of thumb hereLl Other: Topf thumb JI Signer Is Representing: Signer Is Representing: kl k 3 I< Matich Corporation , �>> ��"�ti�'J=C%�C.�!J-•(i� .v�`��--C%�%V`.�� "-V"✓:1:-:.•_-Cr'�'v v�'=v"v^<-=v=<:v`=-`J='�'�C.%C>!s<%�.J-/,-.�%.�-:,w�����.%==U"_✓.^'�C%=%C:`=-C.`:'v"—'.: > ©1995 National Notary Association•8236 Rommel Ave,PC Box 7184•Canoga Parll CA 91309-7184 Prad.No.5907 Reorder Call Toll-Free 1-800-B]6-682] State of California _ • County of Orange _ On February 25, 1999 before me, Seri Apodaca, Notary Public DATE NAME, TITLE OF OFFICER-E.G.. 'JANE DOE, NOTARY PUBLIC personally appeared Rhonda C. Abel NAME(S) OF SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the JERI APODACA �� person(s), or the entity upon behalf of which the person(s) ttd"�1 Gomm.N 1193808 u7 "'` `"`,n, A N0iAAYPUA4119L808 {� acted, executed the instrument. ;;„ ,�.. Orangr, County ��� My conun. nlfus Aug.1�7 WITNESS my hand and official seal. , � ....:.:........ w 1 -)A rok SIGNAT E OF NOTARY OPTIONAL Though the data below is not required by law, t may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑INDIVIDUAL ❑CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑PARTNER(S) ❑LIMITED ❑GENERAL �ORNEY-]N-FACT NUMBER OF PAGES ❑TRUSTEE(S) ❑GUARDIAN/CONS E RVATO R ❑OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: SIGNER(S) OTHER THAN NAMED ABOVE NAME OF PERSON(S) OR ENTITY(IES) Bond #213356 Premium Included in Perform e Bond • Executed in Four Counterparts PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That National Union Fire Insurance Company of Pittsburgh, PA. as Surety, are held firmly bound unto the CityPalm , charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," ,"in thea sum sum of: f: One Hundred Fifty Thousand Three Hundred Eighty-two and 70/100---- -------------------------------•----------------------------------------- dollars, for the payment of which sum well and truly to bemade, 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: FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION CIITY PROJECT 95-21 NOW THEREFORE, if said Contractor,its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions,equipment, or other supplies, appliances, or power used in,upon,for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. • PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this 25th day of February , 19 99 National Union Fire Insurance Company Contractor_ Matich Co1rporation surety of Pittsburgh, PA. By Title Title Rhonda C. Abel, Attorney in Fact (NOTARIZE) t" (NOTARIZE) - FARRELL DRIVE AND EAST PALM CANYON DRIVE . STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 CERTIFICATE OF INSURANCE 12/31/98 8:19 AM AGREEMENT AND BONDS - PAGE 6 CALIFORNIA ALL-PURPOS ACKNOWLEDGMENT • 6C`_��In—u,.r:.���hr`Crrt.. fir,vR If C State of California fiY County of San Bernardino On 2-22-99 j beforeme,_ Susan C. Hubbard "Notary Public", F C(ry Data Name and Tille of Officer(a g,"Jane Doe,Nolary,Public') <<� personally appeared Patrick Matich f,) Name(s)of Signer(s) I� CT-personally known to me-OR-❑proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument `r"J and acknowledged to me that he/she/they executed the IT f, same in his/her/their authorized capacity(ies), and that by 61 his/her/their signature(s) on the instrument the person(s), '� or the entity upon behalf of which the persons) acted, executed the instrument. SUSAN C.HUBBARD my hand and official seal. V comm.#1181311 NOTARY PUBLIC-CALIFORNIA� � (( SAN BERNARDINO COUNTY 0 COMM.EXP.APRIL 26,2002'' Signature of Notary Public f,3 — O TIONAL �l <� Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent tp <<� fraudulent removal and reattachment of this form to another document. I t Description of Attached Document �j° Title or Type of Document: Payment Bond �pi n Y Document Date: 2-22-99 Number ofPagesl K;I i� Signer(s) Other Than Named Above: �j Capacity(ies) Claimed by Signer(s) >I Signer's Name: Patrick Matich Signer's Name: > (� ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Vice President Title(s): Title(s): � ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact Kil ' ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator Ii ❑ Other: Top of thumb here ❑ Other: Top of thumb here r > S. Signer Is Representing: (� 9 p 9: Signer Is Representing: d 1 Matich Corporation » I� vRemn tAe, 1309-7 C:�4�%<:'✓v'-_'k;�.bumf.^FJ �'✓w'='�-C�� _C%' S_ci-✓%✓Y. U' �,�, ©1995 National Nolary,Association•8236 Remmal Ave.,PO.Box 7184•Canoga Park,CA 91309-7184 Prod.No.5907 Reorder:Call Toll-Free 1-800-876-6827 rpersonally California + — • Orange uary 25, 1999 before me, Jeri Apodaca, Notary Public DATE NAME, TITLE OF OFFICER-E.G.,'JANE DOE.NOTARY PUBLIC ppeared Rhonda C. Abel NAMES) OF SIGNERS) lly known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the �r, JERI ,4PO�ACA person(s), or the entity upon behalf of which the person(s) tt�� Comm.f 11938U8 acted, executed the instrument. uJ "`�"' NOTARY PUR(ICCALIFOBNIA I�ycomm. F,grsAug.n,zooz WITNESS my hand and official seal. Lj- SIGNAIIJRE OF NOTARY 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 farm. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑INDIVIDUAL ❑CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑PARTNER(S) ❑LIMITED ❑GENERAL �TTORNEY-IN-FACT NUMBER OF PAGES ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: SIGNER(S) OTHER THAN NAMED ABOVE NAME OF PERSON(S) OR ENTITY(IES) Ainerican, home Assurance CoM* . POWER OF ATTORNEY National Union Fire Insurance Company of Pittsburgh, Pa. Principal Bond Office: 175 Water Street,New York,N.Y. 1003S No.05-B-34726 KNOW ALL MIEN BY THESE PRESENTS: That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa., a Pennsylvania corporation, does each hereby appoint ---Pamela M. Hummel, Rhonda C.Abel: of Costa Mesa,California-- its rive and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF,American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. have each executed these presents this 7th day of January, 1998. Laevrenec arlstrom, Senior Vice President .'�t�' � •� National Union Fire Insurance Company of Pittsburgh, PA. ..6'el �fT=y� Vice President, American Home Assurance Company STATE OF NEW YORK } COUNTY OF NEW YORK }ss. - 7 On this 7th day of January, 1998 before me came the above named officer of American Home Assurance Company and National u..�. ,7 t;w „ VJ,'IM� Union Fire Insurance Company of Pittsburgh, Pa., to me personally frR'Ne9&'�w, sfl,r4`J known to be the individual and officer described herein, and 1 a2l'atitf;ac6now lcdged that he executed the foregoing instrument and affixed ;Itjq f 30, the seals of said corporations thereto by authority of his office. CERTIFICATE Ftccgrir, of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of Putsburgh,Pa on flay 13, 076: "RESOINED,that the Chairman of the Board,the PieSitlent,or any Vice President be,and hereby is,authorized to appoint Attorneys-in-Fact to represent and act for and on behalf'of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nalute thereof,and to attach thereto the corporate seal of the Company,in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to anv such Power of Attorney or to any cerificmc relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsunde signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contiacl of inderonny or writing obligatory in the nature thcrcoc' "RI-SOLVED. that any such Attomey-in-Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such cernfcation the date thereof,said date to be not later than the date of delivery Ihercof by such Auorncy-m-Fact." 1. Clvabeth bl Truck,Secretary of American Home Assurance Company and of National Union F,re Insurance Company of Pdtsburgh, Pa.do hereby certify (flat the foregoing excerpts of Resolutions adopted by the Boards or Directors of these corporations, and the Powers of Attorney issued pursuant thereto, are true and correct,and that both the Resolutions and the Powers of Attorney are in full force and effect. IN R ITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of each corporation Lilts 25th dayof February Iq 99, a j �4`. �>rt0a l.,,,�,,. L.�•(ir✓� . 1yt,,.,J ✓ J'�/I�. i A[:yi�mai`� Elizabeth NI.Tuck,Secretary u 65160 N 901 NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS • TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS 0 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal ) Bid Schedule List of Subcontractors Non-collusion Affidavit Bidder's General Information Bid Bond (Bid. Security Form) • Agreement and Bonds Agreement Form Worker' s Compensation Certificate Performance Bond Payment Bond * Certificate of Insurance PART II -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENDICES APPENDIX "A" Standard Drawings FARRELL DRIVE AND EAST PALM CANYON DRIVE . STREET WIDENING AND SIGNAL MODIFICATION SPECIAL CITY PROJECT 95-21 PROVISION 12/31/98 8:19 AM GENERAL CONTENTS - PAGE 1 CITY OF PALM SPRINGS DEPARTMENT OF TRANSPORTATION • ENGINEERING DIVISION • PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS • FARRELL DRIVE: AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION PROJECT CITY PROJECT 95-21 Notice Inviting Bids Instructions to Bidders • Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors • Non-Collusion Affidavit Bidder' s General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form • Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance • FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION PART 1 CONTENTS CITY PROJECT 95-21 12/31/98 8:19 AM PAGE 1 CITY OF PALM SPRINGS • NOTICE INVITING BIDS For the construction of Farrell Drive And East Palm Canyon Drive Street Widening And Signal Modification City Project 95-21 • N-1 . NOTICE IS HEREBY GIVEN that sealed bids for the Farrell Drive And East Palm Canyon Drive Street Widening And Signal Modification Project will be received at the office of the Procurement Manager of the City of Palm Springs, California, until 2 pm on February 2, 1999 at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of curb, gutter, sidewalk, asphalt pavement and the relocation of misc. traffic signal equipment at the intersection of East Palm Canyon Drive and Farrell Drive in the City of Palm Springs . • N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non- responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder and reject. all other bids, as it may best serve the interest of the City. • (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier' s check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall 3 possess a valid Class A Contractor license at the time of submitting bids. N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. 1 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 FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION CITY PROJECT 95-21 NOTICE INVITING BIDS 12/31/98 8:19 AM PAGE 1 • 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 � 25 dollars per set and are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 . No refund will be made of any charges ''for sets of Contract Documents . (c) An additional fee of $15. 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 Procurement Manager at 3200 East Tahquitz Canyon. Way, Palm Springs, CA 92262 . The envelope shall be plainly • marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For. . " followed by the title of the Project and the date and hour of opening Bids . The certified or cashier' s check or Bid Bond shall be enclosed in the same envelope with the Bid. C BY ORDER OF THE CITY OF PALM SPRINGS Date �< <- 31/ 19 to CITY OF PALM SPRINGS C David J. Barakian, PE City Engineer City of Palm Springs L l 1- FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION NOTICE INVITING BIDS CITY PROJECT 95-21 PAGE 2 12131/98 8,19 AM 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,Ino Bid for the Work will be accepted from a contractor whodoes 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. M 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. I (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. FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION INSTRUCTIONS TO CITY PROJECT 95-21 12/31/98 8:19 AM BIDDERS - PAGE 1 0 • IN The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by!the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. , 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 7 days prior to ,• the date of opening Bids may not be answered. Only ,questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. (. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein and the pages shall not be removed from the bound volume. 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 any conflict between the words and figures, the words shall govern. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity (- listed, the unit price shall govern and the amount will',be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of ,Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on thIe 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 510I0 et seq. of the California Public Contract Code. 4 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. FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION INSTRUCTIONS TO CITY PROJECT 95-21 BIDDERS - PAGE 2 12/31/98 8:19 AM (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or . provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The Work, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Special Provisions without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Special Provisions that a substitute or "or-equal" item of material or equipment may be furnished or used by the Contractor if acceptable to the Engineer, application for such acceptance will not be considered by the Engineer until after the Effective Date of the Agreement. The procedure for submittal of any such application by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. = Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to wham award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third l 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. FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION INSTRUCTIONS TO CITY PROJECT 95-21 12/31/98 8:19 AM BIDDERS - PAGE 3 0 • ` (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. (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. 1 (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. A END OF INSTRUCTIONS TO BIDDERS - i r FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION INSTRUCTIONS TO CITY PROJECT 95-21 BIDDERS - PAGE 4 12131198 8-19 AM • . CITY OF PALM SPRINGS DEPARTMENT OF TRANSPORTATION ENGINEERING DIVISION M PART II -- SPECIAL PROVISIONS FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION PROJECT • CITY PROJECT 95-21 Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details FARRELL DRIVE AND EAST PALM CANYON DRIVE PART II-- SPECIAL PROVISIONS . STREET WIDENING AND SIGNAL MODIFICATION GENERAL CONTENTS - PAGE 1 CITY PROJECT 95-21 12/31/98 8:57 AM CITY OF PALM SPRINGS DEPARTMENT OF TRANSPORTATION ENGINEERING DIVISION SPECIAL PROVISIONS M FARRELL DRIVE AND EAST PALM CANYON DRIVE STREET WIDENING AND SIGNAL MODIFICATION PROJECT CITY PROJECT 95-21 • SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 GENERAL 3 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook") , 1997 Edition, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard! Plans identified in the Appendix, insofar as the same may apply to, and be in accordance with, the ] following Special Provisions. In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions. 1-1.2 Supplementary Reference Specifications. - Insofar as references may be made in there Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard 1 Specifications" is used without the prefix "Caltrans, " it shall mean the Standard Specifications for Public Works Construction ("Greenbook") , 1997 Edition, as previously specified in the above paragraph. P 1-2 LEGAL ADDRESS 1-2.1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, FARRELL DRIVE AND EAST PALM CANYON DRIVE TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS- SECTION 1 - PAGE 1 CITY PROJECT 95-21 12/31/98 8:57 AM Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2 .2 Legal Address of the Engineer. - The official address of the Engineer shall be David J. Barakian, P.E. , City Engineer, City of Palm Springs, Engineering Division, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2.3 Legal address of the City's Project Representative. - The r name .and address of the City's designated Project Representative shall be the Engineering Field Supervisor, City of Palm Springs, Engineering Division, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor. 1-3 DEFINITIONS AND TERMS 1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the: following terms are used, the definitions shall • be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. Engineer - The City Engineer of the City of Palm Springs, California. E Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner -The Owner shall be the Agency, as defined above. l END OF SECTION - FARRELL DRIVE AND EAST PALM CANYON DRIVE TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS- SECTION 1 - PAGE 2 CITY PROJECT 95-21 12/31/98 8:57 AM SECTION 2 -- SCOPE AND CONTROL OF WORK • 2-1 GENERAL Particular attention is directed to the provisions of Section 6- 1, "Construction Schedule and Commencement of Work, " Section 6-7, "Time of Completion, " and Section 6-9, "Liquidated Damages" of the Standard Specifications. After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice: to Proceed. Said Work shall be diligently prosecuted to completion before the expiration of: 35 WORKING DAYS from the date specified in the Notice to Proceed from the City. Said number of days includes ordering time for materials. 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 working day's delay in finishing the Work in excess of the number of working days prescribed above. 2-2 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: "The contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives. " w 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: FARRELL DRIVE AND EAST PALM CANYON DRIVE SCOPE AND CONTROL OF WORK . STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 2- PAGE 1 CITY PROJECT 95-21 12/31/98 1:31 PM 1. Change Orders or Work', Change Directives 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows: • 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: "2-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. ' HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically .identified in the Special Provisions. Except for such reliance on such "technical data, " the Contractor may not rely upon or make any claim against the City, the Engineer, nor any of the Engineer's Consultants with respect to any of the following: C 2-7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto, or C 2-7.1.2. Other Information: - Any other data, interpretations, opinions, and ,information contained in such reports or shown or indicated in �such drawings, or 2-7 .1.3. Interpretation. - , Any interpretation by the C Contractor of such "technical data, " or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. " FARRELL DRIVE AND EAST PALM CANYON DRIVE � SCOPE AND CONTROL OF WORK STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 2- PAGE 2 CITY PROJECT 95-21 12/31/98 8:57 AM 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY • Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractor's responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall • require their resetting per City requirements, including corner .record filing, for the existing type of monument in question at 'the Contractor's expense. Any existing monument shall not be disturbed. The Engineer will maintain a survey location check on the monument without cost to • the Contractor. The Contractor is advised that any resetting of monuments will be performed by the Engineer. Should the Contractor anticipate the removal of any survey monuments, it shall notify the Engineer prior to removal. The Contractor shall be financially • responsible for reinstalling the existing monument well, and the Engineer will reset the monument. 2-7 SURVEYING All construction staking and field marking for job limits, saw- cut lines, elevations, excavation and embankment, horizontal control, etc. , will be done by the Engineer. 2-8 AUTHORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of performance and rate of progress of the Work, (4) the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The Engineer's decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. 2-9 INSPECTION The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and FARRELL DRIVE AND EAST PALM CANYON DRIVE SCOPE AND CONTROL OF WORK • STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS -SECTION 2- PAGE 3 CITY PROJECT 95-21 12/31/98 8:57 AM 0 equipment furnished shall be subject to the Engineer's inspection. • When the Work is substantially completed, a representative of the Engineer will make the final inspection. 2-10 SITE EXAMINATION • The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of -the Contractor to acquaint itself with • all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents. • 2-11 FLOW AND ACCEPTANCE OF WATER Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, and has prepared • its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. 2 .12 SUBMITTALS The following provisions shall be, added at the end of Paragraph 2-5.3 . 3 of the Standard Specifications: On lump sum contracts, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will serve as the basis for progress payments and shall be incorporated into a form C of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Preconstruction Conference and must meet the approval of the Engineer before any payments can be K made to the Contractor. END OF SECTION - C I f FARRELL DRIVE AND EAST PALM CANYON DRIVE SCOPE AND CONTROL OF WORK STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 2- PAGE 4 CITY PROJECT 95-21 SECTION S -- CHANGES IN WORK • 3-1 EXTRA WOflZ%Z The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that the provisions for markup percentages of for overhead and profit of for extra work referenced in • subparagraph 3-3 .2.3 of the 1997 edition shall be deleted in its entirety and the following substituted therefor: 3-2 PAYMENT 3-2.1 Markup: The provisions of Subsection 3-3 .2 . 3 Markup, • shall be amended to read as follows: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit. • 1) Labor 24 percent (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1st tier only) 5 percent 6) lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. • 3-2.2 Contract Unit Prices: The provisions of Subsection 3- 2. 2 . 1 of the Standard Specifications shall be revised to read as follows: 3-2 .2 . 1(a) Allowable Quantity Variations on Unit Price • Contracts: In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, • that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. 3-2.2 .1 (b) Increases of More Than 25 Percent on Unit Price Contracts: On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change FARRELL DRIVE AND EAST PALM CANYON DRIVE CHANGES IN WORK • STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS -SECTION 3 - PAGE 1 CITY PROJECT 95-21 12/31/98 8:57 AM Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions. Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item of work include fixed costs, such fixed costs shall be deemed to have been recovered by the Contractor by the payments; made for 125 percent of the Engineer 's Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the' Contractor and the City. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer' s Estimate is less than $5, 000 at the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. 3-2 .2 . 1 (c) Decreases of More Than 25 Percent on Unit Price Contracts: On unit price contracts, should the total � pay quantity of any item of work required under the contract be less than 75 percent of the Engineer' s Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an • executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Section 3- • 3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such , adjustment as will be as agreed to by the Contractor and the City; provided however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. !1 Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be ( determined as hereinafter FARRELL DRIVE AND EAST PALM CANYON DRIVE CHANGES IN WORK STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 3 - PAGE 2 CITY PROJECT 95-21 1 2131/98 8:57 AM • 00 provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be • paid for as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. The payment for the total pay quantity of such item of • work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity for such item at the original Contract Unit Price. 3-2 .2 . 1 (d) eliminated Items on Unit Price Contracts: On • unit price contracts, should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing • by the Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the • actual cost to the Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the • actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for. The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be • computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3 . 2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. • END OF SECTION - • FARRELL DRIVE AND EAST PALM CANYON DRIVE CHANGES IN WORK STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 3 - PAGE 3 • CITY PROJECT 95-21 12/31/98 8:57 AM SECT6ON 4 -- CONTROL OF (MATERIALS • 4-1 TEAIDE NAMES Or EQUALS 4-1. 1 Substitutions. - Subparagraph 2 of Section 4-1. 6 of the Standard Specifications shall be amended to read as follows: Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal. " A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, i unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after award shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an "or equal" item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1. 1, above. Data for approval of "or equal" • products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for + reference only and do not constitute an endorsement of same by the Engineer or the City. 4.2 MATERIALS 4-2. 1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2 .2 Placing Orders. - The Contractor shall place the order(s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping,, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendor(s) that the order(s) for said supplies, materials, and equipment has been received and accepted by said FARRELL DRIVE AND EAST PALM CANYON DRIVE CONTROL OF MATERIALS STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 4- PAGE 1 CITY PROJECT 95-21 12/31/98 1:36 PM r vendor(s) within 15 working days from the date of said award of Contract. r END OF SECTION - M r C C C r FARRELL DRIVE AND EAST PALM CANYON DRIVE CONTROL OF MATERIALS • STREET WIDENING AND SIGNAL MODIFICATION II, SPECIAL PROVISIONS - SECTION 4- PAGE 2 CITY PROJECT 95-21 12/31/98 8:57 AM SECTION 5 -- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION 02 EXISTING UTILITIES (a) following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the • Standard Specifications: 11In 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 i responsibility, between the parties to the contract, for the timely removal., relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and « specifications made a part of the invitation for bids. The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility facilities not identified by the- public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. FARRELL DRIVE AND EAST PALM CANYON DRIVE UTILITIES . STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS -SECTION 5- PAGE 1 CITY PROJECT 95-21 72/31/98 8:57 AM 0 • • The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price. " (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions shall be added 'to the end of Section 5-5 of the Standard Specifications: "If the Contractor, while performing the Contract, discovers utility facilities not identified by the public agency in the Contract Plans or Specifications, he or she ' shall immediately notify the public agency .and utility in writing. The public utility, where they are the owner, shall have the sole discretion ', to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price. " 5-2 TEMPORARY SUPPORT OF UTILITIES The Plans identify the approximate locations of existing utilities that parallel or cross the Work. These locations are based on the best information available to the City. The Contractor shall verify these locations. During construction of the Work, some of the existing utilities may fall within the prism of trenches. If the existing utility does fall. within the Contractor's trenches, the utility involved shall be supported properly by the Contractor to the satisfaction of the utility owner., The method of support of the utility, precautions to be taken during trench backfill and compaction, etc. , shall be per the utility owner's requirements., The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities. C 5-3 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete. Therefore, the Contractor t shall notify Underground Service Alert at 1-800-422-4133 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work. The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. FARRELL DRIVE AND EAST PALM CANYON DRIVE UTILITIES STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 5- PAGE 2 CITY PROJECT 95-21 I 12/31/98 8:57 AM All water meters, water valves, fire hydrants, Southern California Edison vaults, General Telephone vaults, Southern California Gas Company valves, and other subsurface structures shall be protected by the Contractor as specified in the Special Provisions. - END OF SECTION - • • • • • • • FARRELL DRIVE AND EAST PALM CANYON DRIVE UTILITIES . STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS -SECTION 5- PAGE 3 CITY PROJECT 95-21 12/31/98 8:57 AM SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES 6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the Standard Specifications shall not apply, but shall be as stated in the Agreement. i 6-2 TIMES OF OPERATION 6-2.1 Hours of Operation. - It shall be unlawful for any person to operate, permit, use, or cause to operate any of the following, other than between the hours of 7: 00 a.m, to 3:30 p.m. , Monday through Friday, with no work allowed on City- observed holidays, unless otherwise approved by the Engineer: 1. Powered Vehicles 2. Construction Equipment 3 . Loading and Unloading Vehicles 4 . Domestic Power Tools 6-2.2 Limitations. - No trench excavation or pipe laying shall be performed on Fridays, weekends, holidays, or the day preceding a holiday without prior approval of the Engineer. Fridays shall be used for cleanup and paving where possible. 6-3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work. The following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct: + CITY OF PALM SPRINGS Tom Cartwright, Engineering Field Supervisor (760) 323-8253 Sherman Ferguson, streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 GENERAL TELEPHONE COMPANY Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Garry Dean (760) 202-4257 SOUTHERN CALIFORNIA GAS COMPANY Attention: Rich Isaacs (909) 335-7772 FARRELL DRIVE AND EAST PALM CANYON DRIVE PROSECUTION, PROGRESS, STREET WIDENING AND SIGNAL MODIFICATION AND ACCEPTANCE OF THE WORK CITY PROJECT 95-21 AND PROVISIONS- SECTION 6- PAGE 1 12131/98 8:57 AM 0 • TIME-WARNER CABLE Attention: Mr. Michael Sagona (760) 778-3400 • WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SPRINT .Attention: Mr. Lynn Durrett (909) 874-7450 • UNDERGROUND SERVICE ALERT (800) 422-4133 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the • Contractor, sub--contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre- Construction Conference. • END OF SECTION • C • • PROSECUTION, PROGRESS, FARRELL DRIVE AND EAST PALM CANYON DRIVE AND ACCEPTANCE OF THE WORK STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 6- PAGE 2 CITY PROJECT 95-21 12/31/98 8:57 AM SECTION 7 -- RESPONSIBILITIES 01: THE CONTRACTOR 7-1 LAWS TO BE OBSERVED 7-1.1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances .and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the Director of Public Works and the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing. " 7-1.2 Antitrust Claims. - The Public Contract Code citation in the first sentence of Section 7-14 of the Standard Specifications shall be corrected to read as follows: "Section 7103.5 of the Public Contract Code provides:" 7-1.3 Hours of Labor. - 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, as a penalty to the City, forfeit $25. 00 for each worker employed in the execution of the Contract by the Contractor or by any subcontractor for each calendar work week during which such worker is required or permitted to work more than 40 hours in any one calendar work week, unless such worker receives compensation for all hours worked in excess of 40 hours at not less than 1-1/2 times the basic rate of pay. • 7-1.4 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 FARRELL DRIVE AND EAST PALM CANYON DRIVE RESPONSIBILITIES OF THE CONTRACTOR . STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS -SECTION 7- PAGE 1 CITY PROJECT 95-21 12/31/98 8:57 AM • M Relations. Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which copies shall be made available to any interested party on request. The Contractor . shall post a copy of such determination at each job site. The Contractor shall, as ai penalty to the City, forfeit $50. 00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any • public work done under the Contract by it or by any subcontractor under it. 7-1.5 Travel and Subsistence Payments. - As required by Section 1773 . 8 of the California Labor Code, the Contractor shall pay travel and subsistence payments to each worker needed to execute • the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with this Article. To establish such travel and subsistence payments, the representative of any craft, classification, or type of worker • needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to • the call for Bids. 7-1.6 Apprentices on Public Works,. - The Contractor shall comply with all applicable provisions of Sections 1777. 5 and 1777. 6 of the California Labor Cade relating to employment of apprentices on pulblic works. 7-1.7 Unpaid Claims. - :If, at any, time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil. Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. 7-1.8 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 f ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the ! escrow agent, who shall return FARRELL DRIVE AND EAST PALM CANYON DRIVE RESPONSIBILITIES OF THE CONTRACTOR STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 7 - PAGE 2 CITY PROJECT 95-21 12/31/98 8:57 AM such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those .listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. 7-1.9 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract. - (a) As required under Section 7104 of the Public Contract Code, in any public works contract of a local public entity, which involves the digging of • trenches or other excavations that extend deeper than 1. 2 meters (4 feet) below the surface, shall be subject to the following conditions: the Contractor shall promptly, before the conditions are disturbed, notify the public entity in writing of such conditions. (b) It has been determined that the OSHA soil classification in Palm Springs has designated to be Type C soil throughout the City. All protective measures shall be based upon that determination. 7-1.10 Resolution of Construction Claims. - As required under • Section 20104, et seq. , of the California Public Contract Code, any demand of $375, 000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section t 20104, et seq. , relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be failed under this Article prior to the date of final payment for all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50, 000, but is less than $375, 000. FARRELL DRIVE AND EAST PALM CANYON DRIVE RESPONSIBILITIES OF THE CONTRACTOR . STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS -SECTION 7 - PAGE 3 CITY PROJECT 95-21 12/31/98 8:57 AM 0 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 i60 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. 7-1.11 Concrete Forms, Falsework, and Shoring. - The Contractor shall comply fully with the requirements of Section 171.7 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete. Where the' said Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, the Contractor shall employ a registered civil engineer for these purposes, and all costs therefor shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract C Documents. 7-1.12 Payroll .Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security ', number, work classification, straight time, and overtime hours), worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-1. 12 , shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: FARRELL DRIVE AND EAST PALM CANYON DRIVE �'i RESPONSIBILITIES OF THE CONTRACTOR STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS -SECTION 7 - PAGE 4 CITY PROJECT 95-21 12/31/98 8:57 AM 1. A certified copy of an employee's payroll record shall be made available for inspection, or furnished to the employee, or • his or her authorized representative on request. 2 . A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon request, to • a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations. • 3 . A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the • Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to Section 7-1. 12, paragraph 2, herein, the requesting party shall, prior to being provided the records, • reimburse the costs of preparation by the Contractor, sub-contractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. • The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-1. 12, herein, with the entity that requested the records within 10 days after receipt of a written request. • Any copy of records made available for inspection as copies, and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, and social security number. The name • and address of the Contractor awarded the Contract or performing the Contract shall not be marked or obliterated. The Contractor shall inform the body awarding the Contract of the location of the records enumerated under said Section 7- 1. 12, paragraph one, herein, including the street address, city • and county, and shall, within 5 working days, provide a notice of any change of location and address. FARRELL DRIVE AND EAST PALM CANYON DRIVE RESPONSIBILITIES OF THE CONTRACTOR STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS- SECTION 7- PAGE 5 • CITY PROJECT 95-21 12/31/98 8:57 AM 0 • In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section. Should • noncompliance still be evident 'after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the • Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain the full name, address and social security number of each employee, his or her correct • classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee's address and social security number need only appear on the first payroll on which his or her name appears. The payroll shall be accompanied by a "Statement of • Compliance, " signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less, than those required by the Contract. The "Statement of Compliance" shall be on forms furnished by the City, or on any, form with identical wording. The Contractor shall be responsible for the submission of copies • of payrolls from all subcontractors. If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the let of that month, the City will retain an amount equal to 10 percent of the estimated • value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10, 000, nor be less than $1, 000. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the Contract. The retention for failure to submit payrolls for' any monthly period will be • released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. 7-2 INSURANCE AMOUNTS C The insurance provided by the CONTRACTOR hereunder shall be (1) with companies licensed to do business in the state of California, (2) with companies with a Best's Financial Rating of VII or better, and (3) with companies with a Best ' s General Policy Policyholders Rating of not less than A, except that in case of Worker' s Compensation Insurance, participation in the State Fund, where applicable, is ',acceptable. FARRELL DRIVE AND EAST PALM CANYON DRIVE RESPONSIBILITIES OF THE CONTRACTOR STREET WIDENING AND SIGNAL MODIFICATION � SPECIAL PROVISIONS - SECTION 7 - PAGE 6 CITY PROJECT 95-21 12/31/98 9:57 AM The limits of liability for insurance, as required by Section 7-3 and 7-4 of the Standard Specifications, shall provide coverage for not less that the following amounts, or greater where • required by laws and regulations: 1. Workers' Compensation: a) State: Statutory Amount Or minimum $1, 000, 000 • b) Employer's Liability: $1, 000, 000 2. Comprehensive General Liability: a) Bodily Injury (Including completed operations and • products liability and wrongful death) : $ 1, 000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate Property Damage: • $ 1,000, 000 Each Occurrence $ 1, 000, 000 Annual Aggregate b) Property damage liability insurance will provide explosion, collapse, and underground coverages • where applicable. C) Personal injury, with employment exclusion deleted: 0o Annual Aggregate • 3 . Comprehensive Automobile Liability: a) Bodily Injury (Including wrongful death) : $1, 000, 000 Each Person • $1, 000, 000 Each Occurrence b) Property Damage $1, 000, 000 Each Occurrence Or a combined single limit of $1, 000, 000 • 7-5 PERMITS 7-5.1 Business License. The Contractor and all of its subcontractors shall posses a current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License FARRELL DRIVE AND EAST PALM CANYON DRIVE RESPONSIBILITIES OF THE CONTRACTOR STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS -SECTION 7 - PAGE 7 CITY PROJECT 95-21 12/31/98 8:57 AM 0 • Office, 3200 Tahquitz Canyon Way, : Palm Springs, CA. 92262 , (760) 323-8289. 7-5.2 City of Palen Syxings Construction Permit. The Contractor • shall be required to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be obtained from the office of the Engineer. All other provisions of Section 7-5 of the Standard • Specifications shall remain in force. END OF SECTION - i • • • • FARRELL DRIVE AND EAST PALM CANYON DRIVE RESPONSIBILITIES OF THE CONTRACTOR STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 7 - PAGE 8 CITY PROJECT 95-21 12131/98 8:57 AM SECTION 8 FACILITIES FOR AGENCY PERSONNEL • (BLANK) END OF SECTION • • • • • • r r FARRELL DRIVE AND EAST PALM CANYON DRIVE FACILITIES FOR AGENCY PERSONNEL STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS- SECTION 8 - PAGE i r CITY PROJECT 95-21 12131198 8:57 AM SECTION J - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1 DESCRIPTION 9-1.1 Payment. - Payment for the various items of the Bid Sheet(s) , as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provision, and as shown on the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA) . No separate payment will be made for any item that r,s/' not specifically set forth in the Bid Sheet(s) , and all costs therefor shall be included in the prices named in the Bid Sheet(s) for the various appurtenant items of work. 9-1.2 Partial and Final Payments. - Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgement by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent :retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and materialmen for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262 . Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or materialmen. FARRELL DRIVE AND EAST PALM CANYON DRIVE MEASUREMENT AND PAYMENT STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 9- PAGE 1 CITY PROJECT 95-21 12/31/98 8:57 AM 0 0 • 9-1.3 Payrmento The last subparagraph of Standard Specifications Section 9-3 . 1 shall be DELETED and the following substituted therefor: • At the expiration of 35 clays after acceptance of the work by the City Council, or as prescribed by law, the amount deducted from the final estimate and retained by the City will be processed for payment to the Contractor, except for :such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to �,be further retained. • 9-2 PAYMENT SCHEDULE 9-2 PAYMENT SCHEDULE • 9-2.1 Did Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet(s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that ,the actual amount of work or • material will correspond therewith, and reserves the right after the award of Contract to increase 'or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. 9-1. 1 Initial Mobilization. - Measurement for payment for initial • mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 25 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum • allowance named in the Bid Sheet(s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump--sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as • specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all ',plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall C include, but not be limited to, the following principal items: 1. Moving onto the site of all Contractor's plant and equipment required for the first month's operations. C 2 . Providing on--site sanitary facilities and potable water facilities, as specified per Paragraph 7- 8 . 4, "Sanitation" of the Standard Specifications. FARRELL DRIVE AND EAST PALM CANYON DRIVE MEASUREMENT AND PAYMENT STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS - SECTION 9 - PAGE 2 CITY PROJECT 95-21 12/31/98 8:57 AM 9. Obtaining and paying for all required bonds, insurance, and permits. • 10. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. 11. Having the Contractor's superintendent at the job site full-time. • 12. Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications. • In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5. 3, "Shop Drawings and Submittals" of the Standard Specifications. No payment for any of the listed Initial Mobilization Work items will be made until all of the listed items have been • completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum itern shall be • in addition to the retention of any payment pursuant to the provisions of Public Contract Code 22300. END OF SECTION - • • r r FARRELL DRIVE AND EAST PALM CANYON DRIVE MEASUREMENT AND PAYMENT STREET WIDENING AND SIGNAL MODIFICATION SPECIAL PROVISIONS- SECTION 9 - PAGE 3 r CITY PROJECT 95-21 12/31/98 8:57 AM SECTION 10 -- CONSTRUCTION DETAILS • � o,LS�_nr. 10-1.0 Order of Work. - Order of work shall conform to the provisions of the Standard Specifications and these Special Provisions. • Prior to commencement of the traffic signal function test, all items of work related to signal control shall be completed. Prior to commencement of the traffic signal functional test, all items of work related to signal control shall be completed and roadside signs and all pavement delineation and pavement markings • shall be in place at that :Location, unless directed otherwise by the Engineer. The Contractor shall first perform all work outside the limits of the existing travel lane(s) that will not require implementation of a traffic handling plan. Except as otherwise specified elsewhere • in these Special Provisions, nonconflicting work in subsequent stages may proceed concurrently with work in preceding stages, provided satisfactory progress, as determined by the Engineer in the field, is maintained in said preceding stages of construction. • Temporary barricades, delineators and construction area signs shall be in place prior to beginning work. The first order of work shall be to: 1. The first order of work shall be to place the order for the traffic signal equipment within 72 hours of the Notice of Award • by the City Council. Within 15 days of the of the Notice to Proceed, the Contractor shall furnish the Engineer with a statement from the vendor that the order for said control equipment has been received and accepted by said vendor. Note that certain materials will be provided by the City as indicated on the plans. • 1.0-1.1 Dust Control And Site Cleanup Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. . The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, and rubbish so as to present a FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS . 01/04/99 9:24 AM SPECIAL PROVISIONS- SECTION 10- PAGE 1 0 satisfactory clean and neat appearance. All cleanup costs shall be absorbed in the Contractor's bid. Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. 10-1.2 Record Drawings The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans' shall be legibly marked showing each actual item of record construction including: 1. Measured depths of elements in relation to fixed datum points. 2 . Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. 3 . Measured locations of internal utilities and appurtenances concealed in construction with reference to visible and accessible features of construction. 4 . Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications. 5. Any details not in the original ' Construction Plans developed by the City throughout construction necessary to clarify or modify the Construction Plans. 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. 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. i 0-2 TRAFFIC CDAp]''ROL 10-2 .1 Maintaining Traffic. - Attention is directed to Sections 7-10, "Public Convenience and Safety,0° of the Standard e Specifications and Section 12, "Construction Area Traffic Control Devices," of the Caltrans Standard! Specifications 10-2.2 Traffic Control Plan. The contractor shall submit a Traffic Control Plan prepared using industry standard symbols and legends. The plan shall be drafted in a manner commensurate with C industry standards. The Traffic Control Plan shall be submitted to the Engineer for approval no lesslthan ten days prior to commencing work. FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 924 AM SPECIAL PROVISIONS - SECTION 10 - PAGE 2 10-2.3 Field Operations. -- The Engineer retains the authority • to initiate field changes in traffic control to ensure public safety and minimize traffic: disruptions. The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view • and non-operational when not in use. 10-2.4 Construction Signing, - Lighting and Barricading -- Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the • City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with State of California, Department of Transportation, "MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION AND MAINTENANCE WORK ZONES" dated 1990, or subsequent editions in force at the time of construction. These signs and barricades shall be indicated on and be an integral part of the Traffic Control Plan. • 10-2 .5 Traffic Disruptions. -- For all road closures, road detours, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. All warning signs shall be manufactured with high intensity faces and legends. • All work done on major and secondary thoroughfares shall utilize Solar no_ wPrd flashing arrow boards, and all signs shall remain in place during nighttime hours. Any of the Contractor's work that may disrupt normal traffic signal operation shall be coordinated with the Engineer a minimum of 2 working days prior to the • commencement of the Work. 10-2.6 Travel Lanes. -- In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times. At night and during non-working hours, the Contractor shall leave the work site in a . safe condition and allow for the full use of two lanes of traffic. This work shall be included in the Bid Item price for traffic control in the Bid Schedule, and no additional compensation will be allowed therefor. At least two lanes in each direction shall be open to traffic at all times on East Palm Canyon Drive. 10-2 .7 Pedestrians. -- The Contractor shall erect signs and barricades to direct pedestrians and bicyclists through the construction zone in a safe and convenient manner, throughout the duration of the project. The plans for pedestrian walkways shall r be clearly shown on the Traffic Control Plans. These signs and barricades shall be an integral part of the Contract, and shall be included as part of the Bid Item for traffic Control in the Bid Schedule, and no additional compensation will be allowed therefor. FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10- PAGE 3 ® • 10-2 .8 ]public Safety DUriaag XOn-WOrkilIg 7:101.xxso -- Notwith- standing the Contractor's primary responsibility for safety at the site of the Work when the Contractor is not present, the Engineer, • at his option, after attempting Ito contact the Contractor, may direct City forces to perform any functions he may deem necessary to ensure public safety at or in 'the vicinity of the site of the Work. If such procedures are implemented, the Contractor shall be responsible for all expenses incurred by the City. • 10-2 .9 nea. uramant and Payment - Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions. • Payment for traffic control will be made at the lump sum price bid for traffic control, which price shall include full compensation for completion of all such work as required hereunder. 10-3 ARTxwoRx • 10-3.1 Clearing and Grubbing. - All clearing and grubbing shall conform to Sections 300-1 of the Standard Specifications. Clearing and grubbing shall consist of removing all existing objectionable natural materials in the area of the proposed Work to • the satisfaction of the Engineer. Said objectionable materials shall be hauled away and properly disposed of. Removals shall take place in two stages. All natural and artificial objectionable material, except an existing asphalt concrete sidewalk, shall be removed prior to any other work. • Removal of the existing asphalt concrete sidewalk and replacement with new concrete sidewalk shall take place after the first removal stage and after curb and gutter have been constructed, and, before subgrade preparation. This two-stage removal schedule will provide pedestrian sidewalk access at all times during construction. • 10-3. 1.1 Existing facilities. -- It shall be the Contractor's responsibility to protect all existing improvements not designated for removal. Should the Contractor anticipate removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, hedges, oleanders, fences, walls, signs, water valves, C 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 t existing property and adjacent properties during all construction work under this contract, and the Contractor, at its expense, FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04199 9:24 AM SPECIAL PROVISIONS -SECTION 10 - PAGE 4 shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. Damaged or removed bikeway or traffic striping shall be replaced by the Contractor with permanent striping within 24 hours of damage or removal, or replaced with temporary striping at the discretion of the Engineer. Any damaged traffic signal loop detectors shall be replaced by the Contractor within 72 hours of any damage at no additional cost to the City. This requirement does not apply during the asphalt pavement removal and replacement phase of the work. 10-3.1.2 Rights of Way. The Contractor shall not do any work i that would affect any oil, gas, sewer, or water pipeline; any telephone, television, telegraph, or electric transmission line or cable; any fence; or any other structure, nor shall the Contractor enter upon the rights-of-way involved until notified by the Engineer that the City has secured authority therefor from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such improvements and for replacing same. Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. 10-3. 1.2.1 Approval of Repairs. All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other work. . 10-3.2 REMOVALS 10-3.2. 1 Disposal Site. - The Contractor shall 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-Construction Conference. r The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner's approval. FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM SPECIAL PROVISIONS -SECTION 10- PAGE 5 0 • • 10-3.2 a 2 Asphalt Concrete Pav€laISTA,, Asphalt pavement to be removed, shall be neatly sawed in straight lines either parallel to the edge of pavement or at right angles to the alignment of the road. Asphalt concrete pavement' may be pulverized and reused as base material in accordance with these special provisions. 10-3.2©3 P.C.C. curb and Gutter. Curb and gutter to be removed shall. be removed to neatly sawed, edges, with saw cuts made to a minimum depth of one-half the thickness of said concrete. Curb and � gutter to be removed shall be ,neatly sawed in straight lines, either parallel to the curb. Curb and gutter shall be sawcut to the nearest cold joint, weakened plane joint, or expansion joint. 10-3.2.4 Sawcutting. - The Contractor may perform all sawcutting throughout: the Work prior to proceeding with other operations. + 10-3.2.5 Payment. - Payment for Clearing and Grubbing shall be made at the lump sum price bid for Clearing, Grubbing and Exczvation, and shall constitute full compensation for removal and disposal of all resulting materials as shown on the plans and required in the Standard Specifications and these special • provisions and as directed by the, Engineer, except those items for which a separate bid item is provided for removal thereof. Payment for removal and/or reuse as base material of asphalt concrete pavement: will be made at the unit price bid for remove asphalt concrete pavement, which price shall constitute full . compensation for sawcutting, removing and/or pulverizing, and reusing as base material and all other appurtenant work. Payment for removals of Asphalt ',Concrete Sidewalk, PCC Sidewalk, PCC Curb and gutter, and PCC cross-gutter & spandrels shall be paid for at the unit price bid per square foot or linear foot for each material, which price shall ,include full compensation for sawcutting, removal, and disposal thereof, and no additional compensation will be allowed therefor. The square foot price bid for removal of PCC cross-gutter & spandrels shall include removal of theadjacent curb returns. • 10-3.3 Unclassified Excavation 10-3.,3. 1 Unclassified Excavation. - Unclassified excavation shall consist of removal and disposal of any excess soil. 10-3 .3.2 Selected materials. - The text of Subsection 300-2 . 7 of 49 'the Standard Specifications is hereby deleted and replaced with the following: "Selected materials encountered in the excavations within the limits of the Work that conform t'o the Standard Specifications for base material., trench bedding,; backfill, topsoil, or other specified materials shall be used as shown on the Plans, in the Special Provisions, or as directed by the Engineer. Topsoil FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM - SPECIAL PROVISIONS - SECTION 10 - PAGE 6 C • • i excavated may be considered only for the purpose of backfilling areas to be planted. " • 10-3.3.3 Payment. - Payment for unclassified excavation shall be considered as included in the contract price for clearing, grubbing & excavation, and no additional compensation will be made therefor. • J.0-4 s 1. . zan =. ��>?>amlamTTela1 10-4. 1 Subgrade Preparation. Preparation of subgrade shall conform to Section 301-1.2 of the "Greenbook" Standard Specifications. Pavement is to be placed on a crushed miscellaneous base. The top 6 inches of subgrade material shall be compacted to ♦ a relative compaction of 95 percent in accordance with the City of Palm Springs Street Pavement; Requirements Standard Drawing Number 110. However, subgrade material where curb, gutter, and sidewalk is to be laid shall be compacted to a relative compaction of 90 percent in agreement with Section 301-1.3 of the "Greenbook" Standard Specifications. There are water valve covers and vaults • within the project. The Contractor shall set the water valve covers to finished grade. The Desert Water Agency will remove the vaults during the course of the work. The Contractor shall coordinate and cooperate with the Desert Water Agency's contractor for the removal of the vaults. • 10-4.1.1 Grade Tolerance. Immediately prior to placing subsequent layers of material thereon, 'the grading plane, at any point, shall not vary more than 0. 02 feet above or below the grade established on the project plans. 10-4.1.2 Watering. Water shall be applied to compact soil, • subbase, base, and surfacing material through the use of a watering truck which shall spray water uniformly. No chemical additives shall be used during the water application process. 10-4.2 Payment. - Payment for preparation of subgrade shall be considered as included in the item of work for which the subgrade • is prepared. 10-5 CRUSH n MTeCRTTANW1 QrtS RASE 10-5.1 Material. All base material shall be crushed miscellaneous base that has been either i-mported to the site or derived from pulverizing existing asphalt concrete pavement. The pulverized asphalt concrete pavement shall be crushed to the size and specifications for crushed miscellaneous base in Section 200-2 .4 "Crushed Miscellaneous Base" of the Standard Specifications. ` 10-5.1. 1 Imported Base Material. Base material shall conform to Section 200-2 .4 "Crushed Miscellaneous Base" of the Standard Specifications. FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS . 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10-PAGE 7 0 0 10-5. 2 Payment. Payment for Miscellaneous Base will be made at the contract unit price per square foot, and shall include full compensation for construction of '' Miscellaneous Base including all material, labor, plant, equipment, furnishing all 'transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the standard specifications and these special provisions. 10-6 x,8nwxaVE-CMICRE M 10-6.1 Asphalt Concrete. Pavoa> a nt. Asphalt concrete pavement shall be laid in 2 lifts. The first lift shall consist of 2 inches of B- AR4000 asphalt concrete pavement 'and the second lift of 1 inch of D2-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 203-6 "Asphalt Concrete" of the Standard Specifications. 10-6.2 Aggregate Sampling and Mix Design. Laboratory tests may be performed at the expense of the City to determine if aggregates at the plant fall within specifications. Correction to sieves may be necessary if proper percentages are not mete 10-6.3 Tack Coat. Tack coat shall be a SS-1h emulsified asphalt and :it shall be applied to all clean, existing asphalt areas prior to overlaying with new asphalt concrete. The cost of tack coat shall be included in the price for asphalt concrete, and no additional payment will be made therefor_ . 10-6.4 Asphalt Concrete Placement. Application of asphalt concrete shall conform to Section 302-5. 5 "Distribution and Spreading" and Section 302-5. 6 "Rolling" of the Standard Specifications. 10-6.5 Adjustment of Water Valves to grade. Water valve cans shall be adjusted to grade where shown on the plans in accordance with Desert Water Agency Standard Drawing W111. 10-6., 6 Measurement and Payment. Payment for Asphalt Concrete � will be made at the unit price bid per square foot for asphalt concrete constructed as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. No separate payment will be madelfor asphalt or aggregate used in the asphalt concrete, and all costs therefor shall be included in the unit price bid for asphalt concrete. Payment for asphalt concrete shall include full compensation for construction of asphalt concrete, including all material, labor, plant, equipment, furnishing I all transportation, hauling, spreading, compacting, and protecting, complete in place, [and FARRELL DRIVE AND EAST PALIv1 CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10- PAGE 8 preparation of subgrade] and tack coat, in accordance with the standard specifications and these special provisions. • Payment for adjustment of Water valve cans to grade shall be made at the contract unit price for adjust Water valve cans to grade per Desert Water Agency Standard Drawing W111, complete in place. Gas valves will be adjusted, if necessary, by Southern California Gas Company and no additional compensation will be allowed i therefor. 10-7 'PORTIF ANn nRMRNT rONnRR2i+! 10-7.1 Material. Portland Cement Concrete of the class and type shown on City Standard Drawings shall be used to construct new curb, gutter, cross gutter, spandrels, access ramps, 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. 10-7.2 Curb and Gutter. Construction of new curb and gutter • shall conform to the City of Palm Springs Curb and Gutter Standard Drawing Number 200, or Caltrans Standard Plan A2-8, as shown 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, but application details and other specifications not explicitly shown or stated in the City's Standard Drawing, shall conform to Section 303-5 of the Standard Specifications. The height of the face of curb shall be dictated by notes and details found on the plans. 10-7.3 Ribbon-Gutter. Construction of ribbon-gutter shall conform to the City of Palm Springs Curb and Gutter Standard Drawing Number 200. Type B2 gutter shall be constructed to the dimensions as specified in the City's Standard Drawing. Reference shall be made to the Construction Plans for installation location and any other reference shall be made to Section 303-5 of the Standard Specifications. ` 10-7.4 Colored P.C.C. Curb Ramp. Construction of curb ramp shall conform to the City of Palm Springs Type A Curb Ramp Detail Standard Drawing Number 21:2 . The details specified in this Standard Drawing shall govern, but the Construction Plans shall be referred to for application location details. Also, construction material and application details shall conform to Section 303-5 of the Standard Specifications, and be comprised of colored P.C.C. containing an integral concrete color admixture. The color shall be Chromix C-11, "Desert Sarni, " as manufactured by L. M. Scofield Company, or equal. All costs incurred for said ramps shall be included in the Contractor's separate Bid item price for P.C.C. Sidewalk in the Bid Schedule, and no additional compensation will be made therefor. FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS . 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10- PAGE 9 0 � • 10-7. 5 Colored Combination Bicycle Path/Sidewalk. -- Construct 4-inch thick P.C.C. combination bicycle path/sidewalk where shown on the Drawings as per C.P.S. Standard Drawing Nos. 210. The • concrete shall contain an integral concrete color admixture. The color shall be Chromix C-11, 01Desert Sand, " as manufactured by L.M. Scofield Company, or equal. 10-7.6 Drain Tunnel. -- Construct P.C.C. Drain Tunnel per the detail shown on the plans. Construct with 401x410 -#10x#10 welded � wire fabric placed 301 below the top surface of the sidewalk, the full width of the sidewalk, to a distance of 3 feet on either side of the flowline. The concrete shall contain an integral concrete color admixture. The color shall be Chromix C-11, 00Desert Sand, 1° as manufactured by L.M. Scofield Company, or equal. 10-7.7 Curb Inlet. -- Construct P.C.C. Curb inlet per the � detail shown on the plans. Steel shall be placed as shown on the detail. Reinforcing steel shall be #4 deformed bars. Other steel shall be galvanized. 10-7.7 Ribbon Gunter. -- Construct P.C.C. Ribbon gutter where shown on the plans in accordance with C.P.S. std. dwg. 200, type B2 . 10-7.8 Measurement and Payment. - Payment for construction of Portland Cement Concrete items will be based on the unit prices bid for the items shown in the bid schedule, for P.C.C. items constructed complete in place as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. Payment for 611 Curb & Gutter shall be made at the unit price Bid per linear foot for 611 Curb & Gutter per C.P.S. Std. Dwg. 200, and Payment for 8 " Curb & Gutter shall be made at the unit price Bid per linear foot for 811 Curb & Gutter per Caltrans Std. Plan A2-8, and no additional compensation will be allowed therefor. The 6 " to 811 transitions will be paid for as 811 curb & gutter. Measurement for P.C.C. Sidewalk shall include the surface area of + the Drain Tunnel. Payment for P.C.C. Bicycle Path / Sidewalk per C.P.S. Std. Dwg. 210 shall be made at the unit price Bid per square foot for P.C.C. Sidewalk per C.P. S. Std. Dwg. 210. The curb ramps shall be measured and paid for at the same unit price as the P.C.C. Sidewalk. Payment for the Drain Tunnel per detail on the plans shall be made at the lump sum price Bid for Construct Drain Tunnel, and shall include the required steel. Payment for the Curb Inlet per detail on the plans shall be made at the lump sum price Bid for Construct Curb Inlet, and shall include the required steel, and the P.C.d. apron transition to the 2 foot wide ribbon gutter as shown on the plans. FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM �� SPECIAL PROVISIONS - SECTION 10 - PAGE 10 C Payment for 2 foot wide ribbon gutter per C.P.S. Std. Dwg. 200 shall be made at the unit price Bid per linear foot for construct 2 foot wide ribbon gutter per C.P.S. Std. Dwg. 200, type B2 measured • along the centerline of the gutter. Payment for P.C.C. items shall include full compensation for construction of P.C.C. items including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, and protecting, complete in place, in accordance with • the standard specifications and these special provisions. No separate payment will be made for grading, preparation of subgrade, furnishing and :letting of expansion joint material, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the bid. • • • • • FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS . 01/04/99 9:24 AM SPECIAL PROVISIONS- SECTION 10- PAGE 11 10--8 4RA.PT�. '�fi' 10-8.01 Genera_ . Furnishing, relocating, modifying, and � installing traffic signal systems and payment 'therefore shall conform to the provisions in Section 86, "Signals, Lighting, and Electrical Siystems00 of the Caltrans Standard Specifications and these Special Provisions. Note that the City will provide some of the materials as indicated on the plans. These provided materials will be available at the City Corporation Yard at 425 North Civic • Drive, Palm Springs. The Contractor is responsible for delivering the materials from the Corporation yard to the site, and all costs therefor shall be considered as ,included in the related items of work. Traffic signal work is to be performed at the following location: • The intersection of East Palm Canyon Drive and Farrell Drive. 10-8.02 Guarantee of Work and Materials. - The Contractor shall assure and guarantee the work and material for a period of one year from the date of the final Notice of Completion against any and all defective work done or defective materials furnished in • the performance of the contract 10-8.03 Description of Work. The work to be done consists of installing new signal equipment, and relocating existing signal equipment at the intersection of East- Palm Canyon Drive and Farrell Drive. All unused existing equipment shall be removed and salvaged • to the City Corporation Yard at 425 North Civic Drive, Palm Springs, CA. 92262 as specified and shown on plans. 10-8. 04 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 and 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 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 oflcomponents H. Schematic diagrams FARRELL DRIVE AND EAST PALM CANYON STREET WIDENINGI CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10 - PAGE 12 r. I. List of replaceable component parts with stock numbers 10-8.05 Foundations. - Portland cement concrete shall conform to • Section 303-5 of the Standard Specifications, and shall contain not less than 564 lbs of cement per cubic yard of concrete. The exact location of all foundations for signal equipment and the service and controller cabinets shall subject to approval by the 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 locations set back from the roadway where designated by the Engineer. The completed intersection and traffic signals shall appear as shown on the plans. • 10-8.06 Conduit. - The first paragraph in Section 86-2.05B, "Use, " of the Caltrans standard specifications is amended to read: Conduit to be installed in concrete structures and foundations shall be rigid metal. The conduit run between a structure and the nearest pull box shall be rigid metal. • The fourth sentence in the third paragraph in Section 86-2.05C, "Installation, " of the Caltrans standard specifications is amended to read: When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, concrete- tight split coupling or concrete-tight set screw coupling shall be used. Insulated bonding bushings will 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 pavement and . existing underground facilities require special precautions, conduit shall be placed by trenching as provided below. 10-8.06A Installation of Conduit. - Conduit installed beneath existing pavement to remain in place shall be installed by jacking or drilling only unless the City Engineer . determines the material underlying the pavement warrants trenching. At locations where conduit is to be installed by jacking or drilling as provided in Section 86-2 . 05C, "Installation, " of the Caltrans standard specifications, and if delay to any vehicle will not exceed 5 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 FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10 - PAGE 13 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. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture and density. 10-8. 06B Conductors and Wiring. - Splices shall be insulated by "Method B. " Multiple circuit conductors shall conform to the provisions in Section 86-2 . 08B, "Multiple Lighting Conductors, " of the ', Caltrans standard specifications. The fifth paragraph of Section 86-2 . 095, "Fused Splice Connectors, 0° of the Caltrans standard specifications is amended to read: Fuses shall be the standard midget ferrule type, with "Non-Time-Delay" feature, and shall be 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. 10-8. 07 Pull Boxes. - Pull boxes shall conform to the . provisions in Section 86-2 . 06, , "Pull Boxes" of the Caltrans standard specifications and these Special Provisions. 10-3.07A Traffic Conduit and Pull Boxer. - The Contractor shall be very careful and shall protect the traffic conduits, conductors, or pull boxes during the saw-cutting and removal of the PCC sidewalk of each return. Any adjustment or replacement or repair of damage to said conduits, conductors, or pull boxes shall be done in accordance with the Caltrans standard specifications. Cost for such work shall be included in the contract price for traffic signal work, and no , additional payment shall be made for this work. 10-8„08 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 C or bonding wire in adjacent pull! box. Grounding jumper shall be visible after cap has been cast on foundation. FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10 - PAGE 14 10-8.09 Testing. - On high-voltage series lighting circuits, the Contractor shall perform a high-voltage test consisting of an 8,400-volt, 60-Hz alternating current between the conductors and a ground for 5 consecutive minutes and with the 2 ends of the circuit connected together. The initially applied voltage shall be applied to the entire completed circuit and shall not be greater than the rated voltage of the cable and the rate of increase shall be approximately uniform and not over 100 percent in 10 seconds nor less than 100 percent in 60 seconds. The voltage shall be • increased to the value of 8,400 Volts root mean square and held at this value for 5 minutes. 10-8. 09A Functional Testing. - Functional testing shall not begin, nor signal energizing occur, on a Friday or on the day preceding a legal holiday. Functional testing shall conform • to the provisions in Section 86-2 . 14C, "Functional Testing, " of the Caltrans standard specifications and these Special Provisions. Except for new or modified lighting circuits and sign illumination systems, the City will maintain • the system or systems during the test period and will pay the cost- of electrical energy for the operation of all the facilities that are undergoing testing. The coact of any necessary maintenance performed by the City, except electrical energy, shall be at the Contractor's expense and will be • deducted from any :monies due, or to become due the Contractor. The functional test for each new or modified system shall consist of not less than 14 days. If unsatisfactory performance of the system develops, the conditions shall be • corrected and the test :shall be repeated until the 14 days of continuous, satisfactory operation is obtained. 10-8.09 Removing, Reinstalling Or Salvaging Electrical Equipment. - Salvaged electrical materials shall be hauled to the City of Palm Springs Corporation Yard, 425 N. Civic Drive and • stockpiled. Full compensation for hauling and stockpiling electrical materials shall be considered as included in the contract price paid for the item requiring the material to be salvaged, and no additional compensation will be allowed therefor. 10-9 EMERGENCY V HTC`T F RRFFMPTION 10-9. 01 General. - The contractor shall supply and install new conductor cable for the installation of a future 3M Opticom emergency vehicle preemption system. Enough cable shall be pulled for the future installation of one 3M model 511, 521 or 522 optical detectors for each approach as shown on plans. The contractor shall FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS . 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10- PAGE 15 ® s terminate the cables in the signal head on the end of each mast arm. The contractor shall also connect and label the cables on the detector rack in the cabinet for future use. 10-10 INTERNALLY TLLU14TNATED STREET NAME SZGKE° Q„TT�IaTq 10-10. 01 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 Engineer for approval prior to fabrication. A a-inch close nipple and LB condulet shall be installed on -the mast arm 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 CGB 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. New I. S.N.S. shall be installed ' as shown on the plans at the intersection of East Palm Canyon ;and Farrell Drive / Barona Road, and the sign shall read as shown on the plans. 10-11 STGNAI HEADS 10-11. 01 Signal Heads. - All new signal heads shall be metal construction and powder-coated black in color. They shall have 12-in glass lenses with aluminum reflectors (generic term "Alzak") . The lamp shall have a minimum rating of 1950 lumens, 150 watts nominal, for yellow and green indications. The red indication shall conform to "Light Emitting Diode Retrofit Kit" specifications below. The yellow and green arrow signal indications shall be accomplished by the use of arrow lenses. The red arrow indication shall conform to 0°Light Emitting Diode Retrofit Kit" specifications below. All reused signal heads ' shall be fitted with a "Light Emitting Diode Retrofit Kit" for the red indication and shall have the visors, backplates and signal, heads shall be painted black so to emulate the look of the new ', heads. Field painting shall be allowed. C 10-11. 01A General. - Light Emitting Diode Retrofit Kit -- The Light Emitting Diode I (LED) retrofit kit shall be FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10 - PAGE 16 r[ 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 Caltrans 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 Caltrans 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. 10-11.01B Optical. - The red LEDs shall be the ultra bright type and shall be ratted for 100, 000 hours of continuous operation at nominal current and at 77 degrees F. The minimum operating temperature range shall be from 77 degrees F. to 167 degrees F. The LED emission spectrum shall be 660 nm. The viewing angle shall be not less than 30 degrees. Each LED, for the 8-inch and the 12-inch circular red indications shall be rated at 800 millicandelas (mcd) , minimum. The minimum number of ]LEDs for an 8-inch circular r red indication shall be 425 and for a 12-inch circular red indication shall be 595. The LEDs shall be wired in a minimum of 5 parallel strings for the 8-inch circular red 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 red arrow indications shall be rated at 600 mod, 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. 10-11.01C Electrical. -• The LED retrofit units shall be connected directly to 120-Volt AC with quick disconnect terminals. The operating voltage range shall be from 92-Volts AC to 125-Volts AC. The fluctuations of line voltage shall have minimum effect on the luminous intensity of the indications. The indications shall not glow immediately after de-energization. A step down transformer shall not be used. The nominal power consumption at 120 Volts AC for a 8-inch and . a 12-inch circular red indication shall not exceed 25 Watts and 30 Watts respectively. The nominal power consumption for a 12-inch arrow indication shall not exceed 15 Watts at 120 Volts AC. FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS . 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10- PAGE 17 10-11. 02 Pedestrian indicators. - Reuse existing. 10-12 P_EDBST32IA2 110MH Bi7fTTONS • 10-12 . 01 Pedestrian Push Buttons: - Reuse existing. 10-12 TRIkEEIC ST' ,NAL D ':'i'rR0TOLI9 10-13. 01 Detectors. - Detectors shall conform to the provisions • in Section 86-5 "Detectors, " of the Caltrans standard specifications and these Special Provisions. Loop detector lead-in cable shall be Caltrans Type B. In lieu of the requirements in the fourth paragraph of Section 86- • S. 01A.(5) , "Installation Details, " of the Caltrans standard specifications, slots in asphalt concrete pavement shall be filled as follows: A. Asphaltic emulsion, sealant shall be used, and shall conform to State Specification 8040-41A-15 and shall be used • only for filling slots in asphaltic concrete pavement. The material shall not be thinned in excess of the manufacturer' s recommendations and shall ' not be placed when the air temperature is less than 45 degrees F. C. Residue resulting from slot cutting operations shall not • be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface. D. Temperature of sealant material during installation shall be above 70 degrees F. Air temperature during installation shall be above 50 degrees F. Sealant shall be • flush with the pavement surface. Minimum conductor coverage shall be one inch. Loop detectors in any given lane shall not detect any vehicle in adjacent lanes. Size of individual loops may vary from -that shown on the Plans. The Contractor shall test the detectors in accordance with the Caltrans standard specifications. 10-14 PUi LBO%ES 10-14. 1 Material and Size. Pullboxes shall be of reinforced portland cement concrete and of the size and specifications indicated on the plans. 10-14.2 Cover Marking. Pull box, covers shall be marked "SIGNAL" t with 1 inch high letters which sha'!11 be clearly defined and uniform in depth. FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9;24 AM SPECIAL PROVISIONS - SECTION 10 - PAGE 18 10-14.3 Payment. Payment for Pull Boxes shall be considered as included in the contract price for traffic signal, and shall constitute full compensation for furnishing and installation of • each pull box, including all excavation and backfill, disposal of waste, and connections to conduits, complete in place. 1 0-1 5 CONDUrTORs 10-15.1 General. Conductors shall be provided and installed as • shown on the plans in accordance with section 86-2 . 08 of the Caltrans Caltrans standard specifications. 10-15.2 Payment. Payment for conductors shall be considered as included in the contract price for traffic signal, and shall constitute full compensation for furnishing and installation of all • conductors, and connections, complete in place. • • FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM SPECIAL PROVISIONS - SECTION 10- PAGE 19 1 0-1 6 - SI -NC AGE 10-16. 1 General. The shape, size,' color, design, and verbiage of • the proposed signs shall conform :to the current Caltrans Traffic Manual. The material of the sign, type of lettering, and other details shall conform to 'the City of Palm Springs Sign Installation Standard Drawing Number 624. The exact location of all signs shall be determined in the field by the Engineer. The size of all new signs installed under this Project shall be Caltrans standard size. • All conflicting signs shall be either removed and salvaged to the City or removed and relocated by the Contractor. Relocatable signs shall be installed as specified on the Drawings or as determined in the field by the Engineer. All existing signs, roadside markers, delineators, etc. not indicated on the plans to be removed, shall be protected in place, and if said signage is not in conformance • with the most current State ' of California, Department of Transportation, Standard Plans and Traffic Manual, shall be replaced in kind with the most current State of California, Department of Transportation, Standard Plans and Traffic Manual at no additional cost to the City. 10-16.2 Sign Post and Sleeve In -- New and relocated • signs shall be installed using new telespar posts and anchor sleeves. Sign posts shall be 2-inches wide by 2-inches deep and of sufficient length to extend from the top of the sign(s) to a minimum of 8 inches into the and sleeve, and shall provide a minimum of 7 feet of clearance between the finished grade elevation • and the bottom of the lowest sign. The anchor sleeve shall extend from 1 to 2 inches above finished', grade and shall be 2-1/4 inches wide by 2-1/4 inches deep by 30 inches long. The sign post shall be attached to the anchor sleeve utilizing 2 "Unistrut, " No. TL 3806, or equal, drive rivets at right angles to each other. The Contractor shall attach any signs to all posts using the drive C rivets specified herein. 10-16.3 Payment. Payment for s',ignage shall be made at the lump sum price bid Eor constructing traffic striping and signage complete and fully installed, as indicated on the plans and specified in the Caltrans standard specifications and these special provisions, and shall include full compensation for providing and installing new signs and new or existing telespar posts & sleeves, relocating existing signs and posts, and all other appurtenant work. 10 '17 STRIPING AND ]PAVEMENT MARKINGS C 10-17. 1 Temporary Striping. -- whenever the Contractor' s operations obliterate pavement delineation (painted lines, raised pavement markers, painted markings, or legends) , such pavement delineation shall be replaced in ',kind by the Contractor by either permanent or temporary delineation before opening the traveled way to public traffic. Temporary) delineation shall consist of reflective raised pavement markers (Type "L") which shall be applied in accordance with the manufacturer' s most current FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9!24 AM SPECIAL PROVISIONS - SECTION 10 - PAGE 20 published instructions. Temporary delineation shall be of the same color as the permanent delineation. • Full compensation for temporary delineation shall be considered as included in the lump sum price bid for constructing traffic striping and signage, and no additional compensation will be allowed therefor. 10-17.2 Paint -- Paint for curbs shall conform to section 210- • 1. 6. 1 -'General " and section 210-1. 6.3 '-Rapid Dry White, Yellow, or Black Traffic Line Paint" of the Standard Specifications. Payment for this work is considered as included in the bid price for constructing traffic signing and striping and no additional compensation will be alllowed therefor. • 10-17.3 Pavement Markings -- Pavement markings shall conform to the provisions in Section 210-1. 6. 1 "General" and 210-1. 6. 2 "Thermoplastic Paint, State Specifications, " of the Standard Specifications and these Special Provisions. • 10-17.4 Applying Pavement Markings -- Traffic legends shall be applied in accordance with section 310-5. 6 of the standard specifications. 10-17.5 Removal of Existing Pavement Markings. Pavement markings to be removed shall be as shown on the Drawings or as designated by • the Engineer. The Contractor shall completely remove from the pavement surface all conflicting pavement markings, either shown or not shown on the Drawings, by such methods as sandblasting, or grinding. Where sandblasting or grinding is used for the removal of pavement markings, or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane • occupied by public traffic, the residue, including dust, shall be removed immediately after sandblasting or grinding. Such removal shall be by sweeping concurrently with the sandblasting or grinding operation. 10-17.6 Payment. Full compensation for all the requirements of this section shall be considered as included in the lump sum price bid for constructing traffic striping and signage, and no additional compensation will be allowed therefor. 10-18 RAISED PAVEMENT MARKERS 10-18. 01 Removal of Existing Pavement Markers. Removal of existing pavement markers shall conform to Section 10-1. 1 "Clearing and Grubbing" of these special provisions and all references made therein. 10-18.02 Pavement Markers -- Pavement markers shall be plastic type and shall conform to the provisions in Section 214, "Pavement Markers, " and shall be removed and placed in accordance with FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONSTRUCTION DETAILS . 01/04/99 9:24 AM SPECIAL PROVISIONS- SECTION 10- PAGE 21 ® • • Section 312, --Pavement Marker Placement and Removal, " of the Standard Specifications and these ',Special Provisions. Epoxy adhesive per section 214-6 of the Standard Specifications • shall be used for installation of ',all raised pavement markers. All existing reflective pavement markers shown on the plans adjacent to work being done by the contractor, shall be replaced, and new markers of either reflective or non-reflective type installed as necessary to meet the appropriate Caltrans standards for the roads within the project: All channelizers removed by the Contractor's operations shall be replaced in like kind, at its expense. The Contractor shall install all raised pavement markers and reflectors, 72 hours after completion of paving, and shall rabbit • track the proposed project, as the job proceeds before completion of work each day, not at total completion of project. The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than 1/2-inch in 50 feet from the specified alignment. • All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. 10-18.03 Blue Hydrant Markers Blue hydrant markers will be provided to the Contractor by the City. Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a line perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each shall be placed 6 inches from the centerline of the half-street closest to the fire hydrant and on a • line perpendicular to the fire hydrant. 10-113.04 Payment - Payment for pavement markers shall be considered as included in the lump sum price bid for constructing traffic signing and striping, and no additional compensation will be allowed therefor. The contract lump sum price for for constructing traffic signing and striping shall include full compensation for furnishing all labor, materials (unless specified otherwise) , tools, equipment and incidentals for doing work involved in completing this operation as ` described in these Special Provisions and as directed by -the engineer. No other compensation shall be given therefor. - END OF SECTION - C FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING', CITY PROJECT 95-21 CONSTRUCTION DETAILS 01/04/99 9:24 AM �ii SPECIAL PROVISIONS - SECTION 10- PAGE 22 CITY OF PALM SPRINGS • DEPARTMENT OF TRANSPORTATION ENGINEERING DIVISION • PART III - APPENDIX • FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 • Standard Drawings • FARRELL DRIVE AND EAST PALM CANYON STREET WIDENING CITY PROJECT 95-21 CONTENTS . 01/04/99 9:24 AM PART III NO. LIONS APPROVED DATE Il rl 1 24" m • I A. C_ PVMNT. 1 1/2" R=1/2' 1/4- LIP ITYP.I DN 1O u R=1- iL A. C. PVMNT. - - I II N •� Al-6 Al-8 A2-6 A. C. PVMT. • JH--j 24-,..JII 6• i2' IR=1/2' II` r 12 N LIP ITYF,) —8 ONSITE ONLY ONSITE ONLY Bl 82 24- �3 SLOPE I/2 SLOPE 8 2� I"R - FL FLOWLINE - 6 •, ; ` GUTTER • 1/2" FIBER EXPANSION JOINT 6- CROSSGUTTER•SECONOARY THOROUGHFARE ' D1 Cl - END OF CURB 4• 4• o 2- H 2' I SLOPE 1/2' • SLOPE_ .�e 84 CROSSGUTTER-MAJOR THOROUGHFARE A. C. PVMT. NOT D2 A-HIGH DIKE I. TYPES A-HIGH DIKE- AI-6. AND 41.8 ARE BARRIER CURBS. 2. TYPES A,S,C AND D ARE CONSTRUCTED OF PORTLAND CEMENT CONCRETE. 560-C-3250 l6 SACKI. 3. TYPE A-HIGH DIKE IS CONSTRUCTED OF ASPHALTIC CONCRETE IE AR 80001 4 TYPE B CURB AND GUTTERS ARE FOR ONSITE JSE ONLY. 5. ALL EXPOSED CORNERS ON P.C.C. CURBS AND GUTTERS SHALL BE ROUNDED WITH A 1/2" RADIUS. G. A.C. PAVEMENT SHALL BE 1/4' ABOVE LIP OF GUTTER. T EXPANSION AND WEAKENED PLANE JOINTS. SEE SECTION 303-5.4. SCORING 5 FEET MAXIMUM. SPACING FOR I" DEEP WEAKENED PLANE JOINTS 10 FEET CITY OF PALM SPRINGS APPROVFP DATE. 1 DEPARTMENT OF PUBLIC WORKS "''�� 28931 CITY ENGINEER R.C.E. CURB AND GUTTER DRAWN BY: S.J.C. FILE No STANDARDS CHECKED BY: E.R.F. DWC N0. 200 i z , 040 0 C O.0. - FACE OF CURB TO PROPERTY LINE t �m ZONES R,2 THRU B, C. AND M • B' -o p ZONE R-I - 5' (n ZI () 4' MIN. A C. PAVEMENT HILLSIDE (((TTTTTj STREETS SLOPE 1/4*;1• o n o -u X -iT D 4' P. C. CONC. SHALL BE A MINIMUM 3250 LB. FOR FINISH SEE SECTION CONCRETE IN ACCORDANCE WITH THE STANDARD a 303-55 OF THE STD SPECS. SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, Z]�. C En FOR PUBLIC WORK CONSTRUCTION. 1994 EDITION. (56OC-3250, 6 SACK) co -0 CURB B OUTTEN 1994 EDITION m r :0 SEE CPS SID DWG_ 200 N C) Z Cn LA V) Q LA NOTES 1 FOR EXPANSION AND WEAKENED PLANE JOINTS SEE SECTION 303.5.4.2 AND 303.6.4A OF THE SPECIFICATIONS FOR PUDLIC WORKS CONSTRUCTION. 1994 EDITION THE SPACING FOR F DEEP WEAKENED PLANE JOINTS SHALL BE 10 FEET. SCORING SHALL BE DONE EVERY 5 FEET. 2 ORNAMENTAL SIDEWALKS SHALL BE ALLOWED If STRENGTH AND TEXTURE ARE EQUAL TO OR GREATER THAN THE SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION AND ARE APPROVED O (T p BY THE PLANNING COMMISSION it -43 PALM CANYON DRIVE FROM TRAMWAY TO EAST CITY LIMITS- n 2 D SIDEWALK FROM BACK OF CURB TO PROPERTY LINE o m Z 4 INDIAN CANYON DRIVE FROM CAMINO PAROCELA TO VIA ESCUELA is - f*1 SIDEWALK FROM BACK OF CURB TO PROPERTY LINE. Z c m 5 STREETS IN EXCESS OF 5 % SLOPE, WITH SIDEWALKS, SHALL HAVE MIN. 6' X 6' LANDING AREAS rl ✓� z ,I £ EVERY 400 WITH A MAXIMUM 2: SLOPE BEHIND THE SIDEWALK. U L P P 'I c iI z 6. A MINIMUM 48' CLEAR PATH OF TRAVEL SHALL BE PROVIDED AT ALL OBSTRUCTIONS. 7. MODIFICATIONS OASED ON SITE-SPECIFIC CONDITIONS SHALL BE REVIEWED BY THE DEVELOPMENT COMMITTEE. z C) R B. SEE ALSO BIKEWAY REQUIREMENTS. -0 D p o z m _1 u D , N p� A CD W m « NO. W REVISIONS APPROVED I DATE APPROX. 3/4" EXCEPT BACK OF EXISTING SIDEWALK EXCEPT APPROX, 1-I/2" o N ON SLOPING PORTION _ OF RAMP VARIABLE HEIGHT RETAINING II /4� CURB IF NECESSARY AT EDGE w + , OF SIDEWALK (NOT NECESSARY ' - O I— ADJACENT oz WHERE ITO NEDGEA OF ISIDEW ALK P` Z Q II ' �- `I/4'• - 6 � c} / GROOVING DETAIL EXIST. CURB AND GUTTER (OR MONOLITHIC CROSS-GUTTER) • PROVIDE EXPANSION JOINT WHERE EDGE OF RAMP IS a\ ADJACENT TO WALL /2•\ \ / 4' OVERCUT • a, / 1/2' 45 ° 4fq+ PL P I GUTTER LIP E T Q I L Pt/ h 1'F�J�1 THE BOTTOM OF THE RAMP h EXISTING P.C.C. P .'�Q SHALL HAVE A 1/2- LIP AT 45' / SIDEWALK TRUNCATED DOMES REOUIRED IF < 6.67% PER ADA STD. FIG. H 31-23A TOP EXIST. PCC SIDEWALK — CURB IFIFNECESSARYF VARIABLE EIGHT RETAINING M 8.33% MAX VARIABLE HEIGHT RETAINING SECTION A—A CURB. IF NECESSARY PL TOP OF RAMP IROUNOE01 4• — EXIST PCC SIDEWALK 7 p' OF GN00 VES EXIST PCC CURB LAND IT _ — GUTTER TT MONOLITHIC L 2% MAX. -_� �1 CR066GUTTERI & — GUTTER EXIST MIN. 33; THICKNESS] SECTION B—B q- OVERCuT NOTES: r I. P.0 CONC. SHALL BE MINIMUM 560-C-3250 CONCRETE IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. (6 SACK). CfTY OF PALM SPRINGS APPRO DATE. 2 L DEPARTMENT OF PUBLIC WORKS ���- 93931 CITY ENGINEER R c E TYPE A DRAWN BY MVH L NU. S T ANDARO CURB RAMP DETAIL CHECKED BY Di B DWc NO. • � i • SET VAIIVE COVER AND CONCENTRIC t RING T/,T TO 1/4- BELOW FINISHED ROAD SURFACE SAME SLOPE AS ROAD. FINISHED UNIMPROVED FWISHEP GROUND SURFACE _ la, GROUND SURFACE i •^ .L. �f/��l\ CLASS A (3250 PSI MINIMUM) CONCRETE 2' SQ. OPERATING NUT 1' DIAMETER COLD ROLLED STEEL EXTENSION ROD. PAINT WITH PRIMER AFTER FABRICATION, • DIR" SHIF],D AND GUIDE (TYP) 7'G,,,D.•1/e PLATE TACK AND ONE WE BELOW ONE WASHER D PLATE OVE m PLAN AGAINST UNDISTURBED REMAINS FREE TO TURN. w EAr4H, OR REPLACED EARTH �r z �;� I CENTER AND PLUMB VALVE BOX HANG 90Y, RELATIVE I OVER VALVE OPERATING NUT. j COWACTON, MINIMUM. \�+ WELD BEAD ON INSIDE OF EXTENSION • �r 1 NUT CAP. (SEE NOTE 1) .+ SLEEVE TO BEAR ON VALVE HOUSING OR VALVE BONNET. WATERMAIN u �J S I W �aa RIN F • ��I_ APPROVED ITEM DESCRIPTION MATERIAL _ LIST NO. I TRAFFICiBOX - COVER MARKED -DWA'. TRAFFIC BOX COVERS FOR FIRE HYDRANT INSTAL- E-04 LADONS.SHALL BE PAINTED IN ACCORDANC: VAIN THE AGENCY APPROVED PAINT SYSTEM. • 2 VALVE I+OX EXTENSION, E-05 NOTES 1) EXTENSION :200 REQUIRED WHENEVER TOP OF VALVE IS 3' OR MORE BELOW FINISHED GROUND SURFACE. WHEN EXTENSION ROO IS REWIRED, OPERATING NUT SFW1 BE 12' BELOW TOP OF TRAFFIC BOX, REWIRED LENGTH FOR EXTENSON ROD SHALL BE DETERMINED BY FIELD MEASUREMENT. EXTENSION ROD SHALL BE SECURED TO • TO VALVE CPERATING NUT 13Y WELDING A BEAD ON THE INSIDE OF THREE WALLS OF THE EXTENSION NUT CAP. A PROVED DATE s -0o o � DESERT WATER AGENCY PALM SPRINGS, CALIFORNIA CPERADONs OWER RCE NO. 36810 VALVE B O X • E INSTALLATION RETVISION Br IRATE STANDARD DRAWING W111 ------------------- /^�C p©�^' �'w ��(L1D 77 n'��vv ©© "� GATE(MMIDD/YY) ;l ACORD f>A,,.1;�':A��FICAT F L�/-i1D��L.TY INx�,U1-1A wAGe 1'OF '�,7.: 2-MAR-1999 w. . PHODUCEr& 64981 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Willis Corroon Corporation of Orange County ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1551 N.Tustin Ave #1000 _ HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Ca. Deft. of Ins. `ram' ". _, �oIl�,y ;� ' I-, ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. License #0634704 COMPANIES AFFORDING COVERAGE Santa Ana CA 92705 'r�'"'Pa � ��"r.a "� Transcontinental Insurance Company (714i953-9521 ;,j COMPANY Vinnie Thomas A INSURED - COMPANY Hartford Casualty Insurance Company B COMPANY American Casualty Company of Reading,Pennsylvania Matich Corporation -' � '�. P.O. Box 50000 C San Bernardino CA 92412 1 - COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE NCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MMIDD)YY) DATE(MMIDDIYY) A GENERAL LIABILITY ;01073359083 01JUL-JUL 01-.)UL-1999 GENERAL AGGREGATE $ 2.000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGG $ 2,000,000 CLAIMSMADE I—XI OCCUR PERSONAL&ADV INJURY $ 1,000,000 OWNER'S&CONTRACTOR'S PROT EACHOCCURRENCE $ 1,000,000 FIRE DAMAGE(Any one fire $ 110.00, MED EXP(Anyone arson $ 10,000 B AUTOMOBILE LIABILITY 72UENGK2299 01-JUL-1998 01JUL-1999 COMBINED SINGLE LIMIT $ 1.000.000 X ANY AUTO ALLOWNEDAUTOS BODILY INJURY $ (Per person) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY $ X NON,3WNED AUTOS (Per accident) PROPERTYDAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM C WORKERS COMPENSATION AND C1073382198 01JUL-1998 01JUL-1999 WC STATU- OTH- TORYUMITS ER EMPLOYERS'LIABILITY _ _ _ EL EACH ACCIDENT $ 1,000,000 THE PROPRIETOR/ 1,000,000 PARTNERSIEXECUTIVE INCL EL DISEASE-POLICY LIMIT § OFFICERS ARE: EXCL ELDISEASE-EA EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPEHATIONSILOCATIONSIVEHICLESISPECIAL ITEMS Form CG2010 11/84 Applicable and ,Attached RE : Farrell Dr - , & East Palm Canyon No . CP95-21 ,A4067 CERTIFICATE HOLDE!'1 � � ':. CANCELLATION, :P);Qept,.34 DAYS:FC?FYNtlN-PA^.YN4ENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 7 II1)bV OVX0)tb MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Palm Springs 1r0wIGN(w KIA7077 "XX 3200 E.Tahquite Cyn Way 01")NYX 1116" "XIM19)( XXpSX XXXNN EtA% BRP}16GBrlJ1MrAIBB(XX Palm Springs CA 92262 AUTHOR E EPRESENTATIVE ACORD 25-5 Policy Number: C01073359083 Named Insured: MATICH CORPORATIION This Endorsement Changes the Policy. Please read it carefully. Additional Insured — Owners, Lessees or Contractors (Form B) This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART. RE: Project Farrell Drive & East Palm Canyon Drive Street widening & Signal Modification Project No. CP95-21-,A4067 Name of Persons or Organization CITY OF PALM SPRINGS 3200 E. TAHQUITE CANYON WAY PALM SPRINGS, CA. 92262 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. CG 20 10 11.85