Specifications Project 2025-02 - Addendum 1taQai4tra
CALIFORNIA -
ADDENDUM NUMBER 01
TO: All Prospective Bidders and Plan Holders
FROM: Ubaldo Ayon, Assistant Construction Manager
DATE: October 29, 2025
SUBJECT: Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements Project
The following shall be considered as incorporated into the project plans and specifications for the above
referenced project. Portions of plans and specifications not specifically mentioned in this Addendum
remain in force.
■ CLARIFICATIONS
Question 1. Sheet 13 Sec 7.0 States the basis of award shall be the lowest combined price of the
Base Bid area plus all Additive Alternates, Sheet 27 states Grand Total is Base Bid
plus all Additive Alternates and Deductive Alternates. Please clarify the Award.
Response: See the following for updated clarification language hereon this addendum.
Question 2. Per Sheet 2 of the plans (Detail: existing pavement repair), is the intent to match the
existing AC pavement section table or raise the grade per the AC Overlay Table?
Response: The intent is to match the existing asphalt concrete surface, with potential minor
variations in overlay thickness due to compaction. The intent is also to maintain and
match existing grades.
Question 3. If Additive Alternates are awarded, will additional working days be added to the
contract? 40 working days for the amount of scope for the project appears to be a
short time line.
Response: Working days have been revised to 50, no additional working days shall be
considered for additive alternates or deductive alternates.
Question 4. Additive Alternate 4 does not have a Mobilization or Traffic Control line item. Please
Advise.
Response: See attached Section 1210 Bid Schedule for revised Additive Alternate 4 bid items.
■
taQai4tra
CALIFORNIA -
----------------
■ PROJECT SPECIFICATIONS
Section 1100
Sheet 1100-1, Replace paragraph three with the following:
As Reads:
This project shall be completed within 40 working days from the date specified in the Notice to
Proceed. Time for the commencement and completion of the work is important and is to be of
the essence of the Contract. The successful bidder should plan to order any long lead time
equipment items immediately following "Notice of Award".
Is Amended to Read:
This project shall be completed within 50 working days from the date specified in the Notice to
Proceed. Time for the commencement and completion of the work is important and is to be of
the essence of the Contract. The successful bidder should plan to order any long lead time
equipment items immediately following "Notice of Award".
Section 1110
Sheet 1110-3, Subsection 7.0: Preparation of Bid Forms, Replace paragraph one with the
following:
As Reads:
Bids shall be made on the blank forms in this manual and must be submitted at the time and
place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and
all prices must be stated in figures. Unit prices in each and every case shall represent a true unit
price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include
material, installation and appurtenant work as is necessary to have the item complete and in
place meeting the full intent of the plans and specifications. Unbalanced unit prices shall be
sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and
changes in the work during construction. The basis for award shall be the lowest combined
price of the Base Bid Area plus all Additive Alternates. All bids must be submitted in a
sealed envelope, addressed to the City Clerk, with the following annotation:
■
taQai4tra
CALIFORNIA -
----------------
Is Amended to Read:
Bids shall be made on the blank forms in this manual and must be submitted at the time and
place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and
all prices must be stated in figures. Unit prices in each and every case shall represent a true unit
price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include
material, installation and appurtenant work as is necessary to have the item complete and in
place meeting the full intent of the plans and specifications. Unbalanced unit prices shall be
sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and
changes in the work during construction. The basis for award shall be the lowest combined
price of the Base Bid Area plus all Additive Alternates and Deductive Alternates. All bids
must be submitted in a sealed envelope, addressed to the City Clerk, with the following
annotation:
Section 1210
Sheet 1210-1, Replace paragraph one with the following:
As Reads:
Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the
undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a
Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation
and services for Project No. 2025-02, FY25126 PMP Rehab & Slurry Seal Improvements, in
accordance with the plans and specifications therefore adopted and on file with the City within the
time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of
award shall be the lowest total price of the Base Bid Area plus all Additive Alternates.
Is Amended to Read:
Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the
undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a
Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation
and services for Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements, in
accordance with the plans and specifications therefore adopted and on file with the City within the
time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of
award shall be the lowest total price of the Base Bid Area plus all Additive Alternates and
Deductive Alternates.
■
taQai4tra
._ CALIFORNIA -
Raf-finn 1 inn
Sheet 1300-1, Replace paragraph four with the following:
Ac RParlc-
4. Contractor shall commence work after the issuance of a written Notice to Proceed and
agrees to have all work completed within 40 working days from the date of Notification to
Proceed.
Is Amended to Read:
4. Contractor shall commence work after the issuance of a written Notice to Proceed and
agrees to have all work completed within 50 working days from the date of Notification to
Proceed.
Cnr-4inn innn
Sheet 3000-2, Subsection 1.6: Time Allowed for Construction, Replace paragraph one
with the following:
Ac Raaric-
In accordance with the provisions of Paragraph 1400-6.2, Time of Completion, this project shall
be completed within 40 working days from the date specified in the Notice to Proceed.
Is Amended to Read:
In accordance with the provisions of Paragraph 1400-6.2, Time of Completion, this project shall
be completed within 50 working days from the date specified in the Notice to Proceed.
■ PROJECT PLANS
Sheets 13 - 14 are replaced with the attached. The addendum includes additional pavement
markings.
■
taQai4tra
._ CALIFORNIA -
The Contractor is hereby notified; Addendum No. 1 must be acknowledged and initialed as
stipulated under the instructions to Bidders and submitted as part of the Bid. Failure to do so
shall result in the City designating said bid as "Non -Responsive."
APPROVED:
Digitally signed by Ubaldo Ayon
�7 Date: 2025.10.29 08:59:37
-07'00'
Ubaldo Ayon, Assistant Construction Manager
Attachments: 1. Bid Schedule Dated 10/29/2025
2. Revised Plan Sheets 13 - 14
END OF ADDENDUM NUMBER 01
Addendum 01 — 10/29/2025
SECTION 1210
BID SCHEDULE
PROJECT NO. 2025-02
FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS
City of La Quinta
78-495 Calle Tampico
La Quinta, CA 92253
To Whom It May Concern:
Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the
undersigned hereby proposes and agrees that on award by the City under this Bid, to
execute a Contract, with necessary bonds, to furnish and install any and all labor,
materials, transportation and services for Project No. 2025-02, FY25/26 PMP Rehab &
Slurry Seal Improvements, in accordance with the plans and specifications therefore
adopted and on file with the City within the time hereinafter set forth and at the prices
named in this Bid. It is understood that the basis of award shall be the lowest total price
of the Base Bid Area plus all Additive Alternates and Deductive Alternates.
Unit prices in each and every case represent the true unit price used in preparing the bid
schedule totals (Bid Form). Unit prices listed herein include material, installation and
appurtenant work as is necessary to have the item complete and in place meeting the full
intent of the plans and specifications. We acknowledge that unbalanced unit prices shall
be sufficient cause for the rejection of our bid.
Bid Schedule 1210-1
Addendum 01 — 10/29/2025
BASE BID — FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$
$
2
Traffic Control
1
LS
$
$
3
Dust Control
1
LS
$
$
4
Crack Seal and Type 11, Latex
27761,010
SF
$
$
Emulsion Ag re ate Slurry
Pavement Repair Type I: 1 1/2"
5
Grind and Asphalt Concrete
664,020
SF
$
$
Overlay
Pavement Repair Type 11:
6
Remove Ex. A.C., Compacting
66,360
SF
$
$
Ex. Base, and Variable Overlay
(Depth Per Plan
7
Localized Dig Out and AC
1 130
SF
$
$
Pavement Repair per Plan
'
8
Lower and Raise Drainage
6
EA
$
$
Manhole
9
Signing and Striping, Including
1
LS
$
$
All Incidentals
Total Amount of Bid Items 1 — 9
$
City may award all or none of the following additive alternates:
ADDITIVE ALTERNATE NO. 1
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Lower Water Valve Frame and
gg
EA
$
$
Cover Per CVWD Standards
2
Raise Water Valve Frame and
88
EA
$
$
Cover Per CVWD Standards
Total Amount of Additive Alternate No. 1 Items 1 — 2
$
Bid Schedule 1210-2
Addendum 01 — 10/29/2025
ADDITIVE ALTERNATE NO. 2
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Lower Sewer Manhole Frame
1
and Cover Per CVWD
33
EA
$
$
Standards
Raise Sewer Manhole Frame
2
and Cover Per CVWD
33
EA
$
$
Standards
Total Amount of Additive Alternate No. 2 Items 1 — 2
$
ADDITIVE ALTERNATE NO. 3 — Hidden River Road
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$
$
2
Traffic Control
1
LS
$
$
3
Dust Control
1
LS
$
$
Pavement Repair Type II:
4
Remove Ex. A.C., Compacting
7,540
SF
$
$
Ex. Base, And Variable Overlay
Depth Per Plan
5
Lower Water Valve Frame and
12
EA
$
$
Cover Per CVWD Standards
6
Raise Water Valve Frame and
12
EA
$
$
Cover Per CVWD Standards
Total Amount of Additive Alternate No. 3 Items 1 — 6
$
Bid Schedule 1210-3
Addendum 01 — 10/29/2025
ADDITIVE ALTERNATE NO. 4 — La Quinta Hiqhlands
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$
$
2
Traffic Control
1
LS
$
$
3
Dust Control
1
LS
$
$
Pavement Repair Type II:
4
Remove Ex. A.C., Compacting
423,330
SF
$
$
Ex. Base, And Variable Overlay
Depth Per Plan
5
Lower Water Valve Frame and
73
EA
$
$
Cover Per CVWD Standards
6
Raise Water Valve Frame and
73
EA
$
$
Cover Per CVWD Standards
Lower Sewer Manhole Frame
7
and Cover Per CVWD
31
EA
$
$
Standards
Raise Sewer Manhole Frame
8
and Cover Per CVWD
31
EA
$
$
Standards
Lower Sewer Clean -Out Frame
9
and Cover Per CVWD
3
EA
$
$
Standards
Raise Sewer Clean -Out Frame
10
and Cover Per CVWD
3
EA
$
$
Standards
Total Amount of Additive Alternate No. 4 Items 1 — 10
$
DEDUCTIVE ALTERNATE NO. 1 — La Quinta Highlands
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Crack Seal and Type II, Latex
423,330
SF
$
$
Emulsion Aggregate Slurry
Total Amount of Deductive Alternate No. 1 Items 1:
$
Bid Schedule 1210-4
Addendum 01 — 10/29/2025
GRAND TOTAL BASE BID PLUS ALL ADDITIVE AND DEDUCTIVE ALTERNATES
(Figures):
GRAND TOTAL BASE BID PLUS ALL ADDITIVE AND DEDUCTIVE ALTERNATES
(Words):
Bid Amount of each of the above Bid Items must be filled in and completed. It is
understood that the quantities shown hereon are but estimates and the bidder is
responsible to verify quantities prior to submitting a bid. Final payment will be based
upon actual work performed, subject to such adjustments and alterations as elsewhere
provided herein.
Signature of Bidder (Ink)
Name of Bidder (Printed or Typed)
Bidder Telephone Number
Bidder Email Address
Bid Schedule 1210-5
j I I I�INEII DETAIL 38 TYPE IV (R)
11 i il.l� I 5 146' 1 145' 10 ARROW
I 9
TYPE IV R) TYPE VI (L)
I ARROW10 1 TYPE IV (L)
ARROWS
8
BICYCLE LOOP _ o/H E 146' °/" E
DETECTOR SYMBOL 6 - o/H c
X-WALK 1 ` _ �O
I I 7 (10')
STA 10+00 ADAMS ST= I i�
AVENUE 48 DETAIL 29
- -- ----- - 00 r-
- - I I 1 I °a
W o
II'tjI i N III <'k
II I p L)) I zLU
r I I
I�Ni i i i i Q
9
� 1A
+ H c-
N
N a0
U) �� S
1
LU O
W
= W � -
U U) /0 _ -Z
CATV
Q I
TYPE IV (L)
ARROW
TYP. 12t
0 DETAIL 38
+ 250' / 1
+ I z
NN
w - -
Z
m -
J Q
U LJJ z
Q SIGNAL'
C 1 2 EA 10
/IV
DETAIL 25
Know what's below.
Call 811 before you dig.
O10/27/25 LG ADDITIONAL PAVEMENT MARKINGS
NO. DATE INIT.
R E V I S 1 0 N S
7 100,
6 3 EA
13 °/" E o/ c
1
CURB &
GUTTER TYPE VI I (L)
eARROWS
9
0W_�4200'
,! 4
01p k7e�
---- - I,HIV Iv
y
12 6 DETAIL 25
TYP. 100,
Q
z
I z, I
N I X-GUTTER
Q 1 TYP.
4 EA 6 �
Q 6" WHITE DIAGONAL 11 50'
11 50 o c o/ E 1 @ 10' O.C. o = _ 0/H c
TYPE IV (L)
ARROW 1 TYPE IV (L)
ARROW 1
8
3 EA 6 \DETAIL 38 'AHEAD' 'SIGNAL'
7 - o/H E 100, 1 o/H E 2 EA 10 2 EA 10
- o/H c 3 o/ c - -
�N
-- CATV - CAT
X-GUTTER I Qjj�p
TYP. 1 VINI
2 EA 7
1-_Z
1.1
�csics:
9
CURB P.
CURB &
-1 GUTTER
TYP. MEDIAN 6 TYP. 12
1 CURB DETAIL 25 6 3 EA
1 o/H E 0/H E
0/H
° 0/H c 0/H C
E
c o/H c
o/H
- ADAMS REET 7 - -
N L
_- CATV -- CATV -- AT - ATV -- CATV
3 -
1 1
ST p 9 g
6 7 I "lOr 6 TYPE IV (L) DETAIL 38
100' I I ARROW 140'
ti
w
D
z
1 Inn,
�W,
LHJ
r � _
cN
L.L
T
��
Q
W1 1 1
U)
1
Q
LLJ
J
T
z
LU
L
=
LLJ
/�
_ -
LU
U)
IQ
G
TYPE IV (L) GUTTER 1 50 11 CA1�V'Q
8 9 ARROW 1 TYP. 8 BICYCLE LOOP
L7200' MEDIAN 63 EA 6 DETAIL 38 TYPE IV (L) TYP. 12 1 DETAIL 25 1 CURB DETECTOR SYMBOL _ �-
o/H o/H E 100 H 1 ARROW DETAIL 25 o/H E o/H E /H 2 EA 8 100, 1 0
- o/H c TYP. o/H c °/H c 0/H c - o/H - - 1 1 0/ c 3 9 _ 11 c O
5 EA 6 +
/�7_/A/ / _Ior /—/' 14�1I' "ill 10r_ —,A— —Z— —7-'— 74
-s rsss>s:�aa� �arss-s� _r>_rcacssr>ss�s,_isisciosssic .�
- O
LEGEND:
PAVEMENT REPAIR TYPE I: GRIND AND ASPHALT
CONCRETE OVERLAY
CENTERLINE
GRIND AND ASPHALT CONCRETE OVERLAY
LIMITS
T V
M
�00
ATV
--- Cq
-- C V -- CAT --
TMH
ATV _ — -
-- 10
9
8
FROON
8 TIER
8
W I' 'SIGNAL' 8
6 10
3:LLI 2 EA
13 10
5 180' TYPE IV (R)
O
O J 9
TYPE IV (R) 180, ARROW
z
ARROW
D
CONSTRUCTION NOTES:
1O
PROTECT IN PLACE
O ADJUST SEWER MANHOLE FRAME AND COVER TO GRADE PER
CVWD STANDARD PLAN S-1 B
OPAVEMENT
REPAIR TYPE I: 1 1/2" GRIND AND ASPHALT
O UTILITY ASSEMBLY TO BE ADJUSTED TO GRADE BY UTILITY
CONCRETE OVERLAY
OWNER. CONTRACTOR TO COORDINATE WITH UTILITY OWNER
OADJUST
WATER VALVE FRAME AND COVER TO GRADE PER
CVWD STANDARD PLAN W-17 AND W-18
— 100' TRANS TYPE IV (L) // / / / / // // /f // % TYPE IV (R)�
/ / / / r r / T� DETAIL 38 ARROW/
1
CURB & ARROW 6 8 / / / / / 6" WHITE SOLD 145' 1
100' 7 1 GUTTER 1 2 EA � STA 40+30.03 ADAMS ST= S// STRIPE 1 TYPE IV (R) CURB &
TYP. 11 50i HWY 111 r / 90, ARROW _ 1 GUTTERC
'SIGNAL' C
TYP.
/H E o/" c 1 150' /H c
2 EA 10 9 °/" - - _ --- 2 EA 6
' X-WALK ---- T=�d7xr-�- r� H c CAIV
1 SEWER MH
o �7 - / / CVWD
®
= , /� S - S �� / AD S STREET �7
= e7z kZ�fAP
E IV,/RROW 3
1�� YPE IV (L) 14 0 < /2 EA , ' I / / ch
ARROW TYPE "G" AT/
1IZ�1' OC.,. TYP.��� I� _�_ ' / r �_ 6" WHITE SOLID TYPE IV (L) MEDIAN
- -- --- --- �- /� �_ - -6__- ---- STRIPE 1 ARROW 2 EA 1 CURB
CURB & TYPE IV (R) DETAIL 38 TYPE IV (R) l l A /^
BICYCLE LOOP <��� / " / / /
GUTTER 1 TYPE I (L) - 2 EA 150' 1 TYPE I (L) - 2 EA \ � / c� / / V / % %
DETECTOR SYMBOL � `/ / / 1
TYP. ARROWS 6" WHITE SOLID ARROWS
2 EA �/ � / / � / 'SIGNAL'
STRIPE � l N /l / 11 � � � / DETAIL 25 1
106' TRANS 50 ;ZI
/yl �2 EA 'AHEAD'
//11 ! 11 i l i l l i l 2EA
BASIS OF BEARING APPROVED BY: CITY OF LA QUINTA
NAICivil Engineering 68-955 Adelina Road
Traffic Engineering Cathedral City, CA 92234
PrectP A GR�FS F� ContractMAdm
QRanement
OFESS/ON
: 0
ni tration (760) 323-5344
v Consulting
z
w R.C.E. 76730 m
EXP. 12-31-26 PREPARED UNDER TH SUPERVISION OF:
spy C / V \ \, �`P 10-14-2025
TF OF CA��FLORISSA A. GRUEHL, PE DATE
R.C.E. 76730 EXPIRES 12/31 /26
APP'V'D I DATE
N/A
BENCH MARK:
N/A
BRYAN McKINNEY, P.E. DATE
PUBLIC WORKS DIRECTOR/CITY ENGINEER
R.C.E. No. 49418 EXP. DATE: 09/30/26
cc
0
O
l
co
,,I
r
3
�
�
4
U)
w
- _
w
U)
j
Z
LU
=
LLJ
T
1
IQC
G
TYPE IV (L)
ARROW
EA
-2
f
:9a�SG�Sss2,Sa9sS:S3?.�SSa� t ��aaa�t �•�' , � �' ` i� ��
I INS
�1 ♦ � ,� „ 1 1 1 1 , �J�
�•� _ _.s � - may+ i .11// � ,' i �• � � /
11 i
e � �
QPLACE BACK ORIGINAL STRIPING AND TYPE IN SAME LOCATION
STRIPE 6 INCH WIDE WHITE LANE LINE AND INSTALL RAISED
Q3 PAVEMENT MARKERS, PER CAMUTCD FIGURE 3A-102 (CA),
DETAIL 12
4QSTRIPE 8 INCH WIDE WHITE DASHED DROP LANE LINE, PER
CAMUTCD FIGURE 3A-111 (CA), DETAIL 37B
5QSTRIPE 8 INCH WHITE CHANNELIZING LINE, CAMUTCD FIGURE
3A-112 (CA), DETAIL 38
6QSTRIPE 6 INCH WIDE WHITE BIKE LANE, PER CAMUTCD FIGURE
3A-112 (CA), DETAIL 39
7QSTRIPE 6 INCH WIDE WHITE DASHED BIKE LANE, PER CAMUTCD
FIGURE 3A-112 (CA), DETAIL 39A
PAINT WHITE "BIKE" AND "LANE" LETTERING, "HELMETED
gQBICYCLIST" SYMBOL, AND SMALL BIKE LANE ARROW, PER
CALTRANS STANDARD PLANS A24A, A24C, AND A24D, AND AS
POSITIONED PER MUTCD FIGURE 9C-3. PAINT CENTERED ON
GREEN RECTANGULAR BACKGROUND, 3.5'X37'
QPAINT WHITE GOLF CART LANE SYMBOL, PER CITY OF LA
9 QUINTA STANDARD PLAN 502
PAINT PAVEMENT MARKING, TYPE PER PLAN
11 STRIPE 6 INCH WIDE WHITE LINE
QPAINT 12 INCH WHITE DIAGONAL, 50' O.C.
QINSTALL GREEN PAINT WITHIN THE BIKE LANE DASHED AREA
REMOVE AND REPLACE CLASS 1 SURFACE MOUNTED TUBULAR
1 DELINEATOR, TYPE AND SPACING PER PLAN
40 20 0 40 80 120
SCALE: 1 "=40'
NOTES TO CONTRACTOR:
1. PROTECT IN PLACE ALL MANHOLES AND VALVES, UNLESS SHOWN
AS ADJUST TO GRADE.
2. PROTECT IN PLACE ALL SURVEY MONUMENTS OR RE-ESTABLISH
PER GENERAL NOTES.
3. STATIONING AND CENTERLINE IS SHOWN FOR REFERENCE ONLY
AND HAS NOT BEEN TIED DOWN BY SURVEYOR.
4. FOR ANY CRACK, OR VOID, GREATER THAN 1", FILL WITH
COMPACTED PEA -GRAVEL AND SS GRADE ASPHALTIC EMULSION
OR HOT MIX ASPHALT DIRECTED BY THE ENGINEER. SEALANT
SHALL NOT EXCEED 1" DEPTH.
5. DEPTHS NOT VERIFIED; CONTRACTOR RESPONSIBLE TO FIELD
CHECK.
6. REFRESH ANY STRIPING DAMAGED OR COVERED FROM
CONSTRUCTION ACTIVITY TRACK -OUT.
7. REFRESH EXISTING STRIPING, PAVEMENT MARKINGS, AND
CROSS -WALKS ON ALL LEGS AND CROSS STREETS 25' BEYOND
THE LIMIT LINE AND CROSS WALKS.
8. PROTECT IN PLACE ALL EXISTING SIGNS, UNLESS NOTED
OTHERWISE.
IN THE CITY OF LA QUINTA DESIGN: DATE:
r�
LC OCT 2025
PROJECT No. 2025-02 DRAFT: PRIVATE REFERENCE:
FY 25/26 PMP REHAB + SLURRY SEAL IMPROVEMENTS CHECK: LG N/A
ADAMS STREET JN SHEET 13
STA 10+00 TO STA 43+00 SCALE: PER PLAN 19 OF SHEETS
FOR: CITY OF LA OUINTA
-
`��
ARROW
2 EA
00e
�o-• �•
..e
i
�IN iii��ii��ii+�ii�s►��
J �2_
— �M _ eiaTU T
Q DETAIL 38 1
1 J-,- I DETAIL 25
1 DETAIL 38 1
TYPE IV (R) 100, TYPE IV (R)
ARROW ARROW
195TRANS i
BICYCLE LOOP
SIGNAkATV
,DETECTOR SYMBOL
2EAO 2EA
11 -100'
1
- "
\8 6 --L-
1- 6
� - f
--TV--
--
TYPE IV (L) DETAIL 25
ARROW
2 EA
D
I
T l 1 DETAIL 29
TV T - X-WALK - 1
-
-1 -1
100, DETAIL 38 TYPE IV (L) l 1 ^
90' ` ARROW
W W
� I i O �W
ry�
Oz
U W
U
0
L0
I
8
MEDIAN
/
+
0/H E W N
0/H E
3
CURB _ 1
0/H E TYP. o/H E
i
'LO
V!
ADAMS STREET ----- ----- - -
O
--T------=-------------------
r-
— -------------- —
Z
O
_
O
_ _
J
W
CD
-
=
W
= ,�
Q
`14
6
1 3 EA 775
c�
z��
DETAIL 25
_�Q
/
co
CONSTRUCTION
NOTES:
0PROTECT
IN PLACE
O
ADJUST WATER VALVE FRAME AND COVER TO GRADE PER
CVWD STANDARD PLAN W-17 AND W-18
R
CRACK FILL AND TYPE II SLURRY SEAL
O
ADJUST SEWER MANHOLE FRAME AND COVER TO GRADE PER
CVWD STANDARD PLAN S-1 B
03
PAVEMENT REPAIR TYPE I: 1 1/2" GRIND
AND ASPHALT
8
UTILITY ASSEMBLY TO BE ADJUSTED TO GRADE BY UTILITY
CONCRETE OVERLAY
OWNER. CONTRACTOR TO COORDINATE WITH UTILITY OWNER
DRAINAGE MANHOLE FRAME AND
COVER TO GRADE
OADJUST
PER CVWD STANDARD PLAN S-1 B
O DETAIL 22
+ I 145' 1
00
Q (D
U) W z�
i
> `V
z 000 --- -
J Q
U W -LLJ
i�
U) o/H E o/ c
Q
DETAIL 38
145'
WWI
En Z
0 Q
I O , I , X-GUTTER
TYPE IV (L)
ARROW
V V I II\ I
TYP..
154' TRANS
0/ E
R81 (CA)
12"X8" �BIK E
R81 B (CA)
8"X5" END �15
154' TRANS
DETAIL 32
1
l- )2EA 5EA 6
X-GUTTER DETAIL 38
TYP. 325' 1 MEDIAN 8
�V -- E -- TYPE IV (L) LH E
;ATV CURB d 1 -- CATV --
200' 7 c 1 ARROW (MI CCo�TYP. o/
Co
Cn —
oi oa
r� OL0 7,2
ADA STREET 7 iv
i
- A�V --- - ___ -- r CATV -_ T ;' CATV-_ T-- ATV ___CATV T
1 N 1 CURB &
8 TYPE IV (L) 11 100, 3 TYPE IV (L) 1 GUTTER
ARROW 15 7 50, 6 ARROW TYP.
R81 (CA)
BIKE LANE 1211X811
BEGIN R81A (CA)
12"X5"
( )
R81 CA STA 63+07.30 ADAMS ST=
12"X8" BIKE EavE LADDER BLACKHAWK WAY
15
R81A (CA) BEGIN 8 1 X-WALK
12"X5" �
5 DETAIL 40 DETAIL 38
100' 11 1 11 50 1 345'
o/H E �i /1I J�:J
/_Io 7 EA /Z
7N
200'
100,
DETAIL 29 1
8
OBICYCLE LOOP
DETECTOR SYMBOL
STRIPING NOTES:
X-GUTTER 1
I I I
_ }I I I I
Y Q I I I
Q
J
C0
1 \
LADDER
X-WALK
1
ADAMS STREET
TYPE IV (L)
1 ARROW
PAINT WHITE "BIKE" AND "LANE" LETTERING, "HELMETED
Q
PLACE BACK ORIGINAL STRIPING AND TYPE IN SAME LOCATION
BICYCLIST" SYMBOL, AND SMALL BIKE LANE ARROW, PER
8
CALTRANS STANDARD PLANS A24A, A24C, AND A24D, AND AS
Q3
STRIPE 6 INCH WIDE WHITE LANE LINE AND INSTALL RAISED
PAVEMENT MARKERS, PER CAMUTCD FIGURE 3A-102 (CA),
POSITIONED PER MUTCD FIGURE 9C-3. PAINT CENTERED ON
GREEN RECTANGULAR BACKGROUND, 3.5'X37'
DETAIL 12
8 INCH WHITE CHANNELIZING LINE, CAMUTCD FIGURE
A
PAINT PAVEMENT MARKING, TYPE PER PLAN
QSTRIPE
5
3A-112 (CA), DETAIL 38
6 INCH WIDE WHITE BIKE LANE, PER CAMUTCD FIGURE
11
STRIPE 6 INCH WIDE WHITE LINE
QSTRIPE
6
3A-112 (CA), DETAIL 39
6 INCH WIDE WHITE DASHED BIKE LANE, PER CAMUTCD
1Q
INSTALL SIGN WITH NEW POST AND FOOTING (TYPE ASSHOWN)
QSTRIPE
PER CALTRANS STANDARD RSP RS5
7
FIGURE 3A-112 (CA), DETAIL 39A
�
n
CURB&
W
I,I I 1 1 7,1
50'
0/H
1
DETAIL 22
345'
138' TRANS /
AHEAD' 'SIGNAL' 6 j O
10 EA - - 10 2 EA 3 / ILO
A E 1 /H E / 0/H E/ I+
LO
_ L{') L.L
// C° W
J
- - - - - - - - - - -----=55tQ0 --� i U
6 4EA W O
EO J m
1 _44 U W
7 50' DETAIL 25 = I
138' TRANS
i
/ 00�
1.O
CO
LEGEND:
TYPE IV (L)
1 ARROW
°/ 3
0/H E
CRACK FILL AND TYPE II SLURRY SEAL
PAVEMENT REPAIR TYPE I: GRIND AND ASPHALT
CONCRETE OVERLAY
CENTERLINE
_ GRIND AND ASPHALT CONCRETE OVERLAY
LIMITS
CURB &
1 GUTTER
TYP.
T
M
C
e- - - - - -
M
0/H C
1 /H E
DETAIL 32
1
0/H
rH
TYPE IV (L)
ARROW
N
TYPE IV (L)
ARROW
Ip
I++
CO U_
CO W
J
Vi c
N 10
�W ~
z
O
J m
�= W
1U w
rn
IQ
G
SCALE: 1 "=40'
'1 -TV
40 20 0 40 80 120
SCALE: 1 "=40'
NOTES TO CONTRACTOR:
1.
PROTECT IN PLACE ALL MANHOLES AND VALVES, UNLESS SHOWN
AS ADJUST TO GRADE.
2.
PROTECT IN PLACE ALL SURVEY MONUMENTS OR RE-ESTABLISH
PER GENERAL NOTES.
0
3.
STATIONING AND CENTERLINE IS SHOWN FOR REFERENCE ONLY
AND HAS NOT BEEN TIED DOWN BY SURVEYOR.
I+
00
4.
FOR ANY CRACK, OR VOID, GREATER THAN 1", FILL WITH
Q
COMPACTED PEA -GRAVEL AND SS GRADE ASPHALTIC EMULSION
U)
W
OR HOT MIX ASPHALT DIRECTED BY THE ENGINEER. SEALANT
SHALL NOT EXCEED 1" DEPTH.
-N
,
W
5.
DEPTHS NOT VERIFIED; CONTRACTOR RESPONSIBLE TO FIELD
_
W
=
z
U)
CHECK.
LLO-
�
J
W
6.
REFRESH ANY STRIPING DAMAGED OR COVERED FROM
UJ
CONSTRUCTION ACTIVITY TRACK -OUT.
o/H E 0/i
I
7.
REFRESH EXISTING STRIPING, PAVEMENT MARKINGS, AND
Q
CROSS WALKS ON ALL LEGS AND CROSS STREETS 25' BEYOND
THE LIMIT LINE AND CROSS WALKS.
8.
PROTECT IN PLACE ALL EXISTING SIGNS, UNLESS NOTED
OTHERWISE.
BASIS OF BEARING APPROVED BY: CITY OF LA QUINTA IN THE CITY OF LA QUINTA DESIGN: DATE:
Civil Engineering 68-955 Adelina Road LC OCT 2025
N/A ROFESS/OTraffic Engineering Cathedral City, CA 92234
Nil N I Project Management y PROJECT No. 2025-02 DRAFT: PRIVATE REFERENCE:
�o�\SSP R�F� F� Contract Administration �760� 323-5344 LG N/A
v ` �' Consulting FY 25/26 PMP REHAB + SLURRY SEAL IMPROVEMENTS CHECK:
BENCH MARK: w R.C.E. 76730 m ADAMS STREET �N SHEET 14
� O 10/27/25 LG ADDITIONAL PAVEMENT MARKINGS N/A EXP. 12-31-26 � PREPARED UNDER TH SCALE: STA 43+00 TO STA 78+50 PER PLAN 19 SUPERVISION OF: 'SHEETS
Know what's below. NO. DATE INIT. APP'V'D DATE BRYAN McKINNEY, P.E. DATE �gTF0 / v \ o��` 10-14-2025
Ca11811before YOU dig. R E V I S I 0 N S PUBLIC WORKS DIRECTOR/CITY ENGINEER OF CA0F LORISSA A. GRUEHL, PE DATE FOR: CITY OF LA QUINTA
R.C.E. No. 49418 EXP. DATE: 09 30 26 R.C.E. 76730 EXPIRES 12/31/26