Loading...
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