Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
06243 - 2011-2012 ANNUAL ASPHALT OVERLAY CP 11-06 MATICH CORPORATION
t CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Matich Corporation Date: August 8,2012 1596 Harry Sheppard Blvd. Project No.: 11-06 San Bernardino, CA 92408 Project: 11/12 Annual Overlay Change Order No.: One(1) Contract Purchase No.: Account Numbers: 134-4498-50225 133-4298-50226 133-4298-60292 Agreement No.: 6243 CHANGES TO BID ITEMS Item Numbers: 3. Cold Mill AC Pavement 25835 SF @ $0.22/SF $5,683.70 4. Hot Mix AC (type C2) -3145.4 TON @ $69.15/TON ($217,504.41) 5. Type E Loop Detector 8 EA @ $234.00/EA $1,872.00 6. Minor Concrete -181.62 CY @ $272/CY ($49,400.64) New Items: A. Asphalt Rubber Hot Mix 2330.36 TON @ $93.00/TON $216,723.48 Total — Change Order Decrease Amount ($42,625.87) REASONS FOR CHANGES: Items 3, 5 and 6 are quantity adjustments; the actual amount of work that was required to complete the work was more or less than original estimates by the amounts indicated. Item 4 and new item A. represent the difference in cost to use an alternate paving material. Farrell Drive was paved with Asphalt Rubber Hot Mix (AHRM), an asphalt paving material that incorporates recycled rubber from car tires. This material is more expensive as indicated by the above unit prices, but that cost was offset by the equivalent placement of 1.5" of AHRM vs 2" of conventional asphalt concrete. The application of this material will allow the City the opportunity to evaluate the performance of the two paving methods concurrently. This information will be used in the determination of future paving specifications. Note: The prices above are inclusive of all specified mark ups. No additional mark ups will be added to any item on this Change Order. ADDITIONAL CONTRACT TIME No additional contract time is being added. SOURCE OF FUNDS The following account will be credited: 134-4498-50225 i Summary of Costs Contract Time Original Contract Amount: $1,516,000.00 Original Completion Date: August 20, 2012 This Change Order: $(42,625.87) Days Added for this C.C.O. 0 Previous Change Order(s): $0.00 Previous Days Added: 0 Revised Contract Amount: $1,473,374.13 Revised Completion Date: August 20, 2012 1 have received a copy of this Change Order and the above AGREED PRICES Qom. are acceptable to the contractor. -.e , Date Z3 Z NMMatic Coporation City Approvals: Submitted by K'Q' L-t Date Senior Public Works Inspector Approved by J �L Date 7 Z— City Engineer Approved by Date �v City Manager Attested by Date D 4/ t o f role City Clerk APPROVED BY DEPARMENT HEAD �k� (�Prr• n� Cgl ,lLa5.��� Distribution: Original Executed Copies Conformed-File Coov Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Economic Development (1) Finance (1) 2 AGREEMENT THIS AGREEMENT made this _2 day of in the year 20.V by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Matich Corporation a California 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: 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 The Work is generally described as follows: Cold milling of existing asphalt concrete pavement; installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; installation of geotextile fabric; construction of hot mix asphalt; installation of Type E inductive loop vehicle detectors; traffic striping and markings; and all appurtenant work on various streets in 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 $3,000 for each calendar day that expires after the time specified in Article 2, herein. ORIGINAL BID ANWOR AGREEMENT AGREEMENTFORM :AGREEMENT AND BONDS-PAGE 1 ARTICLE 3 -- CONTRACT PRICE Alternative Bid Schedule: $1,516,000.00 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 01 to 01, 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. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. AGREEMENT FORM AGREEMENT AND BONDS-PAGE 2 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: APPROVED BY THE CITY COUNCIL: CITY OF PALM SPRINGS, CALIFORNIA Date By City Clerk Agreement No. 611 APPROVED AS TO FORM: By City Attorney Date CONTENTS APP O ED: By City Engineer Date Z �2 By �� APPROVED BY CITY COUNCIL City Mana Date AGREEMENTFORM AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. CONTRACTOR: Name: Matich Corporation Check one:_Individual—Partnership X Corporation Address: 1596 Harry Sheppard Blvd. San Bernardino, CA 92408 Signature (notarized) Signature (notarized) Name: Robert M. Name: .MatiCh Patrick A.Matich Title: Vice President Title: S IDretally (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of California E State of California ❑ County of San Bernardino ❑ss County of Can Remardino ❑ss On MAY 2 2 2012 On MAY 2 2 2012 before me, _Megan Nadal NotaryPublic' before me, Megan Nadalet Notary Public personally appeared rt M.Matich personally appeared Patrick A. Matich who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/she/they executed the acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seaqy`:� — MEGAN NADALET MEGAN NADALi T COMM. #1951226 COMM. #1951226 NOTARY CALIFORNIAPUBLIC- ff NOTARY PUBLIC•CALIFORNIA SAN BERNAROINO COUNTY BAN BERNARDINO COUNTY N.y Cann.Expires O .2015 My Comm.Expires Oct.5,2015 AGREEMENTFORM AGREEMENT AND BONDS-PAGE 4 Check a License - License Detail - Contractors State License Board Page 1 of 2 Department of Consumer Affairs Contractors State Licseoard Contractor's License Detail - License # 149783 & DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124.6)If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. :?- Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. -=- Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. �> Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. License Number 149783 Extract Date 5/16/2012 MATCH CORPORATION Business Information Business Phone Number: (909)382-7400 P0BOX 10 HIGHLAND,CA 92346 Entity Corporation Issue Date 01/06/1955 Expire Date 11/30/2013 License Status ACTIVE This license is current and active. All information below should be reviewed. CLASS DESCRIPTION Classifications A GENERAL ENGINEERING CONTRACTOR B GENERAL BUILDING CONTRACTOR CONTRACTOR'S BOND This license filed a Contractor's Bond with SAFECO INSURANCE COMPANY OF AMERICA. Bond Number: 6227968 Bond Amount:$12,500 Effective Date: 01/01/2007 Bonding Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO) MATCH STEPHEN ANTHONY certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date: 03/27/2006 Workers'Compensation WORKERS'COMPENSATION https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetaii.aspx?LicNum=14... 5/16/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 This license has workers compensation insurance with OLD REPUBLIC GENERAL INSURANCE CORPORATION Policy Number:AlCW43921109 Effective Date: 07/01/2011 Expire Date: 07/01/2012 Workers' Compensation History Personnel listed on this license(current or disassociated)are listed on other licenses. Personnel List I Other Licenses Conditions of Use I Privacy Policy Copyright©2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=14... 5/16/2012 201112012 ANNUAL ASPHALT OVERLAY CITY PROJECT 11-06 BID SUMMARY BID SCHEDULE Bid Schedule Matich Corp. Hardy&Harper Granite Construction ID ITER DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 Mobilization 1 LS $230,213.00 $230,213.00 $24,000.00 $24,000.00 $114,999.50 $114,999.50 2 Traffic Control 1 LS $12,000.00 $12,000.00 $123,000.00 $123,000.00 $83,212.00 $83,212.00 3 Cold Mill Existing A.C.Pavement 540,000 SF $0.24 $129 600.00 $0.14 $75,600.00 $0.20 $108,000.00 4 Install Pavement Fabric 783,250 SF $0.26 $203,645.00 $0.30 $234,975.00 $0.35 $274,137.50 5 Hot Mix Asphalt(Type C2 11,750 TON $69.00 $810,7%00 $75.00 $881,250.001 $88.00 $1,034,000.00 6 Adjust Manhole to Grade 40 EA $800.00 $32,000.00 $400.00 $16,000.00 $1,300.00 $52,000.00 7 Install Type E Detector Loop 8 1EA $234.00 $20,592.00 $230.00 $20,240.00 $225.00 119,800.00 8 Minor Concrete 350 1 CY $272.00 $95.200.00 $377.00 $131,950.00 $425.00 $148,750.00 9 Traffic Striping and Markings 1 LS 1 $50,000.00 $50,000.00 $59,985.00 $59,985.00 $65.000.00 $65,000.00 TOTAL $1,584,000.00 TOTAL $1,567,000.00 TOTAL $1,899,899.00 ALTERNATIVE BID SCHEDULE Alternative Bid Schedule Matich Corp. Hardy&Harper Granite Construction ID ITER DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 Mobilization 1 LS $118,308.00 $118,308.00 $24,000.00 $24,000.00 $90,000.00 $90,000.00 2 Traffic Control 1 LS $12,000.00 $12,000.00 $123,000.00 $123,000.00 $64,523.00 $64,523.00 3 Cold Mill Existing A.C.Pavement 1,100,000 SF $0.22 $242,000.00 $0.14 $164,000.00 $0.19 $209,000.00 4 Hot Mix Asphalt(Type C2 14,000 TON $69.15 $968.100.00 $76.35 $1,054,900.00 $79.00 $1,106,000.00 5 Install Type E Detector Loop 88 EA $234.00 $20,592.00 $230.00 $20,240.00 $225.00 $19,800.00 6 Minor Concrete 375 CY $27200 $102,000.00 $377.00 $141,375.00 $425.00 $159,375.00 7 Traffic Striping and Markings 1 LS $53,000.00 $53,000.001 $59,485.00 $59,485.001 $50,000.00 $50,000.00 TOTAL $1,516,000.00 TOTAL $1,577,000.00 TOTAL $1,698,698.00 i PUBLIC WORKS CONTRACTS BID RESULT.CHECK LIST FOR CITY FLI*OFFtce: A�R# AMOUNT City P.f0ject No—- - ✓ IIMO# , DATE . Dates Pubitshed. 3 ( - Iv,oin,no NOnci y $i Rate & Time: k 1. 1 141 cro VY Pf VLF. 9. `�DF►�B & �T Z 7, —r sy k d } r; R E x 3 4 a x 7m,Pul t',, A ,a s �" S ✓ seer t.n ax' 5 z r d 'cy' 5S �-,"�' ' 'e-v.s _ 7,7,17,77 mt $� Y. IS ROMP l Y Rt'Q ?EM35t E[ iAl d ' ` 3 klE Y I N StawtlarrafSCatib� r# slFr>1-" Ct�Frs�tt�G�mw��'�'-E®eTf�+ ., ; DEPT: CITY OF PALM SPRINGS NOTICE INVITING BIDS 2011/2012 ANNUAL ASPHALT OVERLAY City Project No. 11-06 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2011/2012 Annual Asphalt Overlay, City Project No. 11-06, will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 4:00 P.M. on April 17, 2012, at which time they will be opened and read aloud. The Engineer's estimate range is $1,400,000 to $1,650,000. N-2 DESCRIPTION OF THE WORK: The Work comprises cold milling of existing asphalt concrete pavement; installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; installation of geotextile fabric; construction of hot mix asphalt; installation of Type E inductive loop vehicle detectors; traffic striping and markings; and all appurtenant work on various streets in 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 possess a valid Class A or C12 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. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent NOTICE INVITING BIDS 201112012 ANNUAL ASPHALT OVERLAY PAGE 1 - CITY PROJECT NO. 11-06 FEBRUARY 2012 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 $15.00 per set by cash, check or credit card and are obtainable from the City of Palm Springs Engineering Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. Make checks payable to "City of Palm Springs". (c) An additional mailing fee of $5.00 will be charged for sets of documents sent by mail. Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. If you have a FedEx No. or an On-Trac No, include that in your correspondence. If you do not have either of these, please include the mailing fee in your check for Bid Documents to cover the cost of shipping. If you have any questions, please call the Engineering Secretary at (760) 323-8253 ext. 8738 or by e-mail at kim.licon@palmspringsca.gov. (d) Obtaining Bid Documents and registration as a Bidder: If you are interested in submitting a bid, Bidders shall contact Kim Licon, Engineering Secretary, by e-mail at kim.licon@palmspringsca.gov, or by phone at (760) 323-8253 x 8738, to officially register as a Bidder for this project with your company name, address, phone, fax, contact person and e-mail address. Bidders must be registered to submit a Bid; failure to register may be cause to find a Bid non-responsive. (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be removed from the bound Bid Document and used to submit a bid. (f) This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the City's webpage at: www.paimspringsca.gov/index.aspx?page=85. (g) All questions about the meaning or intent of the Bid Documents are to be directed to the City Engineer. Questions shall be submitted in writing to: Marcus Fuller, Assistant City Engineer, by fax to (760) 322-8325, or by e-mail to: Marcus.Fuller@palmspringsca.gov. Questions must be submitted by 2:00 PM, April 11, 2012. Questions received after this date will not be accepted. NOTICE INVITING BIDS 2011/2012 ANNUAL ASPHALT OVERLAY PAGE 2 CITY PROJECT NO. 11-06 FEBRUARY 2012 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 and Contracting 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. D By � D Date David J. Barakian, PE Director of Public Works/ City Engineer City of Palm Springs NOTICE INVITING BIDS 2011/2012 ANNUAL ASPHALT OVERLAY PAGE 3 CITY PROJECT NO. 11-06 FEBRUARY 2012 � t CITY OF PALM SPRINGS NOTICE INVITING BIDS 2011/2012 ANNUAL ASPHALT OVERLAY City Project No. 11-06 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2011/2012 Annual Asphalt Overlay, City Project No. 11-06, will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 4:00 P.M. on April 17, 2012, at which time they will be opened and read aloud. The Engineer's estimate range is $1,400,000 to $1,650,000. N-2 DESCRIPTION OF THE WORK: The Work comprises cold milling of existing asphalt concrete pavement; installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; installation of geotextile fabric; construction of hot mix asphalt; installation of Type E inductive loop vehicle detectors; traffic striping and markings; and all appurtenant work on various streets in 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 possess a valid Class A or C12 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. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent NOTICE INVITING BIDS 2011/2012 ANNUAL ASPHALT OVERLAY PAGE 1 CITY PROJECT NO. 11-06 FEBRUARY 2012 value with the City in accordance with the provisions of Section 22800 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 $15.00 per set by cash, check or credit card and are obtainable from the City of Palm Springs Engineering Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. Make checks payable to "City of Palm Springs". (c) An additional mailing fee of $5.00 will be charged for sets of documents sent by mail. Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. If you have a FedEx No. or an On-Trac No, include that in your correspondence. If you do not have either of these, please include the mailing fee in your check for Bid Documents to cover the cost of shipping. If you have any questions, please call the Engineering Secretary at (760) 323-8253 ext. 8738 or by e-mail at kim.licon@palmspringsca.gov. (d) Obtaining Bid Documents and registration as a Bidder: If you are interested in submitting a bid, Bidders shall contact Kim Licon, Engineering Secretary, by e-mail at kim.licon@palmspringsca.gov, or by phone at (760) 323-8253 x 8738, to officially register as a Bidder for this project with your company name, address, phone; fax, contact person and e-mail address. Bidders must be registered to submit a Bid; failure to register may be cause to find a Bid non-responsive. (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be removed from the bound Bid Document and used to submit a bid. (f) This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the City's webpage at: www.paimspringsca.gov/index.aspx?page=85. (g) All questions about the meaning or intent of the Bid Documents are to be directed to the City Engineer. Questions shall be submitted in writing to: Marcus Fuller, Assistant City Engineer, by fax to (760) 322-8325, or by e-mail to: Marcus.Fuller@palmspringsca.gov. Questions must be submitted by 2:00 PM, April 11, 2012. Questions received after this date will not be accepted. NOTICE INVITING BIDS 2011=12 ANNUAL ASPHALT OVERLAY PAGE 2 CITY PROJECT NO. 11-06 FEBRUARY 2012 Y 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 and Contracting 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 b(e enclosed in the same envelope with the Bid. By a09 Date 313 J2 David J. Barakian, PE Director of Public Works/ City Engineer City of Palm Springs NOTICE INVITING BIDS 2011/2012 ANNUAL ASPHALT OVERLAY PAGE 3 CITY PROJECT NO. 11-06 FEBRUARY 2012 City of Palm Springs v w Department of Public Works and Engineering 3200 E.Tahquaz Canyon Way • Palm Springs, California 92262 * ho' Tel: (760)323-8253 • Fax: (760)322-8360 • Web:.www.paimspringsca.gov Cq�IFORN�P ADDENDUM NO. 1 To all prospective bidders under Specifications for the 2011/2012 Annual Asphalt Overlay, City Project No. 11-06, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 4:00 P.M. on Tuesday, April 17, 2012: Note, this Addendum No. 1 revises the bid opening date to 3:00 PM, Tuesday, April24, 2012. Note, this Addendum No. 1 incorporates Alternative Plans prepared by the City. The scope of the project changed by the Altemative Plans is generally-defined as elimination of all pavement fabric; and revises the variable depth grind and overlay to a full width 2" uniform depth grind and overlay on all paved areas identified for asphalt overlay. I. Alternative Plans have been prepared for this project. The Alternative Plans have been posted on the City's website at: www.paimspringsca.gov/index.aspx?page=85 Prospective bidders shall download, print and review the Alternative Plans prepared for this project. 11. The following revisions to Part I — Bidding and Contractual Documents and Forms shall be acknowledged: 1. The bid opening date specified in Paragraph N-1 of the Notice Inviting Bids is changed to 3:00 PM, Tuesday, April 24, 2012. 2. Paragraph N-3(a) of the Notice Inviting Bids is revised as follows: The following sentence is added: The basis of award is the Alternative Bid Schedule. Bidders shall bid on both the Bid Schedule and the Alternative Bid Schedule. 3. The deadline for questions specified in Paragraph N-9(g) of the Notice Inviting Bids is changed to 2:00 PM, April 18, 2012. Post Office Box 2743 0 Palm Springs, California 92263-2743 2011/2012 Annual Asphalt Overlay City Project 11-06 Addendum No. 1 April 11, 2012 Page 2 4. The attached Alternative Bid Schedule is hereby incorporated into the Bid Forms as Page 4A. Bidders shall bid on the Alternative Plans using the attached Alternative Bid Schedule. III. The following revisions to Part II — Special Provisions shall be acknowledged: 1. Section 9-1.2 "Partial and Final Payments" shall be revised as follows: The first sentence of the second paragraph shall be revised to read: Subject to the provisions of Section 22300 of the Public Contract Code, a 5 percent retention will be withheld from each payment. IV. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non- responsive and subject to rejection. Date: April 11, 2012 BY ORDER OF THE CITY OF PALM SPRINGS By dg� David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 ALTENATIVE BID SCHEDULE Schedule of Prices for the Construction of the: 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 Various City Streets in Sections 10, 11, 13, 19 & 23 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1- Initial Mobilization -- - LS $ 2• Traffic Control -- - LS $ 3. Cold Mill Existing A.C. Pavement 1,100,000 SF 4. Hot Mix Asphalt (Type C2) 14,000 TON $ $ 5. Install Type E Detector Loop 88 EA $ $ 6• Minor Concrete 375 CY $ $ 7• Traffic Striping and Markings --- LS $ TOTAL OF ALL ITEMS OF THE ALTERNATIVE BID SCHEDULE: (Price in figures) (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm ALTERNATIVE BID SCHEDULE BID FORMS-PAGE 4.A VJXLM ag 0,* - City ®f Palm Springs Department of Public Works and Engineering 3200 E. Tahquitz Canyon Way • Palm Springs, California 92262 ` 'rD"�amco Tel: (760)323-8253 • Fax: (760)322-8360 • Web:www.paimspringsca.gov cq4/FORN�P ADDENDUM NO. 1 To all prospective bidders under Specifications for the 2011/2012 Annual Slurry Seal, City Project No. 11-05, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 P.M. on Tuesday, April 17, 2012: I. The following revisions to Part II — Special Provisions shall be acknowledged: 1. Section 9-1.2 "Partial and Final Payments" shall be revised as follows: The first sentence of the second paragraph shall be revised to read: Subject to the provisions of Section 22300 of the Public Contract Code, a 5 percent retention will be withheld from each payment. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non- responsive and subject to rejection. Date: April 11, 2012 BY ORDER OF THE CITY OF PALM SPRINGS By '1W David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 Post Office Box 2743 0 Palm Springs, California 92263-2743 L= � City of Palm Springs Department of Public Works and Engineering �* 3200 E.Tahquitz Canyon Way ' Palm Springs, California 92262 s Tel: (760)323-8253 ' Fax: (760)322-8360 ' Web: wwwpalmspringsca.gov Cg11FORN�P ADDENDUM NO. 1 To all prospective bidders under Specifications for the 2011/2012 Annual Slurry Seal, City Project No. 11-05, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 P.M. on Tuesday, April 17, 2012: I. The following revisions to Part II — Special Provisions shall be acknowledged: 1. Section 9-1.2 "Partial and Final Payments" shall be revised as follows: The first sentence of the second paragraph shall be revised to read: Subject to the provisions of Section 22300 of the Public Contract Code, a 5 percent retention will be withheld from each payment. II. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non- responsive and subject to rejection. Date: April 11, 2012 BY ORDER OF THE CITY OF PALM SPRINGS By lA David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 Post Office Box 2743 0 Palm Springs, California 92263-2743 STATE OF CALIFORNIA -DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 420603 San Francisco California 94142 FROM: AWARDING AQENCY EXTRACT OF City of Palm Springs PUBLIC WORKS CONTRACT AWARD 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SECTION 1777.5 HAS BEEN AWARDED TO: 2, NAME OF GENERAL CONTRACTOR 3. CONTRACTOR'S LICENSE NO Matich Corporation 149783 4. MAIL ADDRESS(STREET NUMBER OR P.O. BOX) S. CITY P.O. Box 10 Highland 6. ZIP CODE 7. TELEPHONE NUMBER 92346 909-382-7400 8. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) City of Palm Springs, CA 9. CONTRACTOR PROJECT NUMBER 10. DOLLAR AMOUNT OF CONTRACT AWARD CP 11-06 2011/2012 Annual Asphalt Overlay $ $1,516,000 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 7 / 11 / 2012 (USE NUMBERS) 8 / 14 /2012 / (USE NUMBERS) 13. TYPE OF CONSTRUCTION(HIGHWAY, SCHOOL,HOSPITAL, ETC.) 14. Pavement improvements Q NEW CONSTRUCTION El ALTERATIONS 15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) Cold Milling Striping Electrical Loops Surveying 16, Is language included in the Contract Award to effectuate the provision of section a Yes No 1777.5,as required by the Labor Code?................................................................ Is language included in the Contract Award to effectuate the provisions of Section O Yes O N0 1776,as required by the Labor Code?.................................................................. 17. SIGN 18. TITLE 19. DATE Manager 5/29/2012 20. PRINTED O TYPED ME 21. TELEPHONE NUMBERS Craig I Glad ers Manager, Procurement& Contracting 760-322-8368 Duplication of this form is permissible DAB 13(rev.5/01) Matich Corporation BID DOCUMENTS Only the following listed documents, identified in the lower right corner as 'Bid Forms", shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Local Business Preference Program Good Faith Efforts Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. ,I 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 COVER SHEET March 13,2012 BID FORMS-PAGE 1 Matich Corporation BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Y /� Number ` Date k i�� I1�— K� 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, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 BID(PROPOSAL) March 13,2012 BID FORMS-PAGE 2 Matich Corporation To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract 'Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: Bidder. �� �� ���� Matich Corporation �] ."�""� By: (Signature) Title: Robert M.Matte v"Presided 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 BID(PROPOSAL) March 13,2012 BID FORMS-PAGE 3 MatichCorporation ' BID SCHEDULE Schedule of Prices for the Construction of the: 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 Various City Streets in Sections 10, 11, 13, 19 & 23 in Palm Springs, California Item Description Estimated Unit Unit Amount No, Quantity Price r 1- Initial Mobilization --- LS 2- Traffic Control -- - LS $ 3. Cold Mill Existing A.C. Pavement 540,000 SF / 2 N (Various Depth) $L/ $ 4- Install Pavement Fabric 783,250 SF $ 5• Hot Mix Asphalt (Type C2) 11,750' TON $ 6 7— $ 1�IO 7�s-b 6• Adjust Manhole to Grade 40 EA $ L7 $ 7. Install Type E Detector Loop 88 EA $ $ Zo 157 $• Minor Concrete 350 CY $ 0?2- $!- -� 9- Traffic Striping and Markings --- =LsfJ4 6V/ DU J TOTAL OF ALL ITEMS OF THE BID SCHEDULE: (Price in figures) GNP U/GGlra�y �OcaE L4Li,A�4'e. e16Hrlr (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease,without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit,in the amount shown in the Bid Schedule for the deleted item of Work. A41- 4, G OD Yoh/ Name of Bidder or Firm 2011/2012ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 BID SCHEDULE March 13,2012 BID FORMS-PAGE 4 Mati(ACorporatian ALTENATIVE BID SCHEDULE Schedule of Prices for the Construction of the: 2011l2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 Various City Streets in Sections 10, 11, 13, 19 &23 in Palm Springs, California Item Estimated No. Description.. Unit Unit Quantity price Amount 1- Initial Mobilization J --- LS $ flu 36k 2. Traffic Control --- Ls $ �•.� Gan- J 3. Cold Mill Existing A.C. Pavement 111001000 SF $0Z-Z ZY2 Gcc ^ $ 4• Hot Mix Asphalt (Type C2) 14,000 TON �r $ 5- Install Type E Detector Loop 88 EA $ Z3�' $ 2C7512— ✓ 6. Minor Concrete 375 CY $ �v- 7• Traffic Striping and Markings --- Ls �ov-- TOTAL OF ALL ITEMS OF THE ALTERNATIVE BID SCHEDULE: $ {Price in figures) p� (Price in words) \� QUANTITIES OF WORK: DCG>C.d-S The material in d cationntof the genera of work l cope of the Work.the unit City does not expressrice items of the ly nor bydule are impl cation agree that the give an 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 26 percent of increase or decrease, e prices, and shall have the right to delete any bid item in its entirety, and receive full credit unit without a change i the Bid Schedule for the deleted item of Work. in the amount shown n the 1VA 71e-Aj Name of Bidder or Firm I I ALTERNATIVE BID SCHEDULE BID FORMS-PAGE 4.A Matich Corporation INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50%of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive. Bidders shall list the total%of Work to be performed by the Prime Contractor here:V6'(shall not be less than 50%) Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 2 9(1.Co��OLLs/f6 fCf33" > /6ZYU 54& 5Eye7a� k,00y rGl/2A LD ctA, GA 91?Yl 2. 3. 51_460r vG 6 s& 576G- L_a/O L.. S T6EG CC�z ma; G8 9�3z5/ 4. 6. 7. 5✓ t2t!&y GS5`166) fla eL/il</S SSoG/A f 7_T-,VOQ 6&0 A[ of 8. 2 01 11201 2 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 LIST OF SUBCONTRACTORS March 13,2012 BID FORMS-PAGE 5 AAetiGh(ucYQ4rati41fA1 LOCAL BUSINESS PREFERENCE PROGRAM -GOOD FAITH EFFORTS City Project No.: 11-06 Bid Opening Date The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: 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. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FORMS MAY BE SUFFICIENT CAUSE TO FIND THE BID NON-RESPONSIVE. BIDDERS SHALL ENSURE ALL APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: Sc--� 471-ge,.zle-D G/Sr 0,4:' "e9,4956-C l/�S.tIb0�2S �vPOt,lliZf ��.o..rt G®�(c-�✓u��R d�0��y Local firms that will furnish materials or supplies to the Bidder for this project: See 47 ,OPsw,,4.e G!$ r r �c- ✓�tiGo,�s /s v O,oc���s F,loau �iDJ4ut�G�GJP U�t��P LOCAL BUSINESS PREFERENCE PROGRAM 201112012 ANNUAL ASPHALT OVERLAY GOOD FAITH EFFORTS CITY PROJECT NO, 11-06 BID FORMS-PAGE 6 March 13,2012 MATICH CORPORATION PROJECT: Palm Springs Annual Overlay Project 2012 Proposed CONTRACT NO. : 11-06 ' Coachella Valley AGENCY: City of Palm Springs Local Suppllera and Rentals BID DATE: 4124/12 TIME: 3:00pm TYPE OF WORK FIRM-ADDRESS PERSON PHONE FAX CONTACT DATE Approximate Value CONTACTED NUMBER NUMBER BY - Ready Mix Robertson's Ready Mix Brad Masters 951-760-4282 Robert 4/10/2012 $25,000 1000 Palms Matich Traffic Control Material To 'N Barricades Ron 760-347.2111 Robert 411012012 $1,000 Indio Matich Sanitation Services Burr Tac Melissa 760-340-2113 Robert 411 012 01 2 $300 Palm Desert Matich Equipment Rental Elm Equipment Rental Jose' 760-342.7930 Robert 4/10/2012 $2,600 Indio Matich Construction Supplies Hub Construction Kenn , Rand 760-341-3318 Robert 4/1012012 $1,000 Indio Matich Concrete&Asphalt Disposal Coachella Valley Aggs Ski Be a 961-538-6124 Robert 4/10/2012 $1,500 Aggregate and Gravel Indio Matich Survey and Monuments Hunsaker&Associates Robert 411 012 01 2 $20,000 Palm Desert Brad karmann 961.352.7200 Matich LOCAL. BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement Lo"e- ?t�711e.6fy Al U'- ,as'-'Q/ 7-0 PA P--r rC�e O,drc-. >ti 7W/:5 — *� SUGOL ,2eFw7';;4Gs B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited n Solicitation / rc W'4 r/'101 J kO Fbs� LPL (O�G+IQ�✓c C.iS I 7 LOCAL BUSINESS PREFERENCE PROGRAM 201112012 ANNUAL ASPHALT OVERLAY GOOD FAITH EFFORTS CITY PROJECT NO.11-06 BID FORMS-PAGE 7 March 13,2012 MatichCorporation C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract S� (Y/N) Z� G'OwcrL�7� ly0�2 tL D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: Names, addresses and phone numbers of firms selected for the work above: S<sa .477,4eA.,i5re f 1-57- X16 Gdl�(e- Ubayooe-5 - "7 E/,eA" NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. LOCAL BUSINESS PREFERENCE PROGRAM 2011/2012 ANNUAL ASPHALT OVERLAY GOOD FAITH EFFORTS CITY PROJECT NO.11-06 BID FORMS-PAGE 6 March 13,2012 Matich Corporation NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of San Bernardino ) Robert M. Matich being first duly swom, deposes and says that he or she is Vice President of "4atich Caraaratian the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder Matich Corporation `�� BY �GGt 9_ Title Robert M. Matich Vice President Organization Corporation Address 1596 Harry Sheppard Blvd. San Bernardino,CA 92408 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-00 NON-COLLUSION AFFIDAVIT March 13,2012 BID FORMS-PAGE 9 Matich Corporation ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On l�t/l` before me, WII N kW* oftry Noll Date Robert M. Mati t Name,Title of Office personally appeared NAME(S)OF SIGNER(S) who 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 hisiher/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. MEGAN NADALET Ncomm.RY L#1851226 tU Of Notary SA BERNgR01 CLOUN7Yq My Comm.Expires Oct.5,2015 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Tide or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages_DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 NON-COLLUSION AFFIDAVIT March 13,2012 BID FORMS-PAGE 10 "ai,ch Corporation BID BOND KNOW ALL MIEN BY THESE PRESENTS, That Matich Corporation as Principal,and Safeco Insurance Company of America as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the"City'in the sum of: Ten percent (10%) of the total amount of the bid----------—________________________ _ dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made,we bind ourselves, our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Sohedule(s)of the Citys Contract Documents entitled: 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 NOW THEREFORE, if said Principal is awarded a Contract by said City, .and within the time and in the manner required in the"Notice Inviting Bids" and the "Instructions to Bidders"enters into a written Agreement on the Form of Agreement bound with said Contract Documents,furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit Is brought upon this Bond by said City, and City prevails,said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND SEALED,this 3rd day of April 201Z PRINCIPAL: Matich Corporation Check one;_Individual,`partnership, x corporation (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). By SURETY: AR'-� Safeco Insurance Company of America signature (NOTARIZED) Print Name and Title: Y�Rob�ert M.M.aWh Vice PmsiderA $-�+ BY lwa_47� signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: Patrick A.Matich Sewretary Nanette Myers, Attorney-In-Fact 201112012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-08 BID BOND(BID SECURITY FORK ti4arch 13,2012 BID FORMS-PA 11 Matich Corpom"Ort ACKNOWLEDGMENT State of California County of San Bernardino On AM 2 4 2012 before me, Megan Nadalet, Notary Public (insert name and title of the officer) personally appeared Robert M. Matich who 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/tihey 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, executed the instrument. I certify under PE NALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. M N NADALET COMM. #1951226 aAvd� � NOTARY PUBLIC•CALIFORNIA A .; MyAC mEm.NFay1'es O'tt 5.2TY 5 Signature (Seal) Ac��a��aear Matich Corporation ACKNOWLEDGMENT State of California County of San Bernardino On APR 2 4 2012 before me, Megan Nadalet, Notary Public (insert name and title of the officer) personally appeared Patrick A. Matich who proved to me on the basis of satisfactory evidence to be the persons)'whose names') is/are subscribed to the within instrument and acknowledged to me that he/sragAhey executed the same in his/herRtreirauthorized capacity(W, and that by his/hffAheir,signature(e on the instrument the person, , or the entity upon behalf of which the personVacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MEGAAN N�ADgb COMM. #1951226 NOTARY PUBLIC•CALIFORNIA BAN BERNAROINO COUNTY �,1Y Comm.Expires OcL S.2075 Signatur C4 (Seal) Matich Corpeaetion CALIF ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On 4/3/12 before me, K. Luu, Notary Public Date Here Mort Nerve and TW the r Personally appeared Nanette Myers Nam wOl 1i—.1w who proved to me on the basis of satisfactory evidence to be the Persol whose naml is/ft subscribed to the within instrument and acknowledged to me that IVulshelffiAly executed the same in Nts/her/ttAffJf authorized I LUu caPacity(Ift), and that by fft/her/tWelt signature() on the z :P® = Commission# 1955906 instrument the person(fi), or the entity upon behalf of Notar pu z which the Person(S)acted, executed the instrument. z .. Y Public•California Orange County > M Comm.Expires Nov 6,2015 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and o ial sea Place Notary Seal Above Signature_ gnature of Ndary Public OPTIONAL Though theand informcoation below is rot required by law,H may prove valuable to persons relying on the document uld prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: Signers Name: ❑ Individual ❑Individual ❑ Corporate Officer—Titie(s): ❑Corporate Officer—Title(s): ❑ Partner—❑Limited ❑General _ ❑Partner—❑Limited ❑General IN Attorney in Fact ❑ • Attorney in Fact ❑ Trustee Top of thumb here ❑Trustee Top of thumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Lj Signer Is Representing: ®2W7National Ndary Aesoc®tim•9350 De Soto A :P.O.B.2402•Cluumm ,CA e13182402•vwNltlatlpWNgarygrg "i 7 Il1wdwCatl W-Freelel l:orpolation 'THIS POWER OF ATTORNEYIS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND: 4 IVtatich Gorpo 6 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to.the extent herein stated. SAFECO INSURANCE COMPANY OF AMERICA SEATTLE,WASHINGTON POWER OF ATTORNEY -KNOW ALL PERSONS BY THESE PRESENTS: That Safeco Insurance Company of America(the"Company"),a Washington stock insurance company,: pursuant to and by authorityof the.By=law and Authorization hereinafter set forth,does hereby name,constitute and appoint RHONDA C.ASEL, -JERI APODACA,NANETTE MYERS,MMAEL D.PARIZINO;JAMES A.SCHALLER,RACHELLE RHEAULT,KIM LUU,ALL OFTHE CITY OF NEWPORT BEACH, STATEOF CALIFORNIA................................... .......................................................................................... ...................................................:......... :.......:...,..... .. ......... ....... ................................ ................................. ................. each individually if there be morafhanone named,its true and lawful attorney in-fact to make,execute,seal,acknowledge.and deliver,for and onits behalf as surety and as its act and dead, any:and ati undertakings, bonds, reoognizances and other surety obligations in the penal sum not exceeding FI#EHUNOREb.MILUON AND 00l1aQ"r'•'!`"'••'•"•"•"'•"""DOLLARS($ ice+ ��""`"`"�""""'�""""� )each,and the execution of such undertakings,. bends,rerxgnizances and other surety ntil' lions,in pursuance of these presents,shall be as binding upon the Company as If they had been duly signed by the president and attested by the secretary Company in their own proper persons. That this power is made and executed'pursuant to and by authority of the following By-law and Authorization: ARTICLE IV-Officers:Section-12.Power of Attorney. Any officer or other official ol-the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitations y as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make, execute,seat,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such afomeys-in• a fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Corporation by their signature and-. c executed,such:instruments shall be as bindingas ff signed by the president and attested by the secretary �� C;s lay the-folfowing inrstmument the chairman orthe president has authorized the officer or other official named thereinto appoint attomeys-in-fact: a �� Pursuant to Artois IV,Section-12 of the By--laws,David M.Carey,Assistant Secretary of Safeco Insurance Company of America,is authorized to � O appoint such attorneys-m fact as may be necessary to act in behalf of the Corporation to make,execute,seal,.acknowledge and deliver as surely all- -� - any and all undertaking%bonds,recognizances and other surety obligations. - 6 tt.0 the By and the Authorization set forth above are hue copies thereof and are now in full force and effect. 0 12 .f�yfkTtJP�S WHEREOF this Power of-Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal ;iafse4ln anee�ompapy of Amencabas been atfnaed-thereto in Plymouth Meeting,Pennsylvania this loth dayof Ju2611 ht C. SAFECO INSURANCE COMPANY OF AMERICA �+ Qr%a ea �mtar @ Q.�. CD BY ,�gi 'awarcm` David M.Carey, nt Secretary COMMONWEALTH OF PENNSYLVANIA ss - COUf1iYf)F titOfJTGOME+lY j,m 4befom ' ,ihts ?Drh day o1 July 201 f re me, a Notary Public, personalty tame David M. Cai'ev,to ma fir"M ardl, Ablilk_ that he lss%an Assistant Secretary of Safecc Insurance Company of America; that be knows Ve seal-of said oorpor ifion and#-W he >�. s,�cutad�he Above tower of Attorney brut affixed the corporate seal of Safeco Insurance Company of 7mlerica thereto with the"aufffo*-and-at the- ' lirecfrah¢fsaid-crsrppration.. - 1N�T STIa1E5N¥i�7ki t v�'- subsenbad my name and affixed my notarial seal at Plymoutb MOO Pennsylvania,.on the day and year-a4m '. Te Past6Ne;kawy'ft Ta PymouSFTq ., µy 'or- '.'MYCtt�rr¢nc9srrrP..FxF �f3 esa Pastell Notary(Phbhfic RTJFICATE Mm+M:PenreyuereaAssoremianotr�tar,es I Ilie uhde[s cler3,a?oa -. , liUmrtoe;Cdrnparry of America,d0iargby Certify that the wigmaf po war:of attorney of which the toreoing -fta3u71 toe andcetTeotco gird-sftect an Me date of this certfiicxite,and Hda further cerfity that thefi' ffioer or official vilmaxetittel fife sad poWac of%sttohhay issn LHfit:erspE4apy iz6d 1*111e chairman or the.presidentfo appoint attorneys ,a in do f2�ofihe -)Sws-of8afeoo.fnsura"_96ri+p n"Zi -AlrhedCa. - _ Tll s toe t Sgafe al3d_ttte.allove power of'a1lorbay,maybe signed by facsirrfJe or machankatiy repredr�ged slg =under and bgau�q*- f he fgifbwtng-.g Its' ftheboard of directors a*6cf n insurance CompaftyofAhtiaAce ate meeting duly caA0d:aitdlaelddathe 18th dayof,5"epl`emtier, 3tOTED-tthatthefacsimileormechanically reproduced signatuvsofanyaseistant-secretary of the:Company,wherever sopeai9ngup�rt8-t93i3ifred .j opy 6f arty power of attarllay--issued bithe company in connection with surety bonds,shall be valid endi?mding upoh tfia oprroany:Nrftp the �same,force and effect as thhough%manually affixed. APR7O,3 IN>fiESTifIONY WkIFREOF,.I hevejharauMo subscribed my name aSixetl the corporate seal of the said company,this day of rass Gregory `.Davenport,Vice President . Matich Corporation BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: Matich Corporation 1598 Harry Sheppard Blvd. San Bernardino,CA 92408 2. CONTRACTOR'S Telephone Number: ( 909j382-7400 Facsimile Number: { 909)382-0113 A&B 3. CONTRACTOR'S License: Primary Classification State License Number(s) 149783 Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Alliant insurance Services, Inc. Safeco Insurance Company Address 1301 Dove Street, Suite 200 330 N.Brand Blvd. i01°Floor Newport Beach, Ca 92660 Glendale,CA 91203 Surety Company Safeco Insurance Company Telephone Numbers: Agent((949) 756-0271 Surety ( 81805614338 5. Type of Firm (Individual, Partnership or Corporation): Corporation 6. Corporation organized under the laws of the State of: California 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: See Attachnd Corporate Resole on 201112012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 BIDDER'S GENERAL INFORMATION March 13,2012 BID FORMS-PAGE 12 �'?tieh Corporation FH PORATION C ASINCE 1918 CORPORATE RESOLUTION At a meeting of the Board of Directors of MATICH CORPORATION, a California Corporation duly called and held on the 26th day of July, 2010, a quorum being present, the following RESOLUTION was adopted: "Resolved,the Corporate Officers for Matich Corporation are PRESIDENT Stephen A. Matich VICE PRESIDENT & TREASURER Randall S. Valadez VICE PRESIDENT & CORPORATE SECRETARY Patrick A. Matich VICE PRESIDENT—ENGINEERING Robert M. Matich 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 A. Matich, Secretary of MATICH CORPORATION have compared the foregoing RESOLUTION with original thereof, as it appears on the records of the Board of Directors of said company, and do so certify that the same is a true and correct transcript there from, 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 THEREOF, I have hereunto set my hand as such Secretary this 26th day of July, 2010. Patrick A. Matich, Secretary 1596 HARRY SHEPHARD BLVD,SAN BERNARDINO • TELEPHONE(909)382.7400• FAX(909)382.0113 Ww .matichcorp.com Matich Corporation BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 1y 9. List at least three related projects completed to date: e?Ty ot- /wo//1y a. Owner &Al -Ge—s Address IN-01X V GuErLIJ+ ContactPAy/ GbAe-f- Class of Work 45�v/1 /0 ►-41 Phone 76Y 3YZ-2,Y" Contract Amount 40�� Project Mw2, /// &WAD Date Completed li//n Contact Person Telephone number b. Owners Or 14OVi-uG Address bitty e NG G10 Contact Atz44• O/e- Class of Work.60Z-4 Al l 6 ®yar/ay Phone qC1-9Z23/3D Contract Amount 1, 3 36,, ©o0 Project 4✓t/sen 5T Date Completed -2It�Ja,, Contact Person Telephone number C. Owner /Ys /1" /" hu-/' Address aP.R/', OJO Contact,l�e Class of Work 4G Phone f07- ffy6--11-3/ Contract Amount RI ld}<sd(a Project C/?:3! 04 040( Date Completed /o4 Al �e Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: \46.4A, 6>^4C, 11. Is full-time supervisor an employee contract services_ 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 BIDDER'S GENERAL INFORMATION March 13,2012 BID FORMS-PAGE 13 Matich Corporation QpLh se l �e. City of Palm Springs V �^ Department of Public Works and Engineering 3200 E.Tahquitz Canyon Way • Palm Springs,California 92262 1h1:(760)323-8253 • Fax:(760)322-8360 • Web:www.pain pringsca.gov cq�IFORN�P ADDENDUM NO. 1 To all prospective bidders under Specifications for the 2011/2012 Annual Asphalt Overlay, City Project No. 11-06, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 4:00 P.M. on Tuesday, April 17, 2012: Note, this Addendum No. 1 revises the bid opening date to 3:00 PM, Tuesday, April24, 201Z Note, this Addendum No. 1 incorporates Alternative Plans prepared by the City. The scope of the project changed by the Alternative Plans is generally defined as elimination of all pavement fabric; and revises the variable depth grind and overlay to a full width 2" uniform depth grind and overlay on all paved areas identified for asphalt overlay. I. Alternative Plans have been prepared for this project. The Alternative Plans have been posted on the City's website at: www.paimspringsca.gov/index.aspx?page=85 Prospective bidders shall download, print and review the Alternative Plans prepared for this project. - II. The following revisions to Part I - Bidding and Contractual Documents and Forms shall be acknowledged: 1. The bid opening date specified in Paragraph N-1 of the Notice Inviting Bids is changed to 3:00 PM, Tuesday, April 24, 2012. 2. Paragraph N-3(a) of the Notice Inviting Bids is revised as follows: The following sentence is added: The basis of award is the Alternative Bid Schedule. Bidders shall bid on both the Bid Schedule and the Alternative Bid Schedule. 3. The deadline for questions specked in Paragraph N-9(g) of the Notice Inviting Bids is changed to 2:00 PM, April 18, 2012. /�/v c -1 Post Office Box 2743 0 Palm Springs, California 92263-2743 Matich Corporation 201112012 Annual Asphalt Overlay City Project 11-06 Addendum No. 1 Apri111, 2012 Page 2 4. The attached Alternative Bid Schedule is hereby incorporated into the Bid Forms as Page 4A. Bidders shall bid on the Alternative Plans using the attached Alternative Bid Schedule. III. The following revisions to Part II—Special Provisions shall be acknowledged: 1. Section 9-1.2 "Partial and Final Payments"shall be revised as follows: The first sentence of the second paragraph shall be revised to read: Subject to the provisions of Section 22300 of the Public Contract Code, a 5 percent retention will be withheld from each payment. IV. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid forms. Failure to provide such acknowledgment shall render the bid as non- responsive and subject to rejection. Date: April 11, 2012 BY ORDER OF THE CITY OF PALM SPRINGS By dg� David J. Barakian, PE Director of Public Works/City Engineer Civil Engineer C 28931 CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS & ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11 - 06 IN THE CITY OF PALM SPRINGS MARCH 2O12 OF ?A Al S U cn RPORAY SO FO RNA David J. Barakian, P.E., City Engineer Bids Open: April 17, 2012 Dated: March 13,2012 • CITY PROJECT NO. 11 - 06 • • The Special Provisions • contained herein have been • • prepared by, or under the direct' • supervision of, the following • Registered Civil Engineer: PRO • • • • l/!/!i �Q. CUSL.FG 9! Marcus L. Fuller z • Assistant Director of Public Works/ Ara G� Z • Assistant City Engineer • Civil Engineer C 57271 m9 • O°CALIFaRN\P • • • Approved by: • • • • • David J. Barakian, P.E. • City Engineer • Civil Engineer C 28931 • • • • • • 2 01 112 01 2 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 • March 13,2012 SIGNATURE PAGE • N♦ NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders • Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors • Local Business Preference Program Good Faith Efforts 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 11 --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 --APPENDIX • City of Palm Springs Standard Drawings Caltrans Standard Plans Crack Sealant Specifications Pavement Fabric • Index of Streets 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 SPECIAL PROVISIONS • March 13,2012 GENERAL CONTENTS-PAGE 1 • • • CITY OF PALM SPRINGS • • PUBLIC WORKS & ENGINEERING DEPARTMENT • • • • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • • 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 11-06 Notice Inviting Bids Instructions to Bidders • • Bid Forms Bid (Proposal) • Bid Schedule • List of Subcontractors • Local Business Preference Program Goode Faith Efforts 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 • • • • • • • • • • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.1"6 PART 1 CONTENTS March 13,2012 PAGE • . CITY OF PALM SPRINGS NOTICE INVITING BIDS 2011/2012 ANNUAL ASPHALT OVERLAY • City Project No. 11-06 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2011/2012 Annual Asphalt • Overlay, City Project No. 11-06, will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 4:00 P.M. on April 17, 2012, at which time they will be opened and read aloud. The Engineer's estimate range is $1,400,000 to $1,650,000. N-2 DESCRIPTION OF THE WORK: The Work comprises cold milling of existing asphalt concrete pavement; installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement • cracks; installation of geotextile fabric; construction of hot mix asphalt; installation of Type • E inductive loop vehicle detectors; traffic striping and markings; and all appurtenant work on various streets in 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 possess a • valid Class A or C12 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. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent • NOTICE INVITING BIDS • 2 01112 01 2 ANNUAL ASPHALT OVERLAY PAGE 1 • CITY PROJECT NO. 11-06 FEBRUARY 2012 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 $15.00 per set by cash, check or credit card and are obtainable from the City of Palm Springs Engineering Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will . be made of any charges for sets of Contract Documents. Make checks payable to "City of • Palm Springs'. (c) An additional mailing fee of $5.00 will be charged for sets of documents sent by mail. • Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. If you have a Fed Ex No. or an On-Trac No, include that in your correspondence. If you do not have either of these, please include the mailing fee in your check for Bid Documents to cover the cost of shipping. If you have any questions, please call the • Engineering Secretary at (760) 323-8253 ext. 8738 or by e-mail at • kim.licon@palmspringsca.gov. (d) Obtaining Bid Documents and registration as a Bidder: If you are interested in • submitting a bid, Bidders shall contact Kim Licon, Engineering Secretary, by e-mail at • kim.licon@palmspringsca.gov, or by phone at (760) 323-8253 x 8738, to officially register as a Bidder for this project with your company name, address, phone, fax, contact person and e-mail address. Bidders must be registered to submit a Bid; failure to register may be • cause to find a Bid non-responsive. (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be removed from the bound Bid Document and • used to submit a bid. (f) This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the City's webpage at: . www.palmspNngsca.gov/index.aspx?page=85. (g) All questions about the meaning or intent of the Bid Documents are to be directed to • the City Engineer. Questions shall be submitted in writing to: Marcus Fuller, Assistant • City Engineer, by fax to (760) 322-8325, or by e-mail to: Marcus.Fuller@palmspringsca.gov. Questions must be submitted by 2:00 PM, April 11, 2012. Questions received after this date will not be accepted. NOTICE INVITING BIDS 2011/2012 ANNUAL ASPHALT OVERLAY PAGE 2 • CITY PROJECT NO.11-06 FEBRUARY 2012 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 and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm • Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer 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 cashiers check or Bid Bond shall be enclosed in the same envelope with the Bid. By —` d,`� Date 313 /Z • David J. Barakian, PE • Director of Public Works/ City Engineer City of Palm Springs • NOTICE INVITING BIDS • 2011/2012 ANNUAL ASPHALT OVERLAY PAGE 3 CITY PROJECT NO.11-06 FEBRUARY 2012 • CITY OF PALM SPRINGS • INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice • Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder' shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer' shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the • Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work • will be accepted from a contractor who does not hold a valid contractor's license in the . State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, • partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE— a) It is the responsibility of each Bidder before submitting a Bid to examine the • Contract Documents thoroughly; visit the site to become familiar with local conditions that . may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify • the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been • utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the • responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the • Contract Documents, but any technical data contained therein upon which the Bidder is • entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, • information and data reflected in the Contract Documents with respect to underground 2011/2012 ANNUAL ASPHALT OVERLAY . CITY PROJECT NO.11-06 INSTRUCTIONS TO March 13.2012 BIDDERS-PAGE 1 • • utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is . expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to • prospective Bidders on subsurface conditions, underground utilities and other physical • conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. • (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the • Bidder deems necessary to determine its Bid for performing the Work in accordance with • the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder . access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and • access thereto required for temporary construction facilities or storage of 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 i Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey • understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered . necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved + by formal written Addenda will be binding. Oral and other interpretations or clarifications • will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by • a certified or cashier's check or approved Bid Bond in the amount stated in the Notice 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.11-06 INSTRUCTIONS TO March 13,2012 BIDDERS-PAGE 2 • • 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 e Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. fn 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 included in the • Contract Documents. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or • on any combination of schedules. All bid items shall be properly ,filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict between the words and figures, the words shall govern. The • envelope enclosing the sealed bids shall be plainly marked in the upper left-hand comer with the name and address of the Bidder and shall bear the words 'BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM i SPRINGS," the address where the bids are to be delivered or mailed to, and the date and • hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. • 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items, in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount' indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the . Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or(b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the 20112012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.11-06 INSTRUCTIONS TO March 13,2012 BIDDERS-PAGE 3 • i amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; . (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentage-wise the unit price or • item total in the City of Palm Springs's Final Estimate of cost. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the • ' prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. • 11. QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price • contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 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 intedineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids • or modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless • otherwise specified, any such award will be made within the period stated in the Notice 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 INSTRUCTIONS TO March 13,2012 BIDDERS-PAGE 4 Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more • than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. • 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract . Documents within 7 calendar days after receipt of the Agreement forms from the ' City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an w annulment of the award and forfeiture of the Bid Security. If the lowest responsive, • responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such • bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. • 19. LOCAL BUSINESS PROMOTION —The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7:09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts(Sub-Contracting)", which states: 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. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification • of this subsection. The City Council or Director may reject as nonresponsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. END OF INSTRUCTIONS TO BIDDERS- 201112012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 INSTRUCTIONS TO March 13,2012 BIDDERS-PAGE 5 • • BID DOCUMENTS • • • Only the following listed documents, identified in the lower right corner as 'Bid Forms", shall be fully executed and submitted with the Bid at the time of opening of Bids. • Bid (Proposal) Bid Schedule(s) List of Subcontractors • Local Business Preference Program Good Faith Efforts Non-collusion Affidavit • Bid Bond (Bid Security Form) • Bidder's General Information • Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. • • • • • • • • • • • • • • • • • 201112012 ANNUAL ASPHALT OVERLAY - • CITY PROJECT NO.11-06 COVER SHEET March 13,2012 BID FORMS-PAGE 1 • • • • BID • BID TO: CITY OF PALM SPRINGS, CALIFORNIA • • The undersigned Bidder proposes and agrees, If this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in • Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract • Documents entitled: 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 • . Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. • • This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance Certificates, Payment • Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined Copies of all the Contract Documents, including the following • Addenda (receipt of which is hereby acknowledged): • • Number Date • Number Date • Number Date • Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements • (federal, state, and local laws, ordinances, rules, and regulations), and the conditions • affecting cost, progress, or performance of the Work, and has made such independent • investigations as Bidder deems necessary. • In conformance with the current statutory requirements of California Labor Code Section • 1860, et seq., the undersigned confirms the following as its certification: • 1 am aware of the provisions of Section 3700 of the Labor Code, which require • every employer to be insured against liability for worker's compensation, or to • undertake self-insurance in accordance with the provisions, before commencing • the performance of the Work of this Contract. • • 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.11-06 BID(PROPOSAL) March 13,2012 BID FORMS-PAGE 2 • • • To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid • Forms, said Bidder further agrees to complete the Work required under the Contract • Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). • • Dated: Bidder. • • By: • (Signature) • • Title: • • • • • • • • • • • • • • • • • • • • • • • • • 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.11-06 BID(PROPOSAL) March 13.2012 BID FORMS-PAGE 3 • • • BID SCHEDULE • Schedule of Prices for the Construction of the: 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 11-06 • Various City Streets in Sections 10, 11, 13, 19 & 23 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS $ 2• Traffic Control --- LS $ • 3. Cold Mill Existing A.C. Pavement 540,000 SF (Various Depth) $ $ 4. Install Pavement Fabric 783,250 SF $ $ 5• Hot Mix Asphalt(Type C2) 11,750 TON $� $ 6• Adjust Manhole to Grade 40 FA $ $ . 7• Install Type E Detector Loop 88 EA $ $ 8. Minor Concrete 350 Cy $ $ 9• Traffic Striping and Markings --- LS $ TOTAL OF ALL ITEMS OF THE BID SCHEDULE: $ (Price in figures) i . (Price In words) • QUANTITIES OF WORK: • The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual S amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease,without a change in the unit prices, and shall have the right to delete any bid item in its entirety,and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 BID SCHEDULE March 13,2012 BID FORMS-PAGE 4 e • • INFORMATION REQUIRED OF BIDDER • • LIST OF SUBCONTRACTORS •• As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of • the Contractor's Total Bid Price, or$10,000.00,whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as • otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the • words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. • Special Note: The Prime Contractor shall perform not less than 50%of the Work identified in this Bid. In the event a • Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, • the Bid shall be considered non-responsive. • Bidders shall list the total%of Work to be performed by the Prime Contractor here: _(shall not be less than 50%) • Contractor's Percent • License of Total Work to be Performed Number Contract Subcontractor's Name&Address • • 1. • • 2. • • 3. • • • 4. • • 5. • • 6. • • • 7. 8. • • • • 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.11-06 LIST OF SUBCONTRACTORS March 13,2012 BID FORMS-PAGE 5 • • LOCAL BUSINESS PREFERENCE PROGRAM -GOOD FAITH EFFORTS City Project No.: 11-06 Bid Opening Date The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which . states: 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. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to + local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the • work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FORMS MAY BE SUFFICIENT CAUSE TO FIND THE BID NON-RESPONSIVE. BIDDERS SHALL ENSURE ALL APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED. • Bidders shall provide sufficient information to demonstrate that they have made good faith • efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List • of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish • materials and supplies for incorporation into the work of this project.' i Local Subcontractors not listed on the List of Subcontractors: Local firms that will furnish materials or supplies to the Bidder for this project: • LOCAL BUSINESS PREFERENCE PROGRAM • 2011/2012 ANNUAL ASPHALT OVERLAY GOOD FAITH EFFORTS CITY PROJECT NO.11.06 BID FORMS-PAGE 6 March 13.2012 • LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS • (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide • information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, • telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods • firms Initial and Dates • Solicited Solicitation • LOCAL BUSINESS PREFERENCE PROGRAM 2011/2012 ANNUAL ASPHALT OVERLAY GOOD FAITH EFFORTS CITY PROJECT NO. 11-06 BID FORMS-PAGE 7 March 13,2012 • • C. The items of work which the bidder made available to local firms, including, where • appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach • copies of quotes from the firms involved), and the price difference for each firm if the • selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the • bidder's rejection of the local firms: Names, addresses and phone numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY'. • LOCAL BUSINESS PREFERENCE PROGRAM 2011/2012 ANNUAL ASPHALT OVERLAY GOOD FAITH EFFORTS • CITY PROJECT NO.11-06 BID FORMS-PAGE 8 March 13,2012 • • • • • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER • AND SUBMITTED WITH BID • • State of California ) ss. • County of ) • 1, being first duly swom, deposes and says that he or she is of • the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf, • of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, • and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder • or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the • Bidder has not in any manner, directly or indirectly, sought by agreement, communication, • or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix . any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested • in the proposed Contract; that all statements contained in the Bid are true; and, further, • that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any • breakdown thereof, or the contents thereof, or divulged information or data relative • thereto, or paid, and will not pay, any fee to any corporation, partnership, company, • association, organization, bid depository, or to any member or agent thereof, to effectuate • a collusive or sham Bid. • • Bidder • By 0 • Title Organization • Address • • • • • 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.11-06 NON-COLLUSION AFFIDAVIT March 13,2012 BID FORMS-PAGE 9 • • ALL-PURPOSE ACKNOWLEDGMENT State of County of On before me, Date Name,Title of Officer • personally appeared NAME(S)OF SIGNER(S) who 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 signatures(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted,executed the instrument. • 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and . correct. Witness my hand and official seal Signature of Notary • ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent • attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document • MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT • DESCRIBED AT RIGHT: • Signer(s)Other Than Named Above • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 NON-COLLUSION AFFIDAVIT March 13,2012 BID FORMS-PAGE 10 • BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal, and • as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the"City" in the sum of: • (not less than 10 percent of the total amount of the bid) dollars for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, • administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under • the Bid Schedule(s)of the City's Contract Documents entitled: 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a • written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. • In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all • costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND SEALED,this day of 20_ • PRINCIPAL: Check one: individual,_partnership, _corporation (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). By SURETY: • signature • (NOTARIZED) • Print Name and Title: By By signature signature • (NOTARIZED) (NOTARIZED) . Print Name and Title: Print Name and Title: • 2 01 112 01 2 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.11-06 BID BOND(BID SECURITY FORM) March 13,2012 BID FORMS-PAGE 11 • • BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to Complete all Items will cause • the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: 2. CONTRACTOR'S Telephone Number: ( ) • Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification State License Number(s) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety • Address Surety Company Telephone Numbers: Agent( ) Surety( ) 5. Type of Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of: • 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: • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11.06 BIDDER'S GENERAL INFORMATION March 13,2012 BID FORMS-PAGE 12 • • BIDDER'S GENERAL INFORMATION (Continued) . 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: a. 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 firm: 11. Is full-time supervisor an employee contract services, . 12. A financial statement or other information and references sufficiently comprehensive • to permit an appraisal of your current financial condition may be required by the . Engineer. • 201112012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.11-06 BIDDER'S GENERAL INFORMATION March 13,2012 BID FORMS-PAGE 13 • • AGREEMENT • THIS AGREEMENT made this day of in the year 20_, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and • 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: 2011f2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 The Work is generally described as follows: Cold milling of existing asphalt concrete pavement; installation of hot asphalt-rubber sealant . material in designated pavement cracks; installation of asphalt concrete in designated pavement • cracks; installation of geotextile fabric; construction of hot mix asphalt; installation of Type E inductive loop vehicle detectors; traffic striping and markings; and all appurtenant work on various streets in 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 $3,000 for each calendar day that expires after the time specified in Article 2, herein. • 2 01 112 01 2 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO.11-06 AGREEMENT FORM March 13,2012 AGREEMENT AND BONDS-PAGE 1 • • • 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 to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of • the Agreement and are not attached hereto. • ARTICLE 5 — PAYMENT PROCEDURES • • The Contractor shall submit Applications for Payment in accordance with provisions of the • Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. • • ARTICLE 6 -- NOTICES • Whenever any provision of the Contract Documents requires the giving of a written Notice, it • shall be deemed to have been validly given if delivered in person to the individual or to a . member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the • giver of the Notice. ARTICLE 7 — MISCELLANEOUS • Terms used in this Agreement which are defined in the Standard Specifications and the Special • Provisions will have the meanings indicated in said Standard Specifications and the Special • Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party • sought to be bound; and specifically, but without limitation, monies that may become due and • monies that are due may not be assigned without such consent (except to the extent that the • effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from • any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal • representatives, in respect of all covenants, agreements, and obligations contained in the • Contract Documents. • 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 11-06 AGREEMENT FORM March 13,2012 AGREEMENT AND BONDS-PAGE 2 • • i • IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. • APPROVED BY THE CITY COUNCIL: • ATTEST: CITY OF PALM SPRINGS, • CALIFORNIA Date • By Agreement No. T • City Clerk • • APPROVED AS TO FORM: • • By City Attorney • • Date • CONTENTS APPROVED: • • By • City Engineer • • Date • By. • City Manager • Date • • • • • • • • 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 11-06 AGREEMENT FORM March 13,2012 AGREEMENT AND BONDS-PAGE 3 • • Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any • Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. • CONTRACTOR: Name: Check one:_Individual_Partnership_Corporation Address: i • � By: By: Signature(notarized) Signature(notarized) Name: Name: Title: Title: (This Agreement must be signed in the above This Agreement must be signed in the above • space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) • State of I: State of I County of I:ss County of L-ss • On On before me, before me, . personally appeared personally appeared • who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory • evidence to be the person(s)whose name(s) is/are evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/she/they executed the acknowledged to me that he/shelthey executed the • same in his/her/their authorized capacity(ies), and same in his/her/their authorized capacity(ies), and • that by his/her/their signatures(s)on the instrument that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. person(s)acted, executed the instrument. • I certify under PENALTY OF PERJURY under the 1 certify under PENALTY OF PERJURY under the . laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. • Notary Signature: Notary Signature: Notary Seal: Notary Seal: • 2011/2012 ANNUAL ASPHALT OVERLAY AGREEMENT FORM . CITY PROJECT NO. 11-06 AGREEMENT AND BONDS-PAGE 4 • March 13,2012 • • • • • • • • • • • • WORKER'S COMPENSATION CERTIFICATE • • (AS REQUIRED BY SECTION 1861 • OF THE CALIFORNIA LABOR CODE) • • • 1 am aware of the provisions of Section 3700 of the California Labor Code, • which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the • provisions of said Code, and I will comply with such provisions before • commencing the performance of the Work of this Contract. • • • Contractor • By • • Title • • • • • • • • • • • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 • March 13,2012 • WORKER'S COMPENSATION CERTIFICATE • AGREEMENT AND BONDS-PAGE 5 • • • PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, and as Surety, 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: 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. S • 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: 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 11-06 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 i day of 20_ CONTRACTOR: Check one: individual, partnership, _corporation • (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). • BY SURETY: • signature (NOTARIZED) Print Name and Title: • BY • By • signature • signature (NOTARIZED) (NOTARIZED) Print Name and Title: • Print Name and Title: • 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 11-06 PERFORMANCE BOND March 13,2012 AGREEMENT AND BONDS-PAGE 6 • • PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, • and as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," in the sum of: 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: 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 • 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_day of 120 . • 2011/2012 ANNUAL ASPHALT OVERLAY PAYMENT BOND • CITY PROJECT NO. 11-06 AGREEMENT AND BONDS-PAGE 7 March 13,2012 • • CONTRACTOR: Check one:_individual,_partnership, _corporation (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). • By SURETY: signature (NOTARIZED) Print Name and Title: i By By signature signature • (NOTARIZED) (NOTARIZED) • Print Name and Title: Print Name and Title: • 2011/2012 ANNUAL ASPHALT OVERLAY PAYMENT BOND • CITY PROJECT NO. 11-06 AGREEMENT AND BONDS-PAGE 8 March 13,2012 • --"--- ---. ... CERTIFICATE OF INSURANCE • THIS CERTIFICATE ISSUED TO THE OWNERJAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WTH THE INSURED • NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A • B C D • • TYPE OF WORK PERFORMED AND LOCATION • TYPE OF INSURANCE POLICY NUMBER Limi TS OF LABILITY IN THOUSANDS(xIOX) • • EACH I OCCURRENCE AGGREGATE • COMPREHENSIVE GENERAL • LIABILITY Inccludinlud4ng: ❑ ENFLDGIDNANOCO szt lu D yINJURY $ § • ❑ MNERGROUND tPA+ADE PROPERTYDAMAGE $ $ • Q mooucrsrcw>PtETDa oPERAnoNs ar • ❑ WMMDNAL INSURANCE ❑ BROAD FOP1APfiDPERTYOAlMGE • ❑ INDEPENDENT CONTRACTORS BODLYelluWAND PROPER Y • ❑ PESKMALIWURY DAMAGE CDMaINEO $ $ • PERSONALIWURY § • COMPREHENSIVE AUTOMOBILE BONY IMAM LIABILITY EACN PERaoN $ Including: FACH nCGDENT • ❑ OWNED $ RIOPERtt pAMiGE • ❑ WRED « ❑ NIXiOYAED BCDRY INJRRY ❑ MpTORCARRIER ACT AND PROPERTY • DNMGECWWFD $ • EXCESS LIABILITY SDUILY WAIEY , In auding: DPA�AceI�B m S • ElEMPLOYERS LIPDNTY • WORKERS COMPENSATION STATUTORY an EMPLOYER'S LIABILITY Incudirg: EL $ EACH • =tJDENT) ❑ LONG51164EMENGAND . NARBORWpRKERS • OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS The undersigned Derives Ghat Ise or she fs the rePresentafive of the abovanamed Insurance companies,lhN W or and has the authority to ezecule and Issue this Wdfiwte • to CeRificete Holder.and accondiingly,does hereby tartly on behalf of said insurance companies that policies of iru uance listed above have been Issued to the insured named above an are in force at Nis fime. NoNAGhstarMing any requvemenL term,or cpndition of any cement or other dewment vdlh MOW 0 W deh this ceflificate may be • issued or may pertain.the insurance afforded by the policies described herein is subJW 10 at the terms,ettlusions,and cmtlitions o1 such policies. Copies of the policias shovm wit be furnished to the Car ificate Holder upon request • This Ceminale does not amen,emend,or alter the mverege afforded by the policies listed. • Cancellation:Should any the above described policies be cancelled before the emiraton date thereof,the Issuing company will mail 30 days vnitten notice to the below- hhamed cenirrate holder. NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED • BY wwwao+[emx[rrtvrtawur..��.w.curamwm+[aroL • rmaa • • 2011/2012 ANNUAL ASPHALT OVERLAY CERTIFICATE OF INSURANCE • CITY PROJECT NO.11-06 AGREEMENT AND BONDS-PAGE 9 March 13,2012 • • • • • • • CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS • 2011/2012 ANNUAL OVERLAY CITY PROJECT NO. 11-06 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 r • 2011/2012 ANNUAL OVERLAY PART II—SPECIAL PROVISIONS • CITY PROJECT NO.71-06 March 13,2012 GENERAL,CONTENTS-PAGE 1 • • • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • SPECIAL PROVISIONS • • 2011/2012 ANNUAL OVERLAY • CITY PROJECT NO. 11-06 • SECTION 1 — TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS 1-1 GENERAL • 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance • with the Standard Specifications for Public Works Construction ("Greenbook"), 2012 Edition, including all current supplements, addenda, and revisions thereof, these Special • Provisions, and the Standard Plans identified in the Appendix, insofar as the same may • apply to, and be in accordance with, the following Special Provisions. In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the Special Provisions shall take • precedence over, and be used in lieu of, such conflicting portions. • 1-1.2 Supplementary Reference Specifications. - Insofar as references may be • made in these Special Provisions to the Caltrans Standard Specifications 2010 Edition, • such work shall conform to the referenced portions of the technical provisions only of • said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans," it shall mean the Standard Specifications for Public • Works Construction ("Greenbook"), 2012 Edition, as previously specified in the above • paragraph. 1-2 LEGAL ADDRESS • 1-2.1 Legal Address of the City. - The official address of the City shall be City of • Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the City may subsequently designate in written notice to the Contractor. • 1-2.2 Legal Address of the Engineer. -The official address of the Engineer shall be • the Director of Public Works/City Engineer, City of Palm Springs, Engineering • Department, 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 name and address of the City's designated Project Representative shall be the'Senior Public Works • Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E. • • 2011/2012 ANNUAL OVERLAY TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS • CITY PROJECT NO. 11-06 March 13,2012 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 • • • 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 Director of Public Works/City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to • be deducted from any payments due, or to become due, the Contractor for each • day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of • Palm Springs. Owner-The Owner shall be the Agency, as defined above. Working Day -A Working Day is defined as any day, except as follows: (a) Fridays, Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year's Day(January 1) Martin Luther King Jr. Day(Third Monday in January) President's Day (Third Monday in February) • Memorial Day (Last Monday in May) Independence Day(July 4) Labor Day (First Monday in September) • Veteran's Day(November 11) • Thanksgiving Day(Last Thursday in November) Day after Thanksgiving Day Christmas Eve Day (December 24) • Christmas Day (December 25) (a) When a designated holiday falls on a Friday or Saturday, the Thursday before the holiday shall be a designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. • 2011/2012 ANNUAL OVERLAY TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.11-06 SPECIAL PROVISIONS-SECTION 1-PAGE 2 March 13,2012 • • (b) Days on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or • operations, as determined by the Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation or operations for at least 60 percent of the total daily time being currently spent on • the controlling operation or operations. - END OF SECTION- • PROJECT NO. 11-06 2012 ANNUAL OVERLAY CITY PRO TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY March 13,2012 SPECIAL PROVISIONS-SECTION 1-PAGE 3 • • • 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: 20 WORKING DAYS from the day specified in the First Notice to Proceed issued by the City. • As set forth in the Agreement, the Contractor shall pay to the City as liquidated • damages the sum set forth in the Agreement per day for each and every calendar day's delay in finishing the Work in excess of the number of working days prescribed above. • 2-2 CONTRACT BONDS 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall 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." 2-2.2 EXECUTION OF BONDS • Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) . one sufficient admitted surety insurer; or(c)a combination of sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the • bonds. If a personal surety is used, all requirements set out in Code of Civil • Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. • ANNUAL OVERLAY CI SCOPE AND CONTROL OF WORK CITYY PRO PROJECT NO. 11-06 March 13,2012 SPECIAL PROVISIONS-SECTION 2-PAGE 1 • • 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control- The order of • precedence shall be as listed below: 1. Change Orders or Work Change Directives _ • 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions • 6. Notice Inviting Bids 7. Instructions to Bidders 8. Plans (Contract Drawings) a♦ 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 i 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: i • 2-7.1.1. Completeness. - The completeness of such reports and i drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures •• CITY ANNUAL OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT JECT NO.11-06 March 13.2012 SPECIAL PROVISIONS-SECTION 2-PAGE 2 • • of construction to be employed by Contractor and safety precautions and programs incident thereto, or • 2-7.1.2. Other Information. - Any other data, interpretations, • opinions, and information contained in such reports or shown or indicated in such drawings, or • 2-7.1.3. Interpretation. - Any interpretation by the Contractor of . such "technical data," or any Conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." • 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during . progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its • own expense. • 2-6 SURVEYING The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements necessary for the proper prosecution and control of the work contracted for under these specifications. No direct • payment will be made for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. The Contractor must give weekly copies of all survey notes to the Engineer so that the • Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades • and alignment set by the Contractor. In case of error on the part of the Contractor, • his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction or staking not in accordance with the established grades and/or alignment shall be replaced without additional cost to the City. The Contractor shall provide all construction surveying by a California registered land surveyor, including monument tie-out and comer record filing, as required by the • Engineer or his representative. Payment for any and all construction surveying required by this Project, by the Contractor's Surveyor, shall be considered as included in the various bid items of work, • and no additional compensation shall be allowed therefore. i• CITY V2o12 ANNUAL OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO.11-08 March 13,2012 SPECIAL PROVISIONS-SECTION 2-PAGE 3 • • . Z-7 PROTECTION OF SURVEY MONUMENTS SPECIAL NOTE: There may be many existing survey monuments along the centerline of the streets scheduled for an asphalt overlay. The Contractor will be required to • ensure that all existing survey monuments to be disturbed (i.e. covered with asphalt concrete overlay) are surveyed, re-established, re-set, and comer records filed with Riverside County as required by law. Existing survey monuments protected by a monument well, frame and cover shall be protected in place and the existing monument • frame and cover adjusted to grade. Existing survey monuments set into the existing asphalt concrete surface (i.e. tag and nail) shall be replaced as necessary to re- establish the survey monument control after installation of the asphalt concrete overlay. 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 Contractor shall maintain a survey location check on the monument without cost to the City. The Contractor is advised that • any resetting of monuments will be the responsibility of the Contractor, to be reset by a • California licensed Land Surveyor. 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 existing or installing new monument wells, after • resetting of any disturbed survey monument. The cost to perform this work shall be considered as included in the various bid items, and no additional payment will be made therefore. 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 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. 2011/2012 ANNUAL OVERLAY• SCOPE AND CONTROL OF WORK CITY PROJECT NO.11.06 March 13,2012 SPECIAL PROVISIONS-SECTION 2-PAGE 4 • . 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. • - END OF SECTION - • • • • • • • • • • • • • • • • • • • • • • 2011/2012 ANNUAL OVERLAY SCOPE AND CONTROL OF WORK • CRY PROJECT NO.11-06 March 13,2012 SPECIAL PROVISIONS-SECTION 2-PAGE 5 • • • i SECTION 3 — CHANGES IN WORK 3-1 EXTRA WORK • The provisions of Section 3-3 of the Standard Specifications shall apply; provided that the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3.2.3 of the Standard Specifications shall be deleted in its entirety and the following substituted therefore: 3-3.2.3 Markup 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 (1 st 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. - END OF SECTION - • 2011/2012 ANNUAL OVERLAY CHANGES IN WORK • CITY PROJECT NO.71-06 March 13,2012 SPECIAL PROVISIONS-SECTION 3-PAGE 1 • • ` SECTION 4 -- CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS • 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard • Specifications shall be amended to read as follows: Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal." A • Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to fumish one of the brands named in the Special Provisions, and • the Contractor does hereby waive all rights to offeror 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 r supplies, materials, and equipment within 3 working days after the award of Contract by the City. The Contractor shall fumish the Engineer with a statement from the vendor(s) that the orders) for said supplies, materials, and equipment has been received and accepted by said vendors) within 15 working days from the date of said award of Contract. - END OF SECTION - 2011/2012 ANNUAL OVERLAY CONTROL OF MATERIALS • CITY PROJECT NO. 11.06 March 13,2012 SPECIAL PROVISIONS-SECTION 4-PAGE 1 • • • r SECTION 5 -- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING'UTILITIES • (a) The following full text of Government Code Section 4215 shall replace the • provisions of Section 5-5, subparagraph 4, of the Standard Specifications: "In accordance with the provisions of Section 4215 of the California • Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, r 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 a 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. • 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: • 2011/2012 ANNUAL OVERLAY CITY PROJECT NO. 11.06 UTILITIES • March 13,2012 SPECIAL PROVISIONS-SECTION 5-PAGE 1 • • • "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 UTILITY LOCATION AND PROTECTION • • The Contractor shall be responsible for coordinating its work with all utility • companies during the construction of the Work. All water meters, water valves, fire hydrants, Southern California Edison vaults, • General Telephone vaults, Southern California Gas Company valves, and other • subsurface structures shall be protected by the Contractor as specified in the Special • Provisions. • - END OF SECTION - • • • • • • • • • • • • • • • • • • • • • 2011/2012 ANNUAL OVERLAY CITY PROJECT NO.11-06 UTILITIES • March 13.2012 SPECIAL PROVISIONS-SECTION 5-PAGE 2 • • � r 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. The Contractor is advised that special liquidated damages shall apply, in the amount stated in the Agreement, for the Contractor's failure to replace inductive vehicle . • detection loops as specified in Section 10-10 of these Special Provisions. 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 Thursday, with no work allowed on Fridays, Saturdays, • Sundays, or City-observed holidays, unless otherwise approved by the Engineer: 1. Powered Vehicles 2. Construction Equipment • 3. Loading and Unloading Vehicles • 4. Domestic Power Tools 63 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 Mike Lytar, Senior Public Works Inspector (760) 323-8253 George Herrera, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON • Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY • Attention: Ms. Debbie Randall (760) 323-4971 i SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Frank Jasso (760) 202-4278 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 PROSECUTION,PROGRESS, 201 V2012 ANNUAL OVERLAY AND ACCEPTANCE OF THE WORK CITY PROJECT NO.11-06 Mash 13,2012 SPECIAL PROVISIONS-SECTION 6-PAGE 1 i TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 647-5452 • WHITEWATER MUTUAL • Attention: Mr. Stan Clark (760) 325-5880 i SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 UNDERGROUND SERVICE ALERT (800) 227-2600 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub- contractors, their owners, officers, and superintendents, shall be filed with the Engineer i at the Pre-Construction Conference. - END OF SECTION - • 2011/2012 ANNUAL OVERLAY PROSECUTION,PROGRESS, • CITY PROJECT NO.11-06 AND ACCEPTANCE OF THE WORK March 13,2012 SPECIAL PROVISIONS-SECTION 6-PAGE 2 • • SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be • revised to read as follows: 'The Contractor shall keep itself fully informed of all existing, and future i State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she • shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or • inconsistency is discovered in the Plans, Drawings, Special Provisions, or . Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing." 7-2 Apprentices on Public Works. - The Contractor shall comply with all applicable provisions of Sections 1777.5 and 1777.6 of the Califomia Labor Code relating to employment of apprentices on public works. 7-3 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 i 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. 7-4 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be • deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written i 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 2011/2012 ANNUAL OVERLAY RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.11-06 SPECIAL PROVISIONS-SECTION 7-PAGE 1 March 13,2012 • 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. S 7-5 Resolution of Construction Claims. - As required under Section 20104, at • seq., of the California Public Contract Code, any demand of $375,000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the • provisions of said Section 20104, et seq., relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for • all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have • against the Contractor. If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the ` request. The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds$50,000, but is less than $375,000. S Unless further documentation is requested, the City shall respond to the claim within 45 days, if the amount of the claim is less than $50,000, or within 60 days, if the amount of • the claim is more than $50,000, but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50,000. If the claim is more than $50,000, but less than • $375,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. . If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The • City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-6 Payroll Records. - The provisions of Section California Labor Code Section 1776 shall apply to this contract. 2011/2012 ANNUAL OVERLAY RESPONSIBILITIES OF THE CONTRACTOR • arc PROJECT NO.11-06 March 13,2012 SPECIAL PROVISIONS-SECTION 7-PAGE 2 M • 7-7 INSURANCE AMOUNTS Prior to commencing any Work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duratin of their contract • with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified • below: A. Minimum Scooe of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor, vendor and . service provider on City premises. At a minimum this policy shall: • • be written on a per occurrence basis; and • include products and completed operations liability, independent contractors liability, broad form contractual liability, and cross liability protection. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are driven off-road on City property. Compliance with Californian law requiring auto • liability insurance is mandatory and cannot be waived. At a minimum this policy shall: • be written on a per occurrence basis; and • include coverage for Bodily Injury and Property Damage, Owned, Non-owned • and Hired Vehicles; and • • include coverage for owned, non-owned, leased and hired,vehicles. If an automobile is not used in connection with the services provided by the • contractor, vendor or service provider, a written request to waive this requirement • should be made to the Citys Risk Manager. 3. Workers' Compensation and Employer's Liability Insurances is required for • any contractor, vendor or service provider that has any employees at any time • during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form available from the City's Risk Manager. At a minimum, this policy shall: • • provide statutory requirements of the State of California; and • • include $1,000,000 Employer's Liability. B. Minimum Limits of Insurance Coverage Required • $1 Million per Occurrence/$2 Million Aggregate • Umbrella excess liability may be used to reach the limits stated above. C. General Standards for Insurance Policies • All insurance policies shall meet the following standards: • 2011/2012 ANNUAL OVERLAY RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.11-06 SPECIAL PROVISIONS-SECTION 7-PAGE 3 March 13.2012 • • 1. Insurance carrier is to be placed with duly licensed or approved non-admitted insurers in the state of California. 2. Insurers must have a Best's rating of B+, Class VII, or higher(this rating includes • those insurers with a minimum policyholders surplus of $50 Million to $100 • Million). Exceptions to the Best's rating may be considered when an insurance carrier meets all other standards and can satisfy surplus amounts equivalent to a B+, Class VII rating. 3. Certificate must include evidence of the amount of any deductible or self-insured w retention under the policy. D. Verification of Insurance Coverage All individuals, contractors, agencies, and organizations conducting business for the • City shall provide proof of insurance by submitting one of the following: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm S ry inps or (2) an acceptable Certificate of Liability Insurance 'Coverage with an • approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees and agents are named as an • additional insured" ("as it relates to a specific contract" or "for any and all work • performed with the City' may be included in this statement). i 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have" ("as it relates to a specific contract" or"for any and all work performed with the City" may be included in this statement). See Example A below. • As an altemative to the non-contributory endorsement, the City will accept a waiver of subrogation endorsement on the General Liability policy. At a minimum, this endorsement shall include the following language: • "This insurance company agrees to waive all rights of subrogation against the City of Palm Springs, its officers, officials and employees for losses paid under the terms of this policy which arise from the work performed by the named insured for the City." 3. "The insurance afforded by this policy shall not be cancelled except after thirty days prior written notice by certified mail return receipt requested has been given to the City." Language such as, "endeavor to" mail and "but,failure to mail such . notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be' crossed out. See Example B below. • The Workers' Compensation and Employer's Liability policies shall contain waiver of • subrogation clause in favor of City, its elected officials, officers!, employees, agents and volunteers. See Example C below. • 2011/2012 ANNUAL OVERLAY RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.11-06 SPECIAL PROVISIONS-SECTION 7-PAGE 4 March 13,2012 • • • • • In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. All certificates and endorsements are to be received and approved by the City • before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of works hall not waiver the contractor's obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form specific to a particular insurance company that has similar wording) as long as the • form is accompanied by a CG 20 37 10 01. In addition, the City will accept the following: • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premimium) and additional • insured and/or loss-payee status,when appropriate, for the City. • Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of approval F. Endorsement Language for Insurance Certificates i Example A: THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED • UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE • MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE'WITH IT. Example B: • SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE • ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS' WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT • FAILURE IOC TO MAI6 S GH NOTIG& 914A61= IMPOSE NQ OBLIGATION OR I AD i TV OP ANY KIND UPON TtJC INSURER ITS AGIENTS OR • 'The broker/agent can include a qualifier stating "10 days notice for nonpayment of premium." Example C: • IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL • INSURED(S), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO. • 2011/2012 ANNUAL OVERLAY RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO.11-06 SPECIAL PROVISIONS-SECTION 7-PAGE 5 March 13,2012 • G. Alternative Programs/Self-Insurance Under certain circumstances, the City may accept risk financing mechanisms such • as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive insurance programs and self-insurance programs as verification of insurance coverage. These programs are subject to separate approval once the City has reviewed the relevant audited financial statements and made a determination that the program provides sufficient coverage to meet the City's requirements. The City has recently joined SPARTA (Service Providers & Artisans Trade Activities Program) to accommodate smaller contractors and service providers who have • difficulty in meeting the City's insurance requirements. The SPARTA Program offers a general liability program that provides the $1 million limit and, upon request, will also provide auto insurance with the $1 million limit (only in conjunction with the purchase of general liability insurance). SPARTA is only available during the time • your company is under contract with the City. Insurance is provided on a per project basis and is overseen by the Municipality Insurance Services, Inc. Essex Insurance Company provides coverage and is an • A++ rated company. There is a 24-hour response time and coverage is immediate. A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. Type of work covered: • A. Personal services contracts; B. General contractors and their subcontractors (certain specialty'trades excluded); C. Consultants; and 0. Providers of goods. H. Waiver of Modification of the Insurance Requirements Any waiver or modification of the insurance requirements can only be made by the • City's Risk Manager or designee at City's discretion. If you do not believe that the • insurance requirements apply to you (e.g., you do not have employees and therefore are not subject to the State workers' compensation insurance requirements; you do not drive an automobile in connection with the services you provide to the City; • professional liability or errors and omissions liability insurance is'not available for the type of services you are performing, etc.), please submit a written request for waiver or modification of the insurance requirements and the reasons underlying your request to the Risk Manager. All requests for waiver or modification will be reviewed . and a final determination rendered by the Risk Manager. 7-8 PERMITS 7-8.1 Business License. The Contractor and all of its subcontractors shall possess a • current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City's Municipal Code. The Conti�actor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The • 2011/2012 ANNUAL OVERLAY RESPONSIBILITIES OF THE CONTRACTOR . CITY PROJECT NO. 11-06 SPECIAL PROVISIONS-SECTION 7-PAGE 6 March 13,2012 • Business License can be obtained from the City of Palm Springs, Business License • Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 3' 3-8289. All other provisions of Section 7-5 of the Standard Specifications shall remain in force. 7-8.2 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be • obtained from the office of the Engineer. 7-9 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 and shall also abate dust nuisance. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other • methods. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work -and before final inspection the entire • worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractor's bid. • The Contractor shall be responsible for maintaining the project site and providing • adequate dust control 24 hours a day, everyday, through thg duration of the roiect in conformance with City requirements, Section 7-8 of the Standard Specifications, and to the satisfaction of the City Engineer. Full compensation for all work required in this section shall be considered as included in the various bid items of work and no additional compensation will be allowed therefore. • END OF SECTION- • 2 01 112 01 2 ANNUAL OVERLAY RESPONSIBILITIES OF THE CONTRACTOR • CITY PROJECT NO. 11-06 SPECIAL PROVISIONS-SECTION 7-PAGE 7 March 13,2012 • • • • • • SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL • (BLANK) • • - END OF SECTION - • • • e • • • • • • • • • s • • • • • • • • • • • • • • • 20112012 ANNUAL OVERLAY FACILITIES FOR AGENCY PERSONNEL e CITY PROJECT NO. 11-06 SPECIAL PROVISIONS-SECTION 8-PAGE 1 March 13,2012 • • • • • • • SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1.1 Payment. - Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and • incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for,Measurement and Payment in Section 9 of the Standard Specifications and these Special Provisions, and as shown on the Drawings, including all appurtenances thereto, and including all costs • of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Sheets, and all costs therefor shall be included in the prices; named in the Bid Sheets 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. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. Payments shall be processed in accordance with Section 9-3 "Payment" of the Greenbook Standard Specifications for Public Works Construction, provided, however, that the Contractor shall make an approximate measurement of the work performed prior to the closure date of each month to serve as the basis of an invoice for making • monthly payments. The closure date shall be established as the last day of the month in which work is performed. The Engineer shall review the Contractor's monthly measurement of the work, and shall either reject or approve the, measurements. If . rejected, the Contractor shall revise the monthly measurement of work according to the • Engineer's measurements, and resubmit for approval by the Engineer. The Contractor shall receive payment by mail to the Contractor's business address within 30 days of the Engineer's approval of the Contractor's monthly measurement of the work. • Payments shall not be made more frequently than once per month. 2011/2012 ANNUAL OVERLAY MEASUREMENT AND PAYMENT • CITY PROJECT NO.11-06 SPECIAL PROVISIONS-SECTION 9-PAGE 1 March 13,2012 e . The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all Work and materials • included in any prior invoices. Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien e for the Contractor's work, together with releases of lien from any subcontractor or • material-men. 9-2 PAYMENT SCHEDULE • 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheets for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheets are supplied only to give an indication of the general S 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. 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable' pay item, and shall require completion of all of the listed items during the first 10 days following the Notice • to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in • the Bid Sheet(s) under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump- sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as • specified. The scope of the work included under Pay Item No. 1 shall include the • obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the • Work. Mobilization shall include, but not be limited to, the following principal items: 1. Moving onto the site of all Contractor's plant and equipment required for the first month's operations. • 2. Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8.4, "Sanitation" of the Standard Specifications., 3. Furnishing, installing, erecting, and maintaining all storage buildings or sheds required for the temporary storage of any products, equipment, or materials that • have not yet been incorporated into the Work. All such storage facilities shall meet or exceed the material manufacturer's published storage requirements and these Special Provisions, including any ambient temperature and humidity controls, if recommended by the material manufacturer, and for all security and • safety on and about the site of the Work. 2011/2012 ANNUA OVERLAY• MEASUREMENT AND PAYMENT CITY PROJECT NO.11-06 March 13,2012 SPECIAL PROVISIONS-SECTION 9-PAGE 2 • 4. Arranging for, and erection of, the Contractor's construction and storage yard per Section 7-10, "Public Convenience and Safety." 5. Obtaining and paying for all required bonds, insurance, and permits. • 6. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. 7. Having the Contractor's superintendent at the job site full-time., 8. 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, "Submittals"of the Standard Specifications. No payment for any of the listed Initial Mobilization Work items will be made until all of the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payment pursuant to the provisions of Public Contract Code 22300. - END OF SECTION - ' 2011/2012 ANNUAL OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO.11-06 SPECIAL PROVISIONS-SECTION 9-PAGE 3 March 13,2012 SECTION 10 —CONSTRUCTION DETAILS • 10-1 GENERAL Location and progression of Work - The Work is located on the following streets in Palm Springs: N. Indian Canyon Drive from Vista Chino to Alejo Road S. Palm Canyon Drive from Mesquite Avenue to El Camino Way Ramon Road from Indian Canyon Drive to 450±feet west of Sunrise Way • Farrell Drive from Computer Way to Tahquitz Canyon Way 10-2 TRAFFIC CONTROL • 10-2.1 Maintaining Traffic. -Attention is directed to Sections 7-10,"'Public Convenience • and Safety," of the Standard Specifications. 10-2.2 Field Operations. —The Engineer retains the authority to initiate field changes in • traffic control to ensure public safety and minimize traffic disruptionsa The Contractor shall • maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. • All traffic control devices shall be removed from view and non-operational when not in • use. 10-2.3 Construction 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 Part 6 "Temporary Traffic Control" of the 2012 California Manual on Uniform Traffic Control Devices (MUTCD) for Streets and • Highways, or subsequent editions in force at the time of construction. Part 6 of the • California MUTCD is available on line at: httpJ/vwAivdotca.govkxl/haffopstsigntech/mutodsupp/pdf/Camubd2012tCAMUTCD2012 TTC.pdf All signs, barricades and other temporary traffic control devices required for the work shall be indicated on and be an integral part of the Traffic Control Plan submitted to and approved by the City Engineer. 10-2.4 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if • conditions warrant. The Contractor shall provide the signs and Will be responsible for adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 CONSTRUCTION DETAILS • March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 1 • • O 10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the property owners or occupants of affected properties with a written notice 72 hours prior . to the beginning of construction. Said notice shall be prepared and submitted to the • Engineer for approval prior to notifying property owners or occupants of affected properties. 10-2.6 Traffic Disruptions. — For all road 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, and shall • be placed at least 7 calendar days prior to the commencement of construction. All work done on major and secondary thoroughfares shall utilize solar powered flashing • arrow boards, and all signs shall remain in place during nighttime hours. 10-2.7 Traffic Signal Operations. -The Contractor shall not modify existing traffic signal timing. The Contractor shall notify the City 2 working days in advance of any lane closures or detector loop removals so that the City can modify the signal timing appropriately. 10-2.8 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 all lanes of traffic. Flaggers shall be utilized to ensure the safe flaw of traffic at intersections and businesses that may be affected. 10-2.9 Detours. - The Contractor shall provide, install, and remove any detours for the routing of vehicular and pedestrian traffic as shown on the Drawings, as specified in the Special Provisions, or as directed by the Engineer. 10-2.10 Traffic Access and Control. - The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic around all work in the construction zone, including solar-powered arrow boards. All traffic controls shall be clearly posted with • signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to replace any part of these requirements. 10-2.11 Parking and Access. - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner. S 10-2.12 Pedestrians. - The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone. These signs and barricades shall • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 CONSTRUCTION DETAILS • March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 2 • • • 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 therefore. • • 10-2.13 Public Safety During Non-Working Hours. - Notwithstanding 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 to contact the Contractor, may direct City • forces to perform any functions he may deem necessary to ensure public safety at or in • the vicinity of the site of the Work. If such procedures are implemented, the Contractor • shall be responsible for all expenses incurred by the City. 10-2.14 Measurement 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 shall be made at the lump sum price Bid for 'Traffic Control', and no additional compensation shall be allowed therefore. • • 10-3 COLD MILLING • 10-3.1 General. All cold milling shall be performed in accordance with Section 302-1 of • the Standard Specifications. 10-3.2 Variable Thickness Cold Milling (Header Cut). - Edges of the area to be paved shall be cold milled in a triangular cross-section to a maximum depth of 1%2 inches, for a • width of 6 feet adjacent to all existing concrete curbs or gutters, extending parallel with the • street. Conform edges at the limits of streets scheduled to receive an asphalt overlay, matching existing asphalt concrete or existing concrete cross-gutters (extending perpendicular to the street receiving an asphalt overlay) shall be cold milled in a triangular • cross-section to a maximum depth of 1% inches, for a width of 18 feet. The Contractor's • attention is directed to the fact that in some areas, the asphalt concrete has been built up • above the gutter lip more than ''% inch. • 10-3.3 Uniform Thickness Cold Milling. — The full width of designated streets, or • portions of streets, where shown on the plans shall be cold milled to a uniform depth of 2 inches. The Contractor's attention is directed to the fact that in some areas, the asphalt • concrete has been built up above the gutter lip more than 'X inch. • • 10-3.4 Full Depth Cold Milling. — Portions of streets, where shown on the plans, shall • be cold milled the full depth of existing asphalt pavement, such 'that the pavement is completely removed to underlying base or subbase material. • • 10-3.5 Temporary Transition Ramps. - Where cold milling is done normal to traffic, the header cuts shall be filled with temporary asphalt concrete or asphalt concrete grindings • to form a ramp in the header cut at least 5 feet wide, after the cold milling, before the • • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 CONSTRUCTION DETAILS • March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 3 • • street is opened to traffic. This temporary ramp shall be removed prior to placement of the overlay. • 10-3.6 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. The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner's approval. 10-3.7 Payment - Payment for variable thickness, uniform thickness, or full depth cold milling of asphalt concrete pavement, shall be made at the unit price bid per square foot for"Cold Mill Existing A.C. Pavement (Various Depth)," in the Bid Schedule. Payment for cold milling of asphalt concrete pavement shall include cold milling to the depth required • per the plans (1'/2 inches, 2 inches, or full depth) below the lip of gutter regardless of the thickness of asphalt concrete actually cold milled, and additional compensation shall not be allowed for areas where asphalt concrete pavement has been built up above the gutter w lip. No different payment will be made for the differing thickness of Asphalt concrete cold • milled. Payment shall include full compensation for all labor, equipment, tools, and incidentals needed to complete the work in place, including provision of necessary materials, and placement and removal of temporary asphalt concrete pavement, and no • additional payment will be allowed therefore. 10-4 CRACK SEALING s • 10-4.1 Description -The work shall consist of the preparation of cracks and placement of hot asphalt-rubber sealant material in all transverse, longitudinal, block and/or reflective pavement cracks greater than 1/4" in width but less than 1'/2" in width prior to routing. Cracks 1'/2" and wider shall be cleaned and filled with asphalt i concrete material in • accordance with Section 10-5 "Crackfilling". The Contractor will be required to • thoroughly complete preparation of all cracks at least ''/4" in width no'matter the number of or how widespread the existing cracks extend across the asphalt pavement, to the satisfaction of the Engineer, prior to scheduling installation of pavement reinforcing fabric • and construction of asphalt concrete overlay. Note: Crack sealing is not required where existing asphalt concrete pavement shall be cold milled to a uniform depth of 2 inches through the full width of designated streets, or i portions of streets, where shown on the plans. However, crack filling in accordance with ® Section 10-5 "Crackfilling," is required on all streets. 10-4.2 Delivery and Storage - All materials shall be delivered to the site in an • undamaged condition. The materials shall be protected against damage and stored in a location approved by the Engineer. Defective or damaged materials shall be replaced by the Contractor at no expense to the City. • 10.4.3 Materials - Asphalt-vulcanized rubber crack sealant material for pavement cracks • greater than '/<", but less than 1'/2' in width, shall be CrafcoTm PalyFlex Type 3 sealant or approved equal and shall conform to the following requirements: • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 CONSTRUCTION DETAILS • March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 4 • • • • e • 1. Asphalt shall be type PG 70-10 conforming to the provisions of Section 203 of the Standard Specifications. • • 2. Sealant material when heated in accordance with ASTM D5078 shall have the • following characteristics: • Test Limits • Cone Penetration (ASTM D5329) 20—40 • Resilience (ASTM D5329) 30% Min. e Softening Point(ASTM D36) 210° F Min. • Ductility, 770 F (ASTM D113) 30 cm Min. Flexibility(ASTM D3111 Modified) Pass at 30° F • Flow 140° F (ASTM D5329) 3 mm Max • Asphalt Compatibility(ASTM D5329) Pass • Bitumen Content (ASTM D4) 60% Min. Tensile Adhesion (ASTM D5329) 400% Min. • Safe Heating Temperature 4000 F • Recommended Pour Temperatures 3800 F • Unit Weight at 600 F 10.0 lbs./gal. • 3. The sealant material shall have no water or volatile solvents and shall cure e immediately upon cooling to a sufficient viscosity to prevent tracking by traffic. e 4. The material will be packaged in approximately 60 lb. boxes with a polyethylene liner. • The boxes shall be placed on pallets weighing approximately 2200 lbs. and shall be • covered with a weather resistant covering. • 5. The asphalt-rubber crack sealant material shall be accompanied by a certificate of e compliance with these specifications from the manufacturer. The Contractor shall submit the manufacturer's material certification for the asphalt sealant to the Engineer for review and approval at least fourteen (14) days prior to • commencing any work. Crack sealant material for pavement cracks greater than 1'/2" in width shall be type E asphalt concrete in accordance with Section 203-6 of the Standard Specifications. • Cracks 1Y2' and wider shall be cleaned and filled with asphalt, concrete material in • accordance with Section 10-5 "Crackfilling". • 10-4.4 Equipment - The equipment to mix and apply rubberized asphalt crack sealer • shall be CrafcoTM Model BC-220 or approved equal of current manufacturer. The joint and crack routing and cleaning machine shall be CrafcoTM Model 200 or approved equal of current manufacturer. • • • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 CONSTRUCTION DETAILS • March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 5 • • The joint cleaner attachment shall be CrafcoT'A Model 110 or approved equal of current manufacturer. • 10-4.5 Preparation of Cracks - All cracks to be sealed shall be routed, swept, and • cleaned with two passes of hot compressed air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. 10-4.5.1 Weed Killer- All cracks and joints shall be treated with an approved weed killer • at least two (2) days before sealant application if weeds or other plant material are present in the pavement cracks. The Contractor shall apply weed killer to all plant material prior to their removal, according to the manufacturer's specifications. 10-4.5.2 Routing — All cracks between '/4" and 11/4" in width prior to routing shall have a routed reservoir created with a rotary impact router. The completed reservoir shall comply with the following dimensions: 1. The router shall remove at least 1/8"from each side of the crack and cut back to sound pavement. 2. The minimum reservoir width is and the maximum width is 1y/Z". • 3. The reservoir depth shall be '/°. 10-4.5.3 Crack Cleaning and Drying — The crack and routed reservoir shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering hot air at 3000OF and 3,000f/s. Care shall be taken to avoid • overheating the pavement. The first pass, should be made along the crack in a steady fashion, and should clean and heat, but not bum, the crack sidewalls. The heat lance should be held approximately 2 inches above the crack channel. Proper heating is • manifested by a slightly darkened color; burning is apparent by a black color and a very • gritty texture. The second pass should completely remove all the dislodged crack particles from the a roadway and shoulder. The hot airblasting operation shall be conducted immediately ,prior to the sealing operation to limit the amount of dust and debris blown into the cleaned crack channel, • maximize crack warmth, and minimize the potential for formulation of moisture • condensation in the crack channel. 10-4.5.4 Construction -The asphalt rubber sealant material shall be applied immediately • following the heat lance operation that cleans and dries the crack 'and routed reservoir. • The sealant applicator should stay within 50 yards of the heat lance during its second pass, and in no event shall the sealant be placed more than five (5) minutes after the crack has been heated by the heat lance. The sealant material shall be melted in a jacketed double boiler type melting unit, which is equipped with both agitation and re-circulation systems, and applied at temperature of 3800 F, using a pressure feed wand application system. • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 CONSTRUCTION DETAILS • March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 6 • • Joints and cracks shall be sealed from the bottom up and sealant material shall be applied so it is flush with the existing pavement surface. Care shall be taken to avoid spillage and runover onto the surface of the pavement. The surface of pavement shall be • immediately squeegeed smooth after the cracks have been filled. Traffic shall not be allowed on the material until it has been sanded to prevent tracking. • In addition to these specifications, the crack preparation and application of crack sealant material shall be in accordance with the manufacturer's recommendations or as outlined in the booklet, "Sealing and Resealing Cracks the Crafco Way," as published by Crafoo Inc., 420 N. Roosevelt Ave., Chandler, Arizona 85226; 800-528-8242. 10-4.7 Measurement and Payment - Payment for preparation of cracks and application of weed killer and asphalt-rubber sealant shall be considered as included in the unit bid Rem price per ton for "Hot Mix Asphalt (Type C2),"and shall represent full compensation • for furnishing all labor, materials, tools, equipment and incidentals to'accomplish the work • as specified herein, and no additional compensation will be allowed therefore. 10-5 CRACKFILLING 10-5.1 Description - The work shall consist of the preparation of cracks and placing of asphalt concrete material in all transverse, longitudinal and block pavement cracks greater than 1'/z" in width. The Contractor will be required to 'thoroughly complete . preparation of all cracks at least 1 Y2' in width no matter the number of or how widespread the existing cracks extend across the asphalt pavement, to the satisfaction of the Engineer, prior to scheduling installation of pavement reinforcing falbric and construction of asphalt concrete overlay. 10-5.2 Material - Crack filling material for pavement cracks greater than 1 Yz" in width shall be Type E asphalt concrete in accordance with Section 203-6 of the Standard Specifications. 10-5.3 Preparation of Cracks - All cracks to be crack-filled shall be swept and cleaned with two passes of hot compressed air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. 10-5.3.1 Weed Killer - All cracks and joints shall be treated with an approved weed killer at least two (2) days before sealant application if weeds or other plant material are present in the pavement cracks. The Contractor shall apply weed killer to all plant • material prior to their removal, according to the manufacturer's specifications. 10-5.3.2 Crack Cleaning and Drying — The crack shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of • delivering hot air at 3000OF and 3,000f/s. Care shall be taken to avoid overheating the ` pavement. The first pass, should be made along the crack in a steady fashion, and should clean and heat, but not burn, the crack sidewalls. The heat lance should be • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 CONSTRUCTION DETAILS March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 7 • • held approximately 2 inches above the crack channel. Proper heating is manifested by a slightly darkened Color; burning is apparent by a black color and a very gritty texture. • The second pass should completely remove all the dislodged crack particles from the • roadway and shoulder. The hot airblasting operation shall be conducted immediately prior to the sealing • operation to limit the amount of dust and debris blown into the cleaned crack channel, • maximize crack warmth, and minimize the potential for formulation of moisture condensation in the crack channel. • 10-5.4 Asphalt Concrete Placement- installation of asphalt concrete pavement as crack filling material shall be made by a method that achieves a complete and thorough placement of asphalt concrete without segregation and voids, and achieves required density and compaction. 10-5.5 Payment - Payment for preparation of cracks and installation of Type E asphalt concrete shall be considered as included in the unit bid item price per ton for "Hot Mix Asphalt (Type C2)," and shall represent full compensation for 'fumishing all labor,. • materials, tools, equipment and incidentals to accomplish the work as specified herein, . and no additional compensation will be allowed therefore. 10-6 PAVEMENT FABRIC . 10-6.1 General— Pavement reinforcing fabric material shall be as specified herein, and placement shall be in accordance with Section 302-7 of the Standard Specifications, and as may be modified herein. Note: Pavement fabric is not required where existing asphalt concrete pavement shall be cold milled to a uniform depth of 2 inches through the full width of designated streets, or portions of streets, where shown on the plans; pavement fabric shall be installed at all other areas where shown on the plans. 10-6.2 Material - The pavement fabric shall consist of a wet-formed fiberglass/polyester hybrid paving mat comprised of randomly dispersed glass and • polyester fibers, bonded together with a resinous binder system conforming to ASTM D • 7239 Type 1, as specified herein below: • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 CONSTRUCTION DETAILS . March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 8 • • • • • • e e Property ASTM Test Method Min. Requirements Weight, oz./yd2 D 5261 3.7 Tensile Strength(MD), Ibf/2 in D 5035 45 Tensile Strength (CD), Ibf/2 in D 5035 45 e e Elongation at max load, % D 5035 <5 Melting Point, °F D 276 >446 F The Contractor shall use TruPave® produced by TenCate Mirafi (Contact information: e TenCate Geosynthetics North America, 365 South Holland Drive, Pendergrass, Georgia 30567, Tel. 706-693-2226, www.tencate.com) or approved equal. 10-6.3 Placement — The surface area of all existing asphalt concrete pavement shall e be prepared as specified in these special provisions prior to placement of the tack coat e and pavement fabric. All existing asphalt concrete pavement surfaces shall be cleaned, • and all cracks shall be sealed or filled prior to scheduling installation of pavement fabric. Placement of pavement fabric shall comply with Section 302-7.2 of the Standard e Specifications, as modified herein. As specified in the Standard Specifications, the • temperature of the underlying asphalt concrete shall not exceed 150OF when the pavement fabric is being placed. The Contractor shall confirm the existing asphalt concrete temperature by using an appropriate surface thermometer prior to initiating e installation of pavement fabric. Application of tack coat shall be made upon the . prepared asphalt concrete surface, prior to installation of the pavement fabric. • Construction of the asphalt concrete overlay shall commence following installation and seating of the pavement fabric by pneumatic rollers on the treated existing asphalt concrete pavement surface. The tack coat shall be PG 70-10 paving asphalt. The temperature of the tack coat shall not exceed 3250F at the time it is sprayed. Emulsified asphalt willi not be allowed. The tack coat shall be uniformly sprayed on the existing asphalt concrete surface with an • asphalt distributor at a minimum rate of 0.25 +/- 0.02 gallons per square yard; the actual rate of tack coat application shall be the amount sufficient to satisfy the minimum e asphalt retention requirements of the pavement fabric and to bond the pavement fabric and asphalt concrete overlay to the existing asphalt concrete pavement (including • milled areas), as required by the Engineer. e Laydown of the pavement fabric shall comply with Section 302-7.2.3 of the Standard e Specifications, except that wrinkles or folds in excess of 1 inch shall be slit and laid flat • or pulled out and replaced. e Care shall be taken to avoid tracking tack coat onto the top surface of the pavement • fabric, and to avoid distorting or moving the fabric during seating of the fabric with • 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 CONSTRUCTION DETAILS March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 9 • • pneumatic rolling equipment. If required by the Engineer, exposed tack coat shall be • covered lightly with sand. Asphalt concrete shall be placed over any exposed pavement fabric to prevent displacement of pavement fabric by construction equipment, +/ or to allow public traffic to pass over pavement fabric under traffic control conditions, as • required by the Engineer. 10-6.4 Measurement and Payment — Measurement for pavement fabric shall be in accordance with Section 302-7.3 of the Standard Specifications. I The Contractor is • advised that measurement of pavement fabric is limited to the actual pavement area covered, and will not include any overlap of fabric material that may have been placed by the Contractor, including any required overlap in accordance with 302-7.2.3 of the Standard Specifications. Payment for installation of pavement fabric, including application of tack coat, shall be made at the contract unit price bid per square foot for 'Install Pavement Fabric", which • shall include full compensation for furnishing all labor, materials, tools, equipment and • incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. 10-7 HOT MIX ASPHALT 10-7.1 Asphalt Concrete Overlay. Where shown on the plans, asphalt concrete shall be laid in one lift of 1'/2-inch or 2-inch thickness over prepared asphalt concrete surfaces. Where shown on the plans, a full depth of 5-inches of asphalt concrete over compacted subgrade shall be laid in two lifts. The gradation of the asphalt concrete shall conform to • Type C2 (1/2" Dense Medium) in accordance with Section 203-6 of the Standard • Specifications. Asphalt binder (paving asphalt) shall conform to type PG 70-10, in accordance with Section 203-1 of the Standard Specifications. 10-7.2 Aggregate Sampling and Mix Design. Laboratory tests may be performed at the expense of the City to determine if aggregates at the plant fall within specifications. Correction to sieves may be necessary if proper percentages are not met. 10-7.3 Tack Coat. Tack coat shall be 70-10 paving asphalt applied to all clean, existing asphalt areas prior to installation of pavement fabric and construction of asphalt concrete overlay. 10-7.4 Asphalt Concrete Placement. Construction of asphalt concrete overlay shall conform to Section 302-5 of the Standard Specifications. 10-7.5 Adjust Manholes —The Contractor shall adjust all existing sewer or storm drain manholes to finish grade. Manholes shall be adjusted to grade in accordance with City of Palm Springs Standard Drawing No. 402. During adjustment, the Contractor shall cover all mainlines to prevent construction debris from falling into the sewer or storm drain • system. The Contractor shall be responsible for all construction debris that enters the • 20112012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 11-06 CONSTRUCTION DETAILS March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 10 • • sewer system, and shall clean and flush all debris from the sewer system to the satisfaction of the City Engineer. Note: Utility manholes (SCE, Vdrizon, GTE, or other utilities) shall be adjusted to grade by others. The Contractor shall accommodate the • future adjustment of these manholes by others, and shall identify and mark the location of • these manholes appropriately for future adjustment by others. 10-7.6 Adjust Water Valve Covers — The Contractor shall coordinate the adjustment of all existing water valve covers to finish grade by Desert Water Agency ("DWA") during • construction. During construction of the asphalt concrete overlay, the Contractor shall coordinate with DWA crews for DWA installation of extension rings on existing valves. DWA will remove the existing valve lid and install an extension ring inside the frame. The • extension will match the 11/2" height of the new asphalt concrete overlay. The Contractor • will be required to feather the asphalt overlay to match up to the DWA extension devices such that all finish surface up to and surrounding the selected DWA valves is level. The Contractor shall schedule a meeting with DWA prior to scheduling any paving operations • to effectively coordinate all operations between the Contractor's and DWA's crews to • ensure adjustment of the water valve covers to finish grade is completed as required. • 10-7.7 Payment - Payment of hot mix asphalt shall be made at the unit price bid per ton for "Hot Mix Asphalt (Type C2)," in the Bid Schedule, as specified in the standard specifications and in these special provisions and as directed by the Engineer. Payment for asphalt concrete shall include full compensation for furnishing and placing materials required, and for labor, plant, equipment, tools, trainsportation, hauling, spreading, compacting, and protecting, complete in place, and tack coat, in accordance • with the standard specifications and these special provisions. Payment for adjustment of sewer or storm drain manholes to grade shall be made at the unit price bid per each for "Adjust Manhole to Grade", complete in place, including all excavation, back-fill, removal and replacement of manhole frame and cover, removal • and/or addition of filler rings, mortar, and disposal of waste or excess materials. Payment for coordinating adjustment of 'water valves to grade by DWA during construction of asphalt concrete overlay shall be considered as included in the unit price paid per ton for "Hot Mix Asphalt (Type C2)", and no additional compensation will be • allowed therefore. 10-8 PORTLAND CEMENT CONCRETE 10-8.1 Concrete Removals — Concrete curb returns, spandrels and cross gutters shall • be removed at locations as indicated on the plans, to neatly sawed edges with saw-cuts made to a minimum depth of one-half the thickness of the concrete. Concrete curb returns, spandrels and cross gutters to be removed shall be neatly sawed such that construction joints to new concrete improvements are clean and straight. . 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 CONSTRUCTION DETAILS March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 11 • • • e • • e e 10-8.2 Drainage Inlet/Outlet— Existing drainage inlets or outlets (including metal frames e and grates) at locations designated for construction or reconstruction of cross-gutters shall be removed and replaced with new drainage inlets or outlets of similar size. New metal frames and traffic rated grates shall be furnished and installed with the inlet or e outlet structure. All adjustments to existing nuisance drain lines shall be made as e necessary to establish drainage inlet or outlet top of grate elevations to accommodate the new or reconstructed cross-gutter, as directed by the Engineer. e e Note: The drawings do not identify where existing drainage inlets or outlets are located. The Contractor will be required to remove and replace any existing drainage inlet or outlet e that may exist within an intersection identified for construction or reconstruction of cross- gutters. 10-8.2 Material — Portland cement concrete of the class and type shown on City e Standard Drawings shall be used to construct curb returns, spandrels and cross gutters. e Where class and type are not specified in the standard drawings or plans, Portland • cement concrete of type 560-C-3250 (6 Sack) shall be used for construction, in e accordance with Section 201 of the Standard Specifications. e 10-8.3 Curb Return, Spandrels and Cross-Gutter — Construction of concrete curb • returns, spandrels, and cross-gutters shall conform to City of Palm Springs Standard Drawing No.'s 200 and 206. Curb returns, spandrels, and cross-gutters shall be e constructed to the dimensions as specified in the City's Standard Drawing and as shown e on the Plans, but application details and other specifications not explicitly stated or shown • in the City's Standard Drawing shall conform to Section 303-5 of the Standard Specifications. Concrete material shall be Portland cement concrete of type 560-C-3250 e (6 Sack). Curb returns and spandrels shall be constructed monolithically; no cold joint or construction joint shall be allowed between the curb return and spandrel. Construction of e Type D-1 cross-gutter shall conform to the City of Palm Springs Standard Drawing No. 200. • e 10-8.4 Vandalism —The Contractor is responsible for protecting all new Portland cement e concrete construction from vandalism. All construction of Portland dement concrete shall be conducted under direct supervision of the Contractor's staff, and shall be monitored e until the work has adequately cured and is not susceptible to damage from vandalism. Any vandalism identified on new concrete construction shall be removed and replaced by e the Contractor, as required and directed by the City Engineer, at noi additional cost to the City.. • • 10-8.5 Payment— Payment for concrete removals shall be considered as included in the e unit price bid per cubic yard for "Minor Concrete," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of all existing concrete improvements necessary for construction or reconstruction of new curb returns, spandrels and cross gutters where shown on the plans, and no additional e compensation will be allowed therefore. • e 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 CONSTRUCTION DETAILS e March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 12 • • • • • Payment for asphalt concrete pavement removals necessary for construction or • reconstruction of new curb returns, spandrels and cross gutters where shown on the plans shall be made at the unit price bid per square foot for "Cold Mill Existing A.C. Pavement (Various Depth)," in accordance with Section 10-3.7 of these Special Provisions, and no additional compensation will be allowed therefore. Payment for removal and replacement of existing drainage inlets or outlets (including metal frames and grates), and all associated adjustment of nuisance drain lines and • associated work, shall be considered as included in the unit price bid per cubic yard for "Minor Concrete," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of all existing drainage improvements, and furnishing and installing new drainage improvements as necessary for construction or • reconstruction of new curb returns, spandrels and cross gutters where shown on the • plans, and no additional compensation will be allowed therefore. Payment for construction of new curb returns with integral spandrels and cross-gutters a shall be made at the unit price bid per cubic yard for "Minor Concrete," and shall include • full compensation for construction of curb return with integral spandrel, including preparation of subgrade, all material, labor, plant, equipment, furnishing all transportation, and protection from vandalism, complete in place, in accordance with the Standard Specifications and these Special Provisions, 10-9 TRAFFIC STRIPING AND MARKINGS 10-9.1 General — Prior to commencing the work, the Contractor shall make a thorough as-built record of all existing traffic striping and markings to be removed and replaced as part of this project. The Contractor shall submit the traffic striping and markings as- built record to the Engineer for review and approval at the pre-construction • conference. All existing traffic striping or markings shall be removed by the Contractor. The Contractor • shall replace all markings on City streets with thermoplastic markings, and all traffic • striping shall be replaced as follows: For all streets with existing paint or thermoplastic traffic striping, the Contractor shall . replace the traffic striping with the corresponding raised pavement'marker traffic striping . details from the State of California "Caltrans" Standard Plans. For all streets that have existing traffic striping in accordance with raised pavement marker traffic striping details from the State of California "Caltrans" Standard Plans, any missing or damaged raised • pavement markers shall be replaced by the Contractor with new raised pavement • markers. For all streets, all existing raised pavement markers shall be' removed and, after • construction of the asphalt concrete overlay, replaced in like kind with new raised pavement markers. New blue markers shall be placed at fire hydrant locations whether or not markers existed prior to the asphalt concrete overlay. • 2011/2012 ANNUAL ASPHALT OVERLAY - CITY PROJECT NO.11-06 CONSTRUCTION DETAILS March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 13 • • All new non-reflective raised pavement markers shall be ceramic; no plastic pavement markers shall be used. • 10-9.2 Pavement Markings - Pavement markings shall conform to the provisions in • Section 214 of the Standard Specifications and these Special Provisions. Whenever the Contractor's operations obliterate pavement delineation (lane lines, either • pavement markers or painted lines or both), such pavement delineation shall be replaced by the Contractor before completion of project. Either permanent or temporary delineation shall be installed by Contractor before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type 'T") . which shall be applied in accordance with the manufacturer's printed instructions. • Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment • will be made therefore. Traffic striping and pavement markings may be installed at night after 8:00 p.m. or in the early morning before 6:00 a.m. with the prior approval of the Engineer. Payment for installing pavement markings and markers at night shall be considered as included in the lump sum price bid for "Traffic Striping and Markings", and no additional compensation will be made therefore. The Contractor shall use Caltrans metric stencils for all legends and markings on this project. 10-9.3 Removal of Traffic Striping and Pavement Markings - All existing paint, thermoplastic traffic striping, and pavement markings shall be removed in accordance with Section 314-2, 'Removal of Traffic Striping and Curb and Pavement Markings," and these Special Provisions. • Where existing paint, thermoplastic striping or markings exist, they shall be removed by S grinding or sandblasting. Where such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed S immediately after contact between the erasing machine and the surface being treated. Such removal shall be by sweeping concurrently with the erasing operation. Traffic shall be adequately protected from dust and debris during removal operations. • Nothing in these Special Provisions shall relieve the Contractor from its responsibilities as provided in Section 7-10, "Public Convenience and Safety," of the Standard Specifications. . 10-9.4 Applying Pavement Markings - Traffic markings shall be applied in accordance • with Section 314 of the Standard Specifications. S 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 11-06 CONSTRUCTION DETAILS • March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 14 • • • i • • i 10-9.5 Pavement Markers - Pavement markers shall conform to the provisions in Section 214-6, "Pavement Markers," and shall be removed in accordance with Section i 314-3, 'Removal of Pavement Markers," and installed in accordance with Section 314-5, "Pavement Markers,"of the Standard Specifications and these Special Provisions. All new non-reflective raised pavement markers shall be ceramic; no plastic pavement markers shall be used. • i Flexible bituminous adhesive, as specified by Section 214-7 of the Standard Specifications, or an alternative equal approved by the City Engineer, shall be used for installation of all raised pavement markers. • . An approved flexible bituminous adhesive shall be a hot-applied thermoplastic bituminous adhesive, product "HE184 — Flexible Dotstick°, manufactured by Henry Company, 2911 Slauson Avenue, Huntington Park, CA 90255; (800) 486-1278; www.henry.com; or "Hot- Applied Flexible Pavement Marker Adhesive", Part No. 34270, manufactured by Crafco, i Inc., 420 N. Roosevelt Ave., Chandler, AZ 85226; (800) 528-8242;,www.crafco.com, or i approved equal. • All existing raised pavement markers shall be replaced, and new markers of either i reflective or non-reflective type installed in accordance with the raised pavement marker • traffic striping details from the State of California "Caltrans" Standard Plans. All lane lines and centerlines delineated within the project, including those streets currently delineated • with paint or thermoplastic, will be delineated with pavement markers and not with paint or thermoplastic. All channelizers removed by the Contractor's operations shall be replaced • in like kind, at its expense. • Special Note: The Contractor shall install all raised pavement markers within 3 working days after completion of the asphalt concrete overlay as the job proceeds along, and shall rabbit track the proposed project as the job proceeds before completion of work each day, and not at total completion of the project. SThe Contractor shall establish all traffic striping by string line and rabbit tracking to provide i markings that will vary less than Y--inch in 50 feet from the specked alignment. • All additional work necessary to establish satisfactory lines for markers shall be . performed by the Contractor. 10-9.6 Blue Hydrant Markers - Blue hydrant markers shall be 'Bright Dot' round i thermoset polymer pavement markers as manufactured by Clama Products, or approved i equal. i Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a i 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. Blue i 201112012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11-06 CONSTRUCTION DETAILS i March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 15 i 0 • • • • • hydrant markers shall be installed whether or not existing prior to construction of the • asphalt concrete overlay. 10-9.7 Measurement and Payment — Payment for removal of existing traffic striping, • installation of temporary traffic striping, and installation of permanent traffic striping, • markings and legends, shall be made at the lump sum bid item price for `Traffic Striping and Markings", and shall include full compensation for removal and replacement of all • traffic striping, legends, and markings, including temporary striping, complete and fully • installed, as specified in the Standard Specifications and these Special Provisions, and • no additional compensation will be allowed therefore. 10-10 VEHICLE DETECTOR LOOPS 10-10.1 General - Vehicle detector loops shall be Type E Inductive Loop Detectors in accordance with Caltrans Standard Plan ES-513. Type I loop wire shall be used as • specified in Section 209-5.8 of the Standard Specifications. Detector loops shall conform • to Section 307-17.7 of the Standard Specifications. • Special Note: Detector loops shall be installed within 24 hours of completion of asphalt concrete pavement overlay in the area where the existing detector loops were removed • due to cold milling operations. The Contractor's failure to schedule the installation of • new detector loops within 24 hours of the asphalt concrete pavement overlay construction within the area where existing detector loops are to be replaced shall subject the contract to liquidated damages pursuant to Section 6-9 of the Standard • Specifications, regardless of the fact that additional contract time is available. • 10-10.2 Payment - Payment for installation of vehicle detector loops;shall be made at the • unit price bid each for 'Install Type E Detector Loop", which price shall constitute full • compensation for installation of loop detectors and connections, and all other appurtenant • work. - END OF SECTION - • • • • i • • • • • 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 11-06 CONSTRUCTION DETAILS March 13,2012 SPECIAL PROVISIONS-SECTION 10-PAGE 16 • • • • • • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT • PART III - APPENDIX • • 2011/2012 ANNUAL ASPHALT OVERLAY • CITY PROJECT NO. 11-06 • CITY OF PALM SPRINGS DRAWINGS: • - Std. Dwg. No. 100—Standard Monument Type A • - Std. Dwg. No. 402 - Top of Manhole Detail • - Std. Dwg. No. 625 - Traffic Legend Detail • CALTRANS STANDARD PLANS: • • - Plan No. A20A - Pavement Markers and Traffic Lines, Typical Details • - Plan No. A20B - Pavement Markers and Traffic Lines, Typical Details - Plan No. A20C - Pavement Markers and Traffic Lines, Typical Details • - Plan No. A20D - Pavement Markers and Traffic Lines, Typical Details • - Plan No. A24A - Pavement Markings, Arrows • - Plan No. A24D - Pavement Markings, Wards - Plan No. A24E - Pavement Markings, Words and Crosswalks • - Plan No. ES-513 — Electrical Systems (Detectors) MISCELLANEOUS SPECIFICATIONS • CrafcoTm Polyflex Type 3 Sealant Product Data Sheet . Henry"HE184— Flexible Dotstick"Technical Data Sheet • CrafcoTM Hot-Applied Flexible Pavement Marker Adhesive Product Data Sheet CrafcoTM Hot-Applied Flexible Pavement Marker Adhesive Application Instructions • • INDEX OF LOCAL RESIDENTIAL STREETS • Listing of Streets • Street Maps • • • • . 2011/2012 ANNUAL ASPHALT OVERLAY CITY PROJECT NO.11.06 CONTENTS • March 13,2012 PART III s • • NO. REVISIONS APPROVED DATE MONUMENT HANDHOLE FRAME & • COVER-ALHAMBRA FOUNDRY CO. A-2920 • PAVEMENT I< 1� I OP.C. CONCRETE 11 ENGINEER'S TAG • WITH PHILLIPS SCREW 0 • 1" GALVANIZED IRON PIPE • • MONUMENT PLACEMENT . LOCATION SHOWN THUS... • NOTES: • I. MONUMENT SHALL BE FURNISHED AND SET BY A LICENSED SURVEYOR OR CIVIL ENGINEER REGISTERED PRIOR TO JAN. 1, 1982. MONUMENT SHALL CONSIST OF: SURVEYOR'S OR ENGINEER'S TAG, SECURED • WITH ROUND HEAD PHILLIPS SCREW, SET TO TRUE POSITION, IN TOP OF CEMENT MOTAR CORE, IN 1" GALVANIZED IRON PIPE IN CONCRETE. • 2. FOR USE AT STREET CENTERLINE INTERSECTIONS AND SECTION CORNERS ONLY. • • CITY OF PALM SPRINGS APPRO2 DATE: l PUBLIC WORKS & ENGINEERING DEPARTMENT 2 931 CITY ENGINEER R.C.E. STANDARD MONUMENT TYPE A DRAWN BY. G.F.F. FILE N0. STANDARDS • CHECKED BY: M.L.F. DWG. NO. 100 • • • • NO. REVISIONS JAPPROVED I DATE • • • • 0 • • P.C. CONCRETE RING PER SET TOP OF STANDARD MANHOLE FRAME AND SUBSECTION 303-5.1 OF COVER AT FINISH GRADE OF STREET PAVEMENT • THE STANDARD SEE C.P.S. STD. DWG. NO. 400 • SPECIFICATIONS (560-C-3250-6 SACK) • • ASPHALT CONCRETE ...... `'� �- PROVIDE 9" ADJUSTMENT • PAVEMENT. THICKNESS •"' ' 3-24"X3" GRADE RINGS AS SHOWN ON PLANS ;_,', 0 • • • ALL JOINTS SHALL BE GROUTED PER • SUBSECTIONS 202-2.2.2 AND 303-1.8.2 OF THE STANDARD SPECIFICATION FOR • PUBLIC WORKS CONSTRUCTION. • • i • NOTES: i • 1. WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE ' APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY i MODEL NO.S 1310/1 1 1/4 2", AND. 1312/1", 1 1/4 AND 2" OR EQUAL. SOUTH BAY FOUNDRY, 94-44 ABRAHAM WAY, SANTEE, CA. 92071, TEL. (619) 956-2780 • 2. MAXIMUM OF 3 GRADE RINGS. • • • • CITY OF PALM SPRINGS APPROVE . DATE: ° 931 i PUBLIC WORKS & ENGINEERING DEPARTMENT 2 CITY ENGINEER R.C.E. TOP OF MANHOLE DRAWN BY: G.F.F. FILE NO. STANDARD • DETAIL CHECKED BY: M.L.F. DWG. NO. 402 • • • • • NO. REVISIONS APPROVED DATE • • • • STOP BAR LOCATED AT MIDDLE • OF CURB RAMP SIDE SLOPE \\ • NEAREST THE B.C.R. • • • $ 12" CURB RAMP SEE DWG. 212 BCR • I • FACE OF CURB • • I • I STREET • CENTERLINE • I • • 4• 8, 12" I - NON - RAMPED I • FACE OF CURB • I • STREET • CENTERLINE • NOTE: • ALL STENCILS TO BE CALTRANS: - THROUGH ARROWS TYPE I - LEFT/RIGHT ARROWS TYPE IV - DROP ARROWS TYPE VI • CITY OF PALM SPRINGS APPROVED: DATE: 'P D • PUBLIC WORKS & ENGINEERING DEPARTMENT 28931 • CITY ENGINEER R.C.E. STOP BAR AND LEGEND DETAIL DRAWN BY: G.F.F. FILE NO. STANDARDS • CHECKED BY. M.L.F. DWG. NO. 625 • • CENTERLINES LANELINES (Cont) NO PASSING ZONES-TWO DIRECTION 1e,�jL (2 LANE HIENXAYS) IYULTILANE RIOHWIYS) -ryk "[R pixr[n DETAIL 1 DETAIL 72 - DETAIL 27 —) "•. —I,. ,�'-?'Y n.-p" rtT.-p.. tT.-p.. r•-o. y 1p•-a' R s•-o"y, tr-a. a mL 883® ® TRUSTS uoY za.Yo1 t ...La l+ , y —+^ yN-n ,TV Claw DETAIL 2 ae''a' DETAIL 13 .,�.� e'-e^ T'-a' n'-D• r-D^e'-r'7 y ta•-r 1r-m I le•-o' DETAIL 22 �,�,•-o" ,1, s,.-u• IN 0000 11 f— 19 ® ®� rIV1 - " -F DETAIL DELETED DETAIL 14 e" m 0000 m 0000 TO 0000 m DETAIL 23 z,•-o" <'-o• 000000000000 DETAIL 4 DETAIL 14A '- " ,e,-" ®®®®®®®® ®®® ®®--{ -.— rose, "'I--�6`a' -�="'i e:=o:1 —► di=w —� TYPICAL LANE LINE DELINEATION IRS 06e ®®o Im m E= m o m o IS .r y 4r-o` _A W-o^ y IN ADVANCE OF EXIT RAMP p NO PASSING ZONES-ONE DIRECTION LEGEND RETAIL IA DETAIL 5 u TYPE f/3 DETAIL 15 Q TYPE A YXITE Ntt1-REFLECTIVE �� 1rrytl' 1T'-tl' y]•_py, IT'-0" HT'-0" ® TYPE AY YELLOW NON-REFLECTIVE mtt; Z TYPE C RED-CLEAR RETROREFLECTIVE �� v DETAIL 6 '- •�• rlro-Wnr mLOW RErfloe[nenrvE D1 '- DETAIL 1B F-- Q TYPE G ONE-NAY CLEAR RETROREFLECTIVE v® TYPE H ONE-WAY YELLOW RETROREFLELTIVE TAIL 12 14 or 13 LINES 1 DETAIL 7 '-D" ° zA•-o• ° z,'-r °7�. n ,"WHne NOTE: y —1P—�L DeYdl 14 Is,e be toad In eomolmrion + ® a ®®®® n ® DETAIL 1 T A"YELLOW Its Oetali 13.Dololl 14A Is In be e1Yd Z In oombinotlon With De1Dll 12. DIRE[TIDNK TRAVEL LANELINES 19 0 00 ° °®® ®N MARKER DETAILS C DETAIL 8 (MULTILANE HIOHWLYS) Y a' rt'-a' r-p° tt•-o" Y-o° DETAIL 18 '•'� H' F--1• --'--'M "I--•1 JR f ]tA'-9��' jY' 3K'-9�• .TL° DETAIL 9 DETAIL 19 ED =3 n'v r Dy e'-e•'I DETAIL to o^ -+- ° zr-D a 2r-D` TYPE A AND TYPE AY TYPE C AND TYPED TYPE G AND TYPE H STATE OF CALIFORNIA Em 11Q in DETAIL ZO DEPARTMENT OF TRANSPORTATION REIROREFLECTIVE FACE —► A•-o° _j Llw f 1B'-D• ,2p° le•-D" PAVEMENT MARKERS AND TRAFFIC LINES DETAIL 11 ® ®®—! tee. 12'-tl' 31•-0" 12'-tl' �- TYPICAL DETAILS C� NO SCALE A20A y Refora to Tithle of Conlerft iiiiii � � � � � ii � � i � � � ii �► iiiiiiiii � iiiii � iii � ii LEGEND LINES LEFT EDGELINES MEDIAN ISLANDS MARACAS O A"WRITE >,.P ® TYPE AY YELLED �.� (DIVIDED NIGNWAYSI N°N-REfLEET1VE 9"YELLOW o clvliKwl.... W"•'d+y DETAIL 29 E.I DETAIL 28 eon nc TYPE 0 IWO-WAY !� DIRECTION OF TRAVEL a L ! YELLOW NaY2 .,oew�+1 ITS 4 -� �ED RETROAFFLECi1VE f EDIa W TRAVELED RAY 1 �' wvuvww+m ® TYPE N ONE-BAY �M'a ui rc •�pollm ••'MAV DETAIL 25 YELLOW REIAOAEFLECTIVE INTERSECTION y EDGE DF�- ?RAVELED n>r -" TREATMENTS 'B'_°" _ .WI. 12'.d-10._O. 10._D. L2 1B._°. ._ . 1 2A'-°_>,•-Z'L -•I 5.�, zA._d. m ®`1 I o e D et.L—L DETAIL 25A L1 DETAIL 29 ®®— [a-'-I -LT v i �► 74 4 f• �q ' Pq' 0'�" I1 x'-D^ I� `�®y DETAIL 34A F` OD OR TRAVELED NAY _ ® ®•'. J- DETAIL 26 ,—EDGE OF TRAVELED WAY- mmummumommmm T1 ® ® 0--q DETAIL 35 R•-s°-y 'II q._ ,. R9.-°„ DETAIL 27 1 DETAIL 30 ._ ;LT DI P DI_' ® ® 0 OWNS 1 -"1 I-A:O" II 2 '-_ - u T'.O"� Z —�^ 9 EDGE aT TRAVELED�Ar p 1. ®®®®®®®®®®®®®T DETAIL.i SA h�=="�I w r— T-a' ITT, 9 I 48'-r I D® ® 1 o T ®I,Iva RIGHT EDCELINES ®®®®®®®®®®®®® f � I DD•-a• i j I-r � TWO-WAY LEFT TURN LANES MARKER DETAILS E9- ^eCtwa"L-crT DETAIL PTA DELETED DETAIL 37 z f � b z DETAIL 276 omm 1• E6'O' a:5��_q�r=j °K"_qA" y 1 W EDK N TRAVELED NAY -T BEN- 8R'-d' RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 O^o ? - - -- - -. INTERSECTIONS -+— ® ® ® ® ® ® ®� ;, - DETAIL27C - - ® -TYPE AY . TYPE _.TYPE H_ �► 10•-D' 1P•-a• x•-o• ITz'-o9 a•_D^ " te._o"� - _- - !• -O--.--�.- `-1�� 'T RETACREFLECTIVE FACE Im I.12'-0' t 12•-or -Ll �R—a I^ 96'-0' MU OF CALIFORNIA DETAIL�3 � d Pq-a' j4'-0 24•Q! I, PR'-0" DEPARTMENT OF TRANSPORTATION PAVEMENT MARKERS AND ® 0000 Gees A'=�1 _ •���•-o•�la•-a�z•-D' +R-°' TRAFFIC LINES TYPICAL DETAILS Gees 0 0000 0000 Is ND SCALE ®asses®s0s®0®Gssee�0se0e®asses®Geese®T A20B Return to Table of Content, • i ! ! liii ! ! ! ! liiiiiiiliiiililiiiiiiliiiiiii ! ! oi., Lwx,. romL EXIT RAMP NEUTRAL AREA (GORE) TREATMENT DETAIL 36 +uI n.oToclviR �iA— ^""'"y y Ui EDGE a TRAVELED RAY(MAINLINE) 20 2011 _Y v I IMI a w NuwwMn m w ..L J2 7-o e"nxlrE sfE:-AIL 2Te q"wnrtE utC yt0 A200 IN EEE 2yAsEN A LANE DROP AT EXIT RAMPS PLAN °- SEE DETAIL 36 o DETAIL 37 REPEAT AT �/, MILE IxTfWVRLs � 0'- " JO'-o" D -0•A J00'-0" q"YELLDY LINE —'` EDDE�TflAVELEO WAY IflANP) y- ENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT C7 9 a � 8 !]II O ® O p B O H B O DETAIL 36A 4"MITE LITv 4--� LZ .. " e"WHITE LINf \yEE OFTAIL y.R EOCE OF TRAVELED RAY(MAINLINE) RFRRR F�- �r s1E PLAN A2W N SE F DETAILS 2TB DETAIL 37A pEpEpT AT y MILE REFERRALS 4" SEE DETAIL 36 O S1O PLAN R2OR aq•_ •• y0•_U" ]0•_0" y,- 6•-N w J00'- c�^ a'Wx17E LINE III. 7 T (n ,may SEE DETAIL"q OR 10 y 1 1 _ O y Sid A20A 86 D 88 88 ® 88 88 6 88 88 8 88 88 B 88 ME fe 6'WHITE LINE TYPE A GARNERS OPTIONAL �9"YELLOW LINE 0 �� EDGE OF 1R.1YflF0 WAY (RAMP) Sid PLAN A20De O l " s f TDa aou alon ll u her .hwn maY M aml„ea 7D 0 - -- snort ouwillDry loom xMra wa0vinp IangtD le erlt�eel. O EEE DETAILS EGA LANE DROP AT INTERSECTIONS Eta PLAN A200 9 ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENT DETAIL 376 ---III DETAIL 36B q'NNiTf LINf EDGE OF TRAVELfO RAY(MAINLINE) Z �. O 9 0 C7 B O B [7 B O C7 B 0 m y SEE BETA PLAN AROB 0 CNWHITE TRAFFICNy SEE PE4MIA20°0 J ` N ]'3 e"RxiTElu1NE e u MARKER DETAILS DETAIBB� B 88 8 XNIi LINE _ q'YELLOW LIN[ - — _ - YOOE M TRAVELED RAY IR1uel - - - 8 -- 88 as 0 88 88 8- 88- 86 9_88 _ 9886Q8088� v � .,��.111 �q >1•- 2'�I i'-° �]•-6" EEE DETAIL y0C SEE DETAIL 25 A y "-q1 �y 3�."-i�" W RAF � INRGN ifI[�► SM PLAN A20D Sid PLAIT d200 � 1 II^II STATE OF CALIFORNIA LEGEND DEPARTMENT OF TRANSPORTATION MAN ENE PAVEMENT MARKERS C) TYPE A WHITE NON-R RE EFLECTIVE O �+- AND TRAFFIC LINE ® TYPE C RED-CLEAR RETROREFLECTw le ,�c ,1 TYPICAL DETAILS p TYPE 0 ME-MAY CLEAR RETROREFLEOTIVE TYPE A TYPE C TYPE G NO SCALE t DIRECTION OF TRAVEL ON RETROREFLECTIVE FACE A20C Return to Table YIfCWYfev2s eeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee CHANNELIZING LINE LEGEND - MARKERS DETAIL 38 L'WHITE LINE �1 0 TYPE A MITE NOR-REFLECTIVE um rzaEo ar - wwy5 _1 (D a A TYPE AY YELLOW NON-REFLECTIVE { v O IT; LIaY 20�20i� 40N6 I x •_y I x� � —T 0 TYPE 0 ONE-MAY CLEAR RETROPEFLECf1YE n TNNgWTI TRAFFIC a"TELIpI LINE E Vs wA°ee DETAIL 38A $'WHITE LINE 't'� DIRECTION OF TRAVEL MARKER DETAILS RETROREFLECTIVE PAVEMENT RETROREFLECTIVE PAVEMENT MARKER AT DOWNSTREAM MARKER AT EITHER 0 TO V,"�SEE NOTE 3 END OF RECESS 0 TO I(I"�SEE NOTE 3 END OF RECESS 1 DETAIL R'38B J�-!� MNITE LINE �{ P o � SECTION A- SECTION B-B >^� Tt -{ 3 M xL•-O" n x4•_0' A N * RETROREFLECTIVE PAVEMENT 0411ERFAT DONNE 8EA M2Nr I ' MARKER AT EITHER t— �� MARKER AT EOANSTREAN K v R ENO 01 RECESS END M RECESS DETAIL 38C - � _�-,A TYPE A AND TYPE AY YT PE G At a 1 8I 8 8 8 6 a 8 8 8 8 8 a REIROR[f LECTNE FACE U �1 0 � �► l�l A O�$�A•-O• I FINISHED ROAON YO SURFACE —G`— PLAN �,.A PLAN�1.iR :Z -1 39�I ROADWAY SURFACE Dm- RFACE —1p_O• rey rmffle Tw- y vaf4la Toe Ifype z) (ivpew 1) Z 0 To NM" RECESS DETAIL FOR O _ BIKE LANE LINE 1 RETROREFLECTIVE PAVEMENT MARKER Y N DETAIL 39 �E"WHITE LINE THERMOPLASTIC MATERIAL .oi.. A DETAIL FOR RECESSED .L ''�"-"A� r eY+`e°�'�1 RECESSED MARKER NOTES: 9 THERMOPLASTIC TRAFFIC STRIPE I.see r pltol rrafria line r INTERSECTION LINE E� mrair ror mprxer porrN.aN D See NNfec A NnM 0. ro Np used WIm..D. Np BIKE LANE ak PovomNm r.orNen.Oerau wA 2 RECESSED a No"; PODD R Il NOTES E � regWree P Type 2 reee.e. :P RETPOREfLECT1VE PACE DETAIL 39A xao'-D' IxrERucnw A.S..yplml txi"p nn.e.. ror z.TM rerrprenepMva a pavement mprkilg Iwnerlu. poverenr morxere Irnm N t� fOr rroeeeMe 1Mt.11ortene �� 0.TM fop of 4M Nrmaploxtic In0allee = are r to Ne U Na Cor g O O o 'ter B'-0" A'-O�0'WHITE LINE in race.see ppvo..Dt.roll0<0 to H. PEInon-racas.oa IW.D tioro. V NMov TM pavement NwfaO. 1y O.fxe rap of paoLleme 1. .Nit t'Re 01oaN .1.tlf[ LANE LINE EXTENSIONS TYPE C AND TYPE D TYPE G AND TYPE H ruvemenr wrteee. - - - THROUGH_INTERSECTIONS $ee"1.. 1 aaN 2. DETAIL 40 DETAIL 40A RETROREFLECTIVE PAVEMENT MARKER - - - - io"'I t-6� —i " FOR RECESSED INSTALLATION O O Q O 13 009 o0000 4"WHITE LINE TYPE A NQO-REFLECTIVE STATE Of CALIFORNIA CENTER LINE EXTENSIONS DEPARTMENT of TRANSPORTATION THROUGH INTERSECTIONS PAVEMENT MARKERS DETAIL 41 DETAIL 41A AND TRAFFIC LINES TYPICAL DETAILS I� ® s e pl m o a o® NO SCALE \9"YELL011 LINE TYPE AV NON-REFLECTIVE A20D Return bI Tnb/WfjConlentr .e„i. ¢<1 i[f x[o<IV�l c�x[[x a.aaaa�M4 May 20,Nil -3kW1�115A. ��'Yei'f�a"i.'w g�pia • ��L SN K� O b 6 r 1 1•-0 ;RID , A•14 It' TYPE I 10'-0" ARROW $ I 1�.0' O 5-D A-35 fie 0 r�--� ' TYPE Xg ARROW w 1•-D•OR10� � •_D, G A-25 fte 1'-C'GRID TYPE I 1 B'-0" ARROW b 0 20• y D. Z _ - s A•12 fle N 1,.D'.cxlD 1 1•_y, — TYPE YARROW OR A-31 fte RIOM 1.arOD m'ro. TYPE 124'-0" ARROW 1•-C'DRID y-v Orb, ufi ..M -- A•15 it; Dee mirror Im"pe) TYPE 1¢ (L) ARROW trot Zype MC - uee - A-33 ft2 TYPE I ARROW NOTE= SielE la"snR eE A Yliwr verfvtiona in OlmYmlone OERARTNENI Or 1flAN5PORTATION my be 0cceptee by the Eft&e r. 5"GRID �" 1•-0`GRID 1'-0` PAVEMENT MARKINGS A127 ft. ARROWS A=T fty TYPE 4Q (L) ROW AR BIKE LANE ARROW Iror Type=(R)erree. NO SCALE D.e mo-ror ImD0.1 A24A RelYru to Table of Contents ! �I IIIs 111 11;; o! {MII�Eii11 gg , {{!� { 1{ ►U,� HIM {{!g!{I11 l;IIIAIg�II{{l1111p,11116! 1 II 111{��11{ {{� 1, 111 glll lll� �11 1��flil ' - {11I11 ! ' 11 1111,1r 1 1! 11 !OI '�A' ��I"g!l111{.ill ! II {'r�llll�llgl 1 . g�ll {►'{�„I if III illI I�f{°g{{{I{{�{ {{�"If1111Kill11 �{{; '��{{{Igg{{gl{{{ c E{{{{ {"{Il�g� �'{` /A"1 1111;;i! ;'�'{;{ ;IIII; 1111 {{{ { ' {{', 111 11 1` 1111 11111 11 1• p1 11 lllg! ' 1 {{{{1{IIM! 1'.,,,lB�{11;glllll111 Ei� 1111 � 1lg1111E111{11'�{ 11 11 1 � gg �{! g i 1111 1111 1 i11 I ►lU►' 1' {{{{ {i {{{{ { ,��{{{{{{{{{{u l 1 1 1{I{{ .�� �� �11{{111{{ !ill°��{!iii1 g II � 611 ��I{ {{ { 111 it l 11 1 1 11 11 1 111 6lR 11'iEg11111 � g{ {EIa; 111BgHHIEgEEE ��1!{ �ElEgg {{1{{{If rf111 11 111� I 1 111 ,/1,1t1,1 {IIN{��� III IY 1„11 I!o{111 1lirE11 ;1t ; 11Bg 1111 II' {i{ p61;{ 1t�►��� 11 i`'1 111, {HI{I{!E 1! {{ { i!''�! f 1 wr'Il{11 V/l 1111{II{ {III �1{ {III 1 Itll I1 Illltl�IV/ 1111 I1 !i EI �11 11 �frm i m rn u If11 /1111 11 1�IL I Ilgl 111 ®�0�®i®0 /li 6� 1 IIV { 11 1,11 ,1 111 1 nnl!ll 1 IIII �®Fi^c�EF��mlT�O 1 , !u Eii I 1 unn 1 ®o�E27®m®m 1 1 111 1 1 111 �0�� 111 1 1 1,1 1 1 11 1111 1 EI�r 111 1 1 I 11t IfI V�{III, !{III11 11���1 III '1i' I ! I{Il111 1 1 ly E I{ 11111111 IIIIIIII� 1 ,IrMIR III i I1t m if HIM I mii �n 1 mml m{�In xiilgm 00000000000000000000000000000000000s00000000 ccnEe— 4 stay 2e."itPL wrt 1e1-il 4 xego 4•••talIT 1 1 1 1 � �I7 hT ' 4 -� AL-1 A=24 ft2 A=27 ft2 A=21 ft2 A=22 ft2 A=14 fto N O O WORD MARKINGS GO o INIIEu ft IIEN ft 1 NE R1 ND 4 POOL tl BIRE 21 T. _ CAR 11 BU6 20 G I T'T II CLEAN I 2T I ONLY I 22 1s T T r� — 4".I F- kFFP 21 FwY 16 A 4` 4• "1 J A23 ft�F- A=24 ft2—�1`- A-20 ft2 A=16 ft2 A=17 ft2 O 'O NOTES I s 1.If a monoy.aon�liR of mar.1..m Nord.It'Imula ..a"Up". `z -1' UNITE LINE Len tM flrat w o simco be Moroet iM dr .Wer. 3.Tm'pace b.1Vm0 eb dl 6M1mld be of Icoet rou!tlmee tM nelgM s ir im hastier.for I.'bee Noose,Wr Ipi m imn ien t.mes N lw naiy`nt f ina cbaroct.,..Tba pots mq bo raWcaa —— - approprlotely m¢re there is Ilmlteo apace becouo of loco conoltlon¢. m S.Yiner Vorlonlom In almemlon.may be accepted by 1m Engineer. — 4.Po"tons of INlery number ymbol mq pe eepeloba q.."Ing CROSSWALK AND LIMIT LINE wgmente het°to...W z maarb. 6w Net.6 S Cr..V.1 a cenll b cu..mol 9rnda ore is beD`1'- y.I'— —_ Ilea In plan.a�i'-0 NbRe'roan. 1q Y �L� a^ I606CELE5I IRIANOLES T .nal arm'NO PAflkINR`Pm 11 ne of merklega sw 6}dllaarp 81ane A9OA itin.Far typicm eee en A9DB. hell _ oord.'Np PARkINO`,'hell ba pDintaa In NMta letter.m lase than 1^ Oi9n on a aoniraeiie backer 0 and loc.fea ao 11M It le VVVIe to 1rMfc aMarcoment fflal¢. DIRECTION STATE OF CALIFDms1A — OF TRAVEL DETARTAENT 4' TRANSPORTATION 2 S..Nst�td7 YIELD LINE PAVEMENT MARKINGS WORDS AND CROSSWALKS NO SCALE A 44E ReAtnt E4 Table 0frowenif l•-� Q P cl [l[Cl EMt1 Y[R DIRECIIDH �L f NOY Po. 0,1 Di IRAVEt DIRE[i1W r a o n E y` TRAVEL 'I r4 Xatq��MUJ urtu Lb,e r � •�� LM>Q 4 41=D• WINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL TYPE A LOOP DETECTOR CONFIGURATION TYPE B LOOP DETECTOR CONFIGURATION O � O 4 N a z ] F v d Of TRAVEL D1REC11M SAWCUT DETAIL WINDING DETAIL a D TRAVEL s [ w ME NOTE E TYPE C LOOP DETECTOR CONFIGURATION C xo[ t r jy"nIDTM cui DIRECTION a S DE TRAVEL z F 8'-p m SEE WTE 1 F to S W WINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL _ TYPE D LOOP DETECTOR CONFIGURATION TYPE E LOOP DETECTOR CONFIGURATION of _ 2L l•-D' [" WINDING DETAIL SAWCUT DETAIL NOTFRI r TYPE 0 LOOP DETECTOR CONFIGURATION 1.Roimtl perrern or acute an91e eMufa to prevent dpnwga to condx+ore. DIpFANAI slot Y.In01p11 J tw[u PM^Only oM lype o In Ie m a amaor n, elpnnN. STATE OF IRANSPORT 6,r A 5 turM oss o. Typo Droop Is[mnedeE Rifo]uMltleml e pEPpR1NEHl OF lflAN5P0RTAT10N 6'-D'r,6'-D"Iwpe on a anneor ti. 1 o eIE Iiliaud*len n eingle iom fro. edge to dope In 1Wfw Type EW As R PLAN VI OF ELECTRICAL SYSTEMS �^ DIAGONAL SLOT (DETECTORS) AT CORNERS NO SCALE ES-5B Return to Table NfCmRen6f • PRODUCT DATA SHEET • CAN AF00,NC • • • RGOTWX COMPANY 420 N.Roosevelt Ave.•Chandler AZ 85226 PART NO.34521 JANUARY 2008 • 1-800528-0242•(602)276-0406•FAX(480)961-0513 viww.crafco.com . READ BEFORE USING THIS PRODUCT GENERAL Crafco PolyFlex Type 3 is a hot-applied,asphalt based product used to fill cracks and joints in asphalt portland cement • concrete pavements in warm to hot climates.PolyFlex Type 3 is supplied in solid form which when melted and properly applied forms a • highly adhesive and flexible compound that resists cracking in the winter and resists flow and pick-up at summer temperatures.Polylex Type 3 is used in highway,street,airfield and parking lot pavements and is applied to pavement cracks using either pressure feed molter applicators Or pour pots.At application temperature,PolyFlex Type 3 is a medium viscosity product which flows and penetrates cracks. • PolyFlex Type 3 is formulated as an economical yet effective pavement maintenance crack filler product.Compared to products based on • reclaimed rubber,PolyFlex Type 3 offers lower viscosity for easier application,improved summer temperature pick-up resistance,quicker set-up times and improved low temperature flexibility.Polyflex Type 3 has been a quality Crafco product far 20 years.Several states have . adopted specifications based on the performance of Polylex Type 3. VOC=O gfl. • USAGEGUIDELINES PolyFlex Type 3 pavementtemperaaue performance limits High Temperature Grade(•C) are 70-10 for crack filling. Usage recommaRladons am shmm in Ctafco pavement G •C 5&J"IMIWIS2 • templa aaae grade charts shown at the tight Refer to Cmfeo Product Selection procedures to w determine sealmrcar filler use and pavement temperature grades. ao 7 -16 • ■Sdtedl'm urr �'�, 'u • . Remnunm6ea r8 . -sa • � Noe Remmmrnaed � d6 • PavemmtTemp fur F9gerUsage • SPECIFICATION CONFORMANCE The Crafm recommended specification limits for PolyFlex Type 3 when heated in accordance with ASTM D5078 to the maximum heating temperature are as follows:lva!Bookmalknetdcmed Test Recommended Speciftcstion Corte Penetration(ASTM D5329) 20-40 . Resilience (ASTM D5329) 30%min. . Softening Point(ASTM D36) 210°F(99°C)min. Ductility,77F(25C)(ASTM D113) 30 cm min. Flexibility(ASTM D311 I Modified) Pass at 30°F(-1°C) • Flow 140OF(60°C)(ASTM D5329) 3 min max . Brookfield Viscoisty,40VF(2040C)(ASTM D2669) 100 Poise max. Asphalt Compatibility(ASTM D5329) Pass • Bitumen Content(ASTM 134) 60%min Tensile Adhesion(ASTM D5329) 400a/a min. • Maximum Heating Temperature 40OPF(204°C) Minimum Application Temperature 380°F(193eC) • INSTALLATION The unit weight of Crafty PolyFlex Type 3 is 10.01bs.per gallon(1.20 kg/L)at 60OF(15.50C). Prior to use,the user must read and follow Installation Instructions for Hot-Applied RoadSavey PolyFlex,Parking Lot and Asphalt Rubber Products to . verify proper product selection,heating methods, pavement preparation procedures, application geometry,usage precautions and safety • procedures. These instructions are provided with each pallet of product. . PACKAGING Packaging consists of individual boxes of product which are palletized into shipping units. Boxes contain a non-adherent fdm which permits easy removal of due product Each pallet contains 72 boxes which are stacked in six layers of 12 boxes per layer. The weight of product in each box • does not exceed 401bs.(I gkg)and pallet weights do not exceed 2,880 lbs.(1310kg). Pallets of product are weighed and product is sold by the net weight of product Product boxes are manufactured front double wall kraft board producing a minimum bursting test certificalion of 350 psi(241 N1cm')and using water resistant adhesive. Boxes use tape closure and do not contain any staple. Boxes are labeled with the product name,pant number, lot number, . specification conformance,application temperatures and safety instructions. Palletized units are protected from the weather using a duce mil thick plastic bag,a weather and moisture resistant cap sheet and a minimum of raw layer of six month u.v.protected stretds wrap. Pallets are labeled with the product . pan number,lot number and net weight. Installation Instructions are provided with each pallet in a weather resistant eeclosurc. • WARRANTY CRAFCO, Inc. warrants that CRAFCO products meet applicable ASTM, AASHfO, Federal or Some specifications at time of shipment. Techniques used for the preparation of the cracks and joints prior to sealing or filling are beyond our control as are the use and application of the products;therefore,Cmfco shall not be responsible for improperly applied or misused products. Remedies against Cralcu,Inc.,m agreed to by Cmfco,are • limited to replacing nonconforming product or refired(full or partial)of purchase price from Crafco,Inc. All claims for breach of this wormy,must be • made within dime(3)months ofthe date of me or twelve(12)months from the dam ofdelivery by Crafm,Inc.whichever is earlier. There shall be no other warranties expressed or implied. For optimum Performance,follow Cratco recommendations for product installation • 0200e,Crdm,tre.,All aul.Rvnvra • • • Henry. TECHNICAL DATA SHEET att:Hotceotpgorrsslcal HE184 - FLEXIBLE DOTSTICK • Last Rev Date:06/082004 Physical• Properties Appearance _ Flow 140°F Reslllencey • Black solid 0 mm 50 @ 77°F Application Temperature Maximum Heating Temperature Softening Point a 350-390°F 4000 F 2150 F • Brookfield Viscosity Maximum VOC Specific Gravity @ 77°F 2800 cPs @ 3750 F 0 calculated 1.12 Color ._ Maximum VOS WeightPer Gallon Black 0 calculated 9.2-9.4 Ibs _ • Ductility @ 77°F,Semi/min Penetration 1511g per 5 sec Weight Per Gallon Calculated 45 cm 20 9.3 Ibs - _. Flash Point Ptectaimed Rubber Content • 5500 F • Description HE184-FLEXIBLE DOTSTICK is a hot melt asphalt adhesive,which securely bonds pavement markers to asphalt concrete and portland cement concrete.This bituminous marker adhesive has superior bonding characteristics because of its high virgin polymer content and low amounts of filler. HE184-FLEXIBLE DOTSTICK is a hot melt asphalt adhesive,which securely bonds pavement markers to asphalt concrete and • portland cement concrete. . HE184-FLEXIBLE DOTSTICK comes in 35 pound boxes(3 blocks/box) . Surface Preparation • Pavement Surface should be dry and free from all loose material, dirt,and dust. • Application • NE184-FLEXIBLE D OTSTICK should be heated.in a temperature-controlled applicator with agitation. The application temperature is approximately 380°F. Apply the marker immediately after dispensing HE184-FLEXIBLE DOTSTICK,and allow to cool for one minute or more before exposure to traffic. Precautions Do no allow material to exceed 400°F. Cleanup Asphaltic stains can be removed with non-hazardous, biodegradable cleaners. Use waterless hand cleaner on skin. • Henry C°mpany-2911 Slauson Avenue,Huntington Park,CA 90255 • Technical Services-Phone(800)486-1278 Fax(972"94-4865 6na0:techsery cesehenry corn The Henry Company is the parent Company or Baku,,Inc. • viwrr.henry.mm • • • • • CAUTION! Keep boxes out of direct sunlight and rain. (If covered area is not accessible,cover with tarp). Do not fake internally. Use protective measures to avoid contact with eyes and skin. If swallowed,CALL PHYSICIAN IMMEDIATELY! In • case of eye contact,open eyelids wide and flush immediately with plenty of water for at least,15 minutes. GET MEDICAL ATTENTION! Dispose of container and unused contents in accordance with Local,State,and Federal regulations. For exterior use only. KEEP OUT OF REACH OF CHILDREN. KEEP FROM FREEZING. • WARNING: • This product contains detectable amounts of chemicals known to the State of California to cause cancer, birth defects,or other • reproductive harm. EMPLOYERS should obtain a copy of the Material Safety Data Sheet(MSDS)from yoursupplier or directly from Henry at the • toil free number or website below. • • ProductSizes • 24 Ib Box 35 Ibs box Limited Warranty We,the manufacturer,warrant only that this product is free of defects, since many factors which affect the results obtained from • this product—such as weather,workmanship,equipment utilized,and prior condition of the substrate—are all beyond our control. • We will replace at no charge any product proved to be defective within 12 months of purchase,provided it has been applied in accordance with our written directions for uses we recommend as suitable for this product. Proof of purchase must be provided. • DISCLAIMER OF WARRANTIES, The Limited Warranty is IN LIEU OF any other warranties express or implied including but not limited to any implied warranty of MERCHANTABILITY or fitness for a particular purpose,and we,the manuracturer,shall • have no further liability of any kind including liability for consequential or incidental damages resulting from any defects or any • delays caused by replacement or otherwise. • • • • • • • • • • • i • • • • • • Henry Company-2911 slauson Avenue,Huntington Park,cA 9o255 • - Technical services-Phone(8W)-486-1278 Fex(972)-494A865 Emalt techservicea(ghenrymm The Henry company is the parent company of eakor,Inc. • ~Ilenrycom • • • PRODUCT DATA SHEET • C INC - HOT-APPLIED PAVEMENT • AN ERGON 6 COMPANY FLEXIBLE 420 N.Roosevelt Ave.•Chandler AZ 85226 MARKER ADHESIVE • 1.800-528.6242•(602)276-0406•FAX(400)96"613 PART N0.34210 www.crafco.com JANUARY 2008 READ BEFORE USING THIS PRODUCT GENERAL Crafco Hot-Applied Flexible Pavement Mader Adhesive is a hot-applied thermoplastic bituminous adhesive which,when . properly used and applied,bonds markers and reflectors to both asphalt and concrete pavement surfaces.Hot-Applied Flexible Pavement Marker Adhesive is supplied as an easy to use single component material which is easily melted and poured or pumped onto pavement • surfaces. Since it is a hot melt composition,Hot-Applied Flexible Marker Adhesive sets up on cooling and is ready for traffic in less than five minutes. Hot-Applied Flexible Marker Adhesive is formulated with premium asphalt,polymers and additives to produce a unique • material which holds markers in place and remains flexible at temperatures down to 20°F(-7°C). Hot-Applied Flexible PavementMa rker • Adhesive has been a top perfomhmg quality Crafco productfor over 20 years. Several states have adopted i adhesive specifications based on the improved performance of Crafco Hot-Applied Fkttble Pavement MarkerAdhesive VOC=0 F,tl • SPECIFICATION CONFORMANCE The recommended specification for Flexible Marker Adhesive when heated to the safe heating • temperature in accordance with ASTM D5167 is: Test Specification Limits • Brookfield Viscosity,400°F(204°C)(ASTM D4402) 5000 cp max Softening Point(ASTM D36) 20OF(93C)min. Penetration,77°F(250C)(ASTM D5) 25 max. Ductility,77°F(25°C)(ASTM D113) - 15 cm min. Ductility,392°F(4°C)(ASTM DI13) 5 cm min. Flexibility.I"(75mu),90deg,10sm(Qako Procedure) Pass at 20°17(-7°C) • Minimum Application Temperature 380°F(193°C) Maximum Heating Temperature 400°F(204°C) INSTALLATION The unit weight of Hat-Applied Flexible Marker Adhesive is 10.8 lbs.per gallon(1.29 kglL)at 60°F(15.5°C). Hot-Applied Flexible Marker Adhesive must be melted in jacketed,double boiler type melting units with an effective agitation system. Prior to use,the user must read and understand the Installation Instructions for Het-Applied Pavement Marker Adhesives to verify proper • product selection, heating methods, pavement pmparation Procedures, application geometry, usage precautions and safety procedures. • These insW ctions are provided with each pafiet of adhesive PACKAGING Hot-Applied Flexible Marker Adhesive is supplied in self-release three compartment disposable boxes which contain approximately 35 pounds(15.9 kg)of material. The boxes are palletized into shipping units weighing approximately 1,680 pounds(762 • kg). Material is sold by the net pallet weight • WARRANTY CRAFCO,Ina.warrants that CRAFCO products meet applicable ASTM,AASHTO,Federal or State specifications at time of shipment Techniques used for the preparation of the cracks and joints prior to sealing or filling are beyond our control as are the • use and application of the products; therofore,Cmfco shall not be responsible for improperly applied or misused products. Remedies against Cmfco,hhc,as agreed to by Crafco,are limited to replacing nonconforming product or refund tfull or partial)of purchase price . from Cmfco,Inc. All claims for breach of this warranty must be made within three(3)months of the date of use or twelve(12)months from the date of delivery by Crafco,Inc.whichever is earlier. There.shall be no other warranties expressed or implied. For optimum • performance,follow Crafco recommendations for product installation • • • • • i • ONM.6�.r°c.An Ri6AhResmved • • APPLICATION INSTRUCTIONS C�INC a FLEXIBLE PAVEMENT AN EItGON6 COMPANY • _ 420 N.Roosevelt Ave.•Chandler AZ 85226 MARKER ADHESIVE 1-800.528.8242•(602)276-0406•FAX(480)961-0513 3ANUARY 2004 • www.crafco.com • READ BEFORE USING THIS PRODUCT GENERAL. Crafco Hot Applied Flexible Pavement Marker STORAGE: Pallets of boxed,product are protected with a . Adhesive is a hot melt thermoplastic material which whm weather resistant covering. During storage,the protective wrap Properly used and applied bonds markers and reflectors to both must be kept on the pallets to prevent boxes from getting wet. If • asphalt and concrete pavement surfaces. Being a hot ,It boxes are subjected to moisture,they may lose strength and crush composition,Crafco Marker Adhesive sets up on tooting and is resulting in pallet leaning. If rips in the pallet covering occur ready for traffic in less than 5 minutes. For detailed product data during handling, they should be repaired to help maintain and specifications, refer to the Crafm Product Data Sheet for packaging integrity. Pallets should be stored on a level surface • Flexible Pavement Marker Adhesive. which is dry and has good drainage. Product material properties MELTING: Crafco Marker Adhesive should be melted and are not affecied by packaging deterioration • heated in either thermostatically controlled double boiler type SAFETY AND USAGE PRECAUTIONS: Since Hot-Applied units utilizing heat transfer oil or thermostatically controlled Flexible Marker Adhesive most be heated to elevated • electric heating pots. Direct flame melting deits must not be temperatures to prepare for use,it is essential that operations be used. Contact Crafco for recommendations regarding other types conducted in manners which assure safety of the application of melters. Marker Adhesive should be heated to between 375"F personnel and others. Ali personnel associated with use of the • and 425°F(190°C—218"C)for application. For best results,use material need to be aware of the hazards of using hotapplied a Cral'oo meller/applicator to melt and apply product materials and safety precautions. Before use, the crew should read and understand product and safety information in on the box • PAVEMENT TEMPERATURES: To achieve best and all sections of the product Material Safety Data Sheet. This performance,pavement surface temperature during application is sheet which is supplied with each shipment, describes the • recommended to be at least 50"F (lo"C). If markers are to be characteristics of the product as well as any potential health applied in cooler temperatures, the pavement surface may be hazards and precautions for safe handling and use. User should • gently heated with an open flame or other approved method check D.O.T. requirements for transportation of adhesive at • immediately prior to marker application. elevated temperatures above 212OF(100"C). • PA\'EMENT CLEANING PROCEDURES- The pavement on HAZARDS ASSOCIATED, WITH HOT-APPLIED which markers or reflecfors are being applied should be clean, MATERIALS: Skin contact with hot-applied materials causes • free from dust, oil, dirt or other contaminants and dry. Air bums. Over exposure to fumes may cause respiratory tenet blowing, wire brushing or sandblasting may be required to initation,nausea,or headaches. Appropriate precautions need to • adequately prepare the pavement surface. be taken to prevent contact with the hot material and to avoid inhalation of fumes for everyone in the vicinity of the work area. • APPLICATION OF MARKERS: Hot-Applied Flexible Safety precautions should include: I. Protective clothing to Marker Adhesive should be applied to the pavement surface in a prevent skin contact with hot material. 2. Care when adding • puddle approximately two-thirds to three-fourth the diameter of blocks of product to melters to reduce splashing. 3. Careful the marker. Markers should be applied to the adhesive operation and cannot of wands or poor pots which are used to • _ immediately (within 10 seconds) to assure bonding. Markers apply product. 4. Traffic and pedestrian control measures which • should be pressed down to force the adhesive out beyond the meet or.exceed local requirements to prevent access to work Perimeter of the marker and to limit the thickness of the adhesive areas while product is still in a,molten state. 5. Avoidance of • between the pavement and the marker. material fumes. 6. Proper application configurations with a minimum amount of excesses of material. 7. Appropriate clean APPLICATION LIFE: Application life at application up of excessive applications orproduct spills. temperamres is approximately 12 to 15 hours in indirectly heated type melters. Application life may be extended by adding fresh ADDITIONAL INFORMATION: Additional information is blocks of adhesive as quantity in the kettle decreates. The available by contacting your distributor or Crafeo, Inc. This • adhesive should be agitated while being applied. The adhesive information includes 1) Product Data Sheets,2) Material Safety may be reheated to application temperature once,after the initial Data Sheets,3)Safety Manual. Sheat up. Additional reheating of the material my result in degradation of properties, when the application life has been exceeded, the adhesive will begin to thicken, become"stringy" • and may then gel. If this should occur, the adhesive should immediately be removed from the kettle and discarded • CLEAN OUT: If the equipment being used is a type that • requires clean out Of pumps and plumbing, follow the manufacturses clean out procedure instruction. If solvent is • used for clean Out,insure that the solvent does not contaminate the adhesive because adhesive dilution and flash problems may • occur. • • Listing of Streets for 2011-2012 Overlay �OR�ry�gi NORTH INDIAN CANYON DRIVE 1044050 ALEJO ROAD TACHEVAH DRIVE 2,581 58 150,417 NORTH INDIAN CANYON DRIVE 1044055 TACHEVAH DRIVE VISTA CHINO 2,722 72 182,034 SOUTH PALM CANYON DRIVE 2344661 MESQUITE AVENUE MORONGO ROAD 9611 60 57,654 SOUTH PALM CANYON DRIVE 2344662 MORONGO ROAD GLANCHA DRIVE 1_710 60 95,895 SOUTH PALM CANYON DRIVE 2344663 IOLAN_CHA DRIVE E PALM CANYON DRIVE 350 60 31,205 SOUTH L 75 IS PALM CANYON DRIVE EL CAMINO WAY 3781 60 30,680 RAMON ROAD 23 441 CANYO N DRIVE 2244090 INDIAN CANYON DRIVE I CALLE SEGUNdO 1,100 _56 69,592 RAMONROAD 2344191 ICALLESEGUNDO IAVENIDA CABALLEROS 1,500 62 89,298 RAMON ROAD 2344192 AVENIDA CABALLEROS SUNRISE WAY 21640 70 182,516 FARRELL DRIVE 1344005 ,TAHQUITZ CYN.WAY ALEJO ROAD 2,630 61 160,430 FARRELL DRIVE 1244015 ALEJO ROAD TAMARISK DRIVE 1,320 60 79,200 FARRELL DRIVE 1244010 ,TAMARISK DR. 225'NORTH of TAMARISK DR. 225 60 13,500 1,142,421 • • CITY OF PALM SPRINGS • SECTION 10-T4S-R4E ryu • PANORAMA KUAU • CORONADO W VISTA CHINO ln� AVEW VIA = SOL �pPO W STEVENS Y ROAD cwi zN z osl • W CAMINO NORTE o • 5 0cl DELANORTE -)CAMINO M; • DOLORES CT C APISTRANO !q ��o W VERADA � NORTE o OF. CT VIA DE v�G`�• N VIA R\PR o o LAS PALMAS • VCZ o ¢¢ LAS z PALMAS • ¢ '< o S VIA o LAS PALMAS ° z • W VIA VADERA CD oo " W VERADA C'S SUR • UQ m a� o0 • w raMiNn R W z CAMINO SURo TA H o til W VIA LOLA DR pu • D U o U 2� REGAL DRIVE" W HERMOSA PLACE o • Q+' • CERES �_ HERMOSA PL RD o EL ALAMEDq ` • o Qf o >MTN w Z z VIEWQ W MTN VIEW CD CD z Z • LEISURE WAYcn PL a o w Q • Qo W CANYON PL N PDRNE S RESCOTI TAMARISK, • �< Z RD CD a • Z o� o z W MERITO PL o CRESCENT DRIVE W MERITO PL ¢ Z • CRESCENTS VALMONTE, • Z LMON • LAS PALMAS ESTATES DR DRNORTE W CHINO ROAD • Z Z • W ALEJO RD o • • FriPiU h4 CANION Gk o o w o n S PALN CANYON DR 7ENCII rt� VIA SOLEDAD o o a _ z � � m n o a z z UA� o R4'DDM RD zHIAL SANTA ki'q o � " z z `CALLE ABRONIA y D� y ➢ m � O r C O S CALLE FIERRO o o Z Z CALLE PALO FERRO j ➢ m C C N � S INDTAN TRNL m z m S INDTAN TRAIL n PALO VERDE AVE o RIVERSIDE c/) S CAMINO REAL A S CAMIN REAL PLACE g VISTA ORO m -G N S CAMINO REAL T 1 m F��a y WRM SNDS D'' DR Z D o� IV r- DEEPWELL RD m �o PALOMINO tiCZ WARM SANDS Cn PINTO ' NI S GRENFALL ROAD ;CJ m m RD o N z z n r S MANZANITA AVE m -::Ua2 HERMOSA Z o m G) 3-- S DRIFTWOOD o DR mHERMOSA DR mN CD DRIVE THORNHILL ROAD Z S CALLE DE o MARIA o n v ➢ m CD Z S PASEO DE MARCIA S CALLE AMIGOS o �Z22 A m SAGEBRUSH RD SAGEBRUSH RD mZm o < m FFq - S CALLE o ROLPH o S CALLE ROLPH S CALLE ? MARCUS D S CALLE MARCUS a n WAY SUNRISE SUNRISE • • • s • • • CITY OF PALM SPRINGS • • SECTION 13-T4S-R4E • • ALEJO ROAD ALLJU WAD • BELDING DRIVE o • o o } w o PARK AVE 5 • DESERT > Q • PALMS D& DESERT PALMS DRIVE p Z • < MCMANUS DRIVE z AVIATION WY • N AMADO ROAD CIVIC DR W • o _ w w C PLAIMOR DR o • w o TERRY LN CMmo 0 0 o N O N- N Z O � �-� p • _ o EL ORO Wf'u N ° LIVMOR DR Z M • N ANDREAS� 3 w o z CDz =� w� = w� ¢ ' CITY ANDREAS RD ' - ' o _" U o ROAD ANDREAS RD Z HALL ` • w • TAHO ITZ CANY0 _ • ALM o PASEO DE ROSETA s SPRINGS • c a POLICE E CALLE FELICIA• DEPT RD ARENAS RD o o ARENAS RD o • ? E CALLE LILETA 3 • ¢ PASEO DE GRACIA o Z V) • BARISTO RD BARISTO RD w r c • Z PS PS 3 • PUBLIC STADIUM • LIBRARY SUNRISE o PALM SPRINGS • E VIA VAQUERO RD PARK PS a HIG SCHOOL • SENIOR' REC E RANCHERO RD • CENTER CTR • RAMON RD RAMON RD • • • • • I SUNRISE WAY SUNRISE WAY m BUTTON SATURMINO WILLOW m DR CIR n N TERCERO CAFI CIR - o m N CHI UITA o CIR g K o a CERRITOS DRIVE CERRITOS DRIVE CERRITOS DRIVE n N CCNRERA �� �� NLOROE < (� o CAMINO r r^ o yj CONDOR N WAY o q FARRELL DRIVE PAR[ O [FARRELL ON Z z� TREE WAy Z 311VO z D ��ZJb r MONTERY ROAD o , DRNE � -0 � -0 Ez- nm Zl n N JUANITA ROAD �� ��- Z 3AIa0 n m G) o N CIVIC DR cn z z --A CD m to >. Z7 z ;;u D = O c/) r 4S= R4E