Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A6235 - PAVEMENT COATINGS CO
CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date•. September 27,2012 To: Pavema t Coattnge Co. 10240 San Sevaine Way Jumps Valley CA 91752 Cky Project No.: 11-05 P. 201112012 Anmral sk wry seal Charge Omer No.: One(1) Gmdrar2 Purchase order No.: 13-0409: 0 Account Numbers: 13444499.59100 and 416-OM-50000 Agreement No.: 0235 CHANGES IN COST Decrease in Cost: Bid Schedules A 8 8 A4 Cold mill existing Pavement -5,464 Q$0.231 SF ($1,256.72) A5 Hot Mb(AsphaR -2.4 $118.281 TON 4$283.87) B2 Crack N/Slurry Seal -11,474 @ $0.191/SF -($2,191.53) Total Decrease: ($3,732.12) Increase in Cost A3 Crack fill/Slurry Serail +15,368 0 $022/SF $3,380.96 bhM Rom A. Grind and pave additional asphalt, Time and Materials Lump Sun = $6,108.93 Total kmease: $9,4NM Not Change Order Amount: $59757.77 096MM,FOR CHANGES Bid Rome A3, A4, A$and 82: the actual quantities required to complete the work for these items was more or less then originally estimated in the amount shown above. New Item W is for additional pavement grindkng and asphalt placerrmt on South Palm Canyon at Averdda Granada. The lump sun price indicated above was determined based on the actual time and materials required to complete the work. Prices are Inclusive of all allowable mark-ups. I Source.of Fun Items A4 and A5 ws be aedited to account#134-4495.50100 in the amount of $1,540.59. Item 02 will be credited to account$4164091430000 in the amount of$2,191.53 $9,489.89 WIN be paid from account 9134-4499-50100 for Rem A3 and new Item A. SMMNU Q#G4sts: Original Contact Amount: $ 581,310.76 This Change Order: $ 5,757.77 Rovisod Contract Amount: 087,088.53 Contractor Approval I f We do hereby agroe to the change(s)and prices to the conlrad for work as spelled herein.AN Work specil ed in and Initiated by this change order to be performed aawMaig to the provisions set forth in the criginei contract unless otherwise noted. Pavement Coatings Company. rZ sure.of whom ad RW*sw*we Doe �cScm �2.o P(L�SQsz.',� PrYd rime Title Nob: Aooepianoe makes this Change Order part of the QVInel Contract Subject to the provisions contained therein. City Atioroval Submitted by. Sr.-Pubfic work Inspector Date Approved by Q f 6 fz City Engineer ID06 Approved by, r vzo/toiG 7 cab Attested by >0 la Cary Dab DWzWWm Fie GM Contracior (1) =,gr»ertngFie (1) City Clerk (1) Sr. Public works hup. (1) FGmnce (1) II DOC # 2012-0510721 10/25/2012 09:03A Fee:NC Page 1 of 2 Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk & Recorder II IIII�III IIII' II �I IIII IIII I'I II Recording Requested by and After Recording c� Return to: S R U PAGE I SIZE I DA I MISC I LONG RFD COPY City Clerk 2 EXAM City of Palm Springs M A L 465 6 PCOR NCOR SMF 42 CH $15 Palm Sorinas CA 92263 h CC T: CTY UNI )NLY1 Pursuantw Government Code Section 6103,this document is being recorded as a benefit to the City of Palm Springs and recording fees shall rat apply. NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. II. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. III. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). IV. The public work of improvement on the hereinafter referred to real property within the city was completed on September 06,2012 V. The name of the contractor(if named)for such work of improvement was: Pavement Coatings Company VI. The public work of improvement,which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: 2011/2012 Annual Slurry Seal Project, including overlay areas on N.and S. Palm Canyon VII. Nature of Interest: Fee Owner VIII.The property address or location of said property is: major thorough fares within seven sections of the City of Palm Springs. /40F t,rrbCK0D W5T) IX. City Project: No. 11-05 Agreement Number: 6235, Minute Order No: N/A CITY OF PALM SPRINGS: BY: K-0, DATED: Senior Public Works Inspector, Michael K. Lytar BY: —�X� DATED: Director of Public Works/City Engineer David J. Barakian JAMES THOMPSON, being duly swom,says: That he is the City Clerk of the aforesaid City of Palm Springs,California, the corporation that executed the foregoing notice;that he makes this verification on behalf of said corporation, that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. Index No.1612 City Clerk-James Thompso 2011-2012 Annual Slurry Seal Project CP 11-05 : vuy dE T 1044470 NORTH PALM CANYON DRIVE VISTA CHINO VIA LAS PALMAS 1044465 NORTH PALM CANYON DRIVE VIA LAS PALMAS TAMARISK ROAD 1044480 NORTH PALM CANYON DRIVE TAMARISK ROAD ALEJO ROAD 1544185 NORTH PALM CANYON DRIVE ALEJO ROAD TAHQUITZ CANYON WAY 1544190 SOUTH PALM CANYON DRIVE TAHQUITZ CANYON WAY RAMON ROAD 2344660 SOUTH PALM CANYON DRIVE RAMON ROAD MESQUITE AVENUE .� 2744006 SOUTH PALM CANYON DRIVE EL CAMINO WAY EL PORTAL 2744010 SOUTH PALM CANYON DRIVE EL PORTAL CANTINA WAY 2344665 INDIAN CANYON DRIVE RAMON ROAD CAMINO PAROCELA 1244005 FARRELL DRIVE COMPUTER WAY VISTA CHINO 2045015 DINAH SHORE DRIVE GENE AUTRY TRAIL SAN LUIS REY DRIVE 2045020 DINAH SHORE DRIVE SAN LUIS REY ROAD CROSSLEY ROAD 2045021 DINAH SHORE DRIVE CROSSLEY ROAD WEST END OF BRIDGE KIRK DOUGLAS WAY* EL CIELO RD RAMON ROAD m N 0 NryN m m mor N�m 0✓ W 9 AGREEMENT THIS AGREEMENT made thisaday of 2012, by and between the City of Palm Springs, a charter city, organized nd existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Pavement Coatings Co., 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 SLURRY SEAL CITY PROJECT NO. 11-05 The Work is generally described as follows: Installation of hot asphalt-rubber sealant material in designated pavement cracks, installation of asphalt concrete in designated pavement cracks, and construction of Rubber Polymer Modified Slurry (RPMS); cold milling of existing asphalt concrete pavement and construction of 1'Y2" Hot Mix Asphalt (Type C2) overlay in designated areas; traffic striping and markings; and all appurtenant work, on the following streets in Palm Springs: N. Palm Canyon Drive from Vista Chino to Tahquitz Canyon Way S. Palm Canyon Drive from Tahquitz Canyon Way to Mesquite Avenue S. Palm Canyon Drive from El Camino Way to Cantina Way S. Indian Canyon Drive from Ramon Road to Camino Parocela Farrell Drive from Vista Chino to Computer Way Dinah Shore from Gene Autry Trail to Dinah Shore Bridge Kirk Douglas Way from El Cielo Road to Ramon Road 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 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 $790 for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO.11-05 ORIGINAL BID AGREEMENT FORM FEBRUARY 2012 AGREEMENT AND BONDS-PAGE 1 AND/OR AGREEMENT Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. ARTICLE 3 -- CONTRACT PRICE Bid Schedules A and B; $581,310.76 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 Contractors 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 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. 2011/2012 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.11-05 AGREEMENT AND BONDS-PAGE 2 FEBRUARY 2012 The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: APPROVED BY THE CITY COUNCIL: CITY OF PALM SPRINGS, CALIFORNIA Date City Clerk Agreement No. APPROVED AS TO FORM: APPROVED BY CITY COUNCIL By �n ity Attorney Date CONTENTS APPROVED: By iityy/Engineer Date —By ��� City Mana Date 2011/2012 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO.11-05 AGREEMENT AND BONDS-PAGE 3 FEBRUARY 2012 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: Pavement Coatings Co. Check one:_Individual_Partnership X Corporation Address: 10240 San Sevaine Way Juruoa Valley, CA 91752 f / By: By: Signature(notarized) Signature(notarized) Name: Ugl� 1 rv(-d Name: Va.1 bliric`&o Title: pre5/6 4lf_ Title: H/isf"dnf" �C�r�fii rc� (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 7 ❑ State of C ❑ County of 91yecSidv LSS County of t✓lr6idfi ❑ss On M44 D `/ Aol;- On M644 7 Ao/- before me, J tewi s before me, P�c#rleio LGl Jim personally appeared lvr- C personally appeared Ven Auzyan who proved to me on the asis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that iei /she/they executed acknowledged to me that(jDshe/they executed the same in is her/their authorized capacity(ies), the same it i her/their authorized capacity(ies), and that by &her/their signatures(s) on the and that by qig/her/their signatures(s) on the instrument the person(s), or the entity upon behalf instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the of which the person(s) acted, executed the instrument. 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 Seal: 2011/2012 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 11-05 AGREEMENT AND BONDS-PAGE 4 FEBRUARY 2012 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County Of Riverside i On 05-07-12 before me, Patricia J. Lewis, Notary Public (tlere insert name and title of the officer) personally appeared Doug Ford who proved to me on the basis of satisfactory evidence to be the person(g) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/she/th6y executed the same in his/ht6r/th6ir authorized capacity(ids), and that by his/her/th¢ir signatures) on the instrument the person(o,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 €j is true and correct. PAIRKIA J.LEWIS W TNESS my hand and official seal. b COMM.Al a55146 a Notary Publk•CalNaala c 'to Rlverslde County M Comm Ex Tres Jun.21,2013 Signature of Notary Public (Notary Seal} ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acbtowiedgment completed in California must contain verbiage exactly as DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be properly completed and attached to shot document. The only exception is if a Contract Agreement document is to be recorded outside of fCalifivirfa.In such instances,any alternative acknowledgment verbiage as may be printed on such a document so long as the (Tide or description of attached document) verbiage does not requite the notary to do something that is illegal for a notaty in California(i.e. cerritving the authora-ed capacity of the signer). Please check the (Title or description of attached document continued) document cat aftd(y for proper notarial wording and attach this form if required. I - State and County infomtation must be the State and County where the document Number of Pages 1 Document Date signers)personally appeared before the notary public for ackrowledgment. - Date of notarization must be the date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. (Additional information) - The notary public must print his or her name as it appears within his or her I' commission followed by a comma and then your title(notary public). - Print the name(s) of document siggcr(s)who personally appear at the time of notarization_ CAPACITY CLAIMED BY THE SIGNER - Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. ❑ Individual(s) he/she/they,—is/sre)or circling the correct forms.Failure to correctly indicate this information may lead to rejection of document recording. f R9 Corporate Officer a The notary seal impression must be etc" and photographically reproducible. President impression must not cover text or lines.If seal impression smudges,reaeai if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. e Signature of the notary public must match the signature on file with the office of i ❑ PartriCT(S) the county clerk. ❑ Attorney-in-Fact �� Additional infomtation is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other > Indicate title or type of attached document,number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). a Securely attach this document to the signed document 2008 Version CAPA vl2.10.07 800-873-9565 www.NotaryCiasscs.eom CALIFORNIA ALL-PURPOSE j CERTIFICATE OF ACKNOWLEDGMENT I State of California County of Riverside 05-07-12 On before me, Patricia J. Lewis, Notary Public , (Flere{nett name and title of the officer) personally appeared Van P. Duncan who proved to me on the basis of satisfactory evidence to be the person(g) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/she/th6y executed the same in his/her/their authorized capacity(itifs), and that by his/her/thoir signature(S) on the instrument the person(so,or the entity upon behalf of which the person(o 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. i Pmu iA J.LEWIS WI ESS my hand and official seat. 1 COMM.#1855148 zz Notary Publk-CalurL 2omh z M C h 10 ESiresJun21,1013 Signature of Notary Public (Notary Seal) i I i ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acknmvledgment completed in California must contain verbiage exactly as DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the m amy section or a separate acknowledgment form most be properly completed and attached to that document. The only exception is if a Contract Agreement document is to be recorded outside of California.In such instances,any alnumnive (Title or description of attached document) acknowledgment verbiage as may be printed an such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California(i.e. cert�&Ag the authorised capacity of the signer). Please check the (Title or description of attached document continued) document carefully for proper na tar ad wording and attach this forat if required. - State and County information most be the State and County where the document Number of Pagcs 1 Document Date signer(s)personally appeared before the notary public for acknowledgment. I - Date of notarization must be the date that the signet(s)personally appeared which most also be the same date the acknowledgment is completed. (Additional information) • The notary public most print his or her name as it appears within his or her commission followed by a comma and then your title(notary public). - Print the name(s) of document signer(s) who personally appear at the time or notarization. CAPACITY CLAIMED BY THE SIGNER - Indicate the cornet singular or plural forms by crossing off incorrect forms(i.c. heishehhey,is lee)or circling the correct forms.Failure to correctly indicate this ❑ individual{s) information may lead to rejection of document recording. IN Corporate Officer • The notary seal impression trust be clear and photographically reproducible. ASS1Starit Secretary Impression must not cover tent or lines.if seat impression smudges,re-seal if a Critic) sufficient area permits,otherwise complete a different acknowledgment roam. ❑ Partner(s) - Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact 3 Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other d'' Indicate title or type of attached document,number.of pages and date. Oe Indicate the capacity claimed by the signer, If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). j - Securely attach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryCiasses.com CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS & 'ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIALI FOR CONSTRUCTION OF THE: 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 IN THE CITY OF PALM SPRINGS February 2012 ©� FAI-M SA 4�• 1 C1} David J. Barakian, P.E., City Engineer bids Open: April 17,2012 Dated: February 2012 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 AGENCY EXTRACT OF City of Palm Springs PUBLIC WORKS CONTRACT AWARD 3200 East Tahquitz Canyon Way Palm Springs, CA 92203 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 Pavement Coatings Co. 303609 4. MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY 10240 San Sevaine Way Jurupa Valley 6. ZIP CODE 7. TELEPHONE NUMBER 91752 714-826-3011 8. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) Six Roads within City of Palm Springs 9. CONTRACT OR PROJECT NUMBER to. DOLLAR AMOUNT OF CONTRACT AWARD CP 11-05 $ 581,310.76 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 06 / 27 / 2012 tl1SE NUMBERS) 7 / 31 /2012 / (USE NUMBERS) 13. TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL, HOSPITAL,ETC.) 14. Roadway O NEW CONSTRUCTION F ALTERATIONS 15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) General Contractor and laborers Striping& Marking Asphalt application 16. Is language included in the Contract Award to effectuate the provision of section O Yes o No 1777.5,as required by the Labor Code?................................................................ X Is language included in the Contract Award to effectuate the provisions of Section Yes No 1776,as required by the Labor Code?.................................................................. 17. SIG A -RE 18. TITLE 19. DATE Manager 5/17/2012 20. PRINTED O PED N 21. TELEPHONE NUMBERS Craig L. Gla P , Procurement& Contracting Manager 760-322-8368 Duplication of this roan is permissible DAS 13(rev.5101) 2011/2012 ANNUAL SLURRY SEAL City Project 1145 BID SUMMARY BID SCHEDULE A Bid Schedule Roy Allan Slurry Seal,Inc. Western Pavement Solutions Pavement Coatings Co. American Asphalt South,Inc. BID ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 Initial Mobilization 1 LS 9800.000 $9,800.00 21000.000 $21000.00 ]0,2200 500.000 $0,500.00 11100,000 $11,100.00 2 Traffic Comrel 1 LS 36.000.00 S3fi000.00 3795000 S3],950.00 795,00 $13,795.00 20000.00 $20,000.00 3 Cmck-seakng, crack-filling, and 1645,368 SF 0.360 3592332.48 0.210 8345,527.28 $361,800.9fi Q23g $378,434.64 onSlNdion cf Rpms 4 Cold Mill Existing AL,Pavement 42,500 SF 0.440 $18.700.00 0.520 $22j C0.00 .2300 $9,775.00 0.215 $9,137.50 (1.6 unif0rm Thickmt,t 5 Hot Mix AshellT eC2 385 TON 145.200 $55,902.00 135000 55197500 6.2800 $45,537.80 183.700 $70724.50 6 Traiflc 5tri in 1 LS 9460000 $94,600.00 86500.00 $8550000 564.00 $81564.00 122000.00 $122000.00 $807,334.48 $666,052.28 $521,152.76 $611,396.64 810 SCHEDULE B Bid Schedule Roy Allan Slurry Seal,Inc. Western Pavement Solutions Pavement Coatings Co. American Asphalt South,Inc. BID ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 TraXlc control i LS 800000 $8,000.00 5000.00 $ 500000 1865.00 $1,865.00 100000 $1,000.00 Lrack-sealing, Lracbfilling, and 2 210000 SF 0.400 884,000.00 0.210 $44,100.00 0.1910 $40,11000 0.200 consimdion of RPMS 3 TnXic SG in 1 LS I3000.00 513,000.00 19500.00 $19,500.00 18183.00 1 818.183.00 20285.00 1 $20285.00 $105,000.00 $68,600.00 $60,158.00 f6],28b.00 $812,334.40 $633.652.28 $581 310.76 $674 681.64 City of Palm Springs, CA Procurement Contracting Division Bid Abstract BID ABSTRACT Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor& Bid Amount Vendor& Bid Amount PROJECT NO: CP 11-05 PROJECT NAME: 2011-2012 Annual Slurry Seal DUE DATE: 4/17/12 Bid Schedule Aule hBid cd _ Total of all items jd 33 r 1 Whitnessed By: Date: Check a License - License Detail - Contractors State License Board Page 1 of 2 Deppartmera of Consurrer Maim Board Contractor's License Detail - License # 303609 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 303609 Extract Date 5/17/2012 PAVEMENT COATINGS CO Business Information Business Phone Number.(714)826-3011 10240 SAN SEVAINE WAY JURUPA VALLEY,CA 91752-1100 Entity _. .. _ .. _.._Cc oration_ __ p. ___ .., __,_._ .. Issue Date 03/03/1975 Expire Date __. 09/30/2012,__ License Status ACTIVE This license is current and active.All information below should be reviewed. CLASS DESCRIPTION Classifications A GENERAL ENGINEERING CONTRACTOR C32 PARKING AND HIGHWAY IMPROVEMENT _.. _ .. ........... ...._.._......., ...._ . ._. ......,__.� e ..._....._.. ----,..,.........._.._.. CONTRACTORS BOND This license filed a Contractor's Bond with FIDELITY AND DEPOSIT COMPANY OF MARYLANO. Bond Number: 8821094 Bond Amount:$12,500 Effective Date:01/01/2007 Bonding Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. This license filed Bond of Qualifying Individual number 6481024 for FORD DOUGLAS MAX in the amount of$12,500 with FIRST NATIONAL INSURANCE COMPANY OF AMERICA. Effective Date: 04/02/2008 BQI's Bond Histo� https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=30... 5/17/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 Workers'Compensation WORKERS`COMPENSATION This license has workers compensation insurance with LM PROPERTY AND CASUALTY INSURANCE COMPANY Policy Number:ZAWC19249000 Effective Date: 1 0101/201 1 Expire Date: 10/01/2012 Workers'Compensation History Personnel listed on this license(current or disassociated)are listed on other licenses. Personnel List Other Llcsnses Conditions of Use I Privacy Policy Copyright©2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=30... 5/17/2012 PUBLIC`WORKS"CONTRACTS BID RESULT CHECK LIST wn cnv cxewc OFFICE: AGR# AMOUNT City Project No: ll' Q T M## DATE Dates Published:: 3- tyzZ 3 ;-I 14 24Nb APP NOTtCE Y, N fl , 8'id Date & Time: A�Qt r=0 onI Z rI PROJECT' O TQ SUCCESSFUL:' 7 4 $ rN�mtPLETE ial�s.' uri-respons�va NTRACTOR BACl(a tQt#NQquirt tt Q inTTAai a nEouuaO) ( idavit of Non.Cotlus�on 3figilad$i Notanxed? Y" !� 4 in tion'regwir+ 6 t rp?�e ag! P1et � Y ( N 11 I VP � 1.'"& unt AD ��{ k 'I w1 t - IMAM FMew�a , ' d erectors Li>ense ; —, Na •af days-t�b�ycotnpi to s€udrdt wo*ft aibr+r#er)J [ = ed Start 1141Vi'.=1�4=�1 .k^ E�LI'!YL'AY ai slif days/in,Whilcb OR'I-�btrGt r N"so of y °? EiaBF.ard.(d918".r..} �.lo£a.: A �$ ew _1 { a4: ill x +.3 at(t55 2C6kT. 1 "�Atfoi ,'iEx}ii4L[ ' o cp ei4d bYiCa�h@gtoR) s k Tr a �, Cddent�a7 '' fdenda s �x, �3 Y } ; 4 PEBIII3MANGE eQNe. rvn`4 VElR( �NQTiT 3iI R'OVgA1W' - S BONDS L SPECS_sk �es�ful'�.ddar` 1 _ nsHnEFt s e►fEW, i f 7 pr ltEe tnt r Fi n3 ' ® . II e t5f eat sets Of Fr� t�ssful6ulder� s ._ ,". . ��r�tt�tttrac� GA9}$Eq'S clfEt:Its -,Y ,t?EPQSITEQ IN T & AZ Y �"N -" ' CIIEd:; .�, N W[licf+ ContractorSs?: Pro+rNded Previously i 07 U42 SPECS & /tSiFiEEItlfEN7 FCRiRA R�Ebit Public Contracts Governm Code seT. s 223Et0 Y N" bar Codb 1 y / Labor Cadet 7 , Y ICJ t4, [� Califotttla-Sta , #rd EDITION Standard Specifications for Pub3ic 'orks Constrttciian. ietK oQrE: 5- 16-1Z- BY: 'in9 DEPT: BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedules 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. 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 FEBRUARY 2012 COVER SHEET SID 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 SLURRY SEAL CITY PROJECT NO. 11-05 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 1 Date 04-11-12 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 SLURRY SEAL CITY PROJECT NO. 11-05 BID FEBRUARY 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 therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: 04-17-12 Bidder: Pavement Coatings Co. By: (Signature) Title: President 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 FEBRUARY 2012 BID BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: 201112012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 on: N. Palm Canyon Drive from Vista Chino to Tahquitz Canyon Way; S. Palm Canyon Drive from Tahquitz Canyon Way to Mesquite Avenue; S. Palm Canyon Drive from El Camino Way to Cantina Way; S. Indian Canyon Drive from Ramon Road to Camino Parocela; Dinah Shore Drive from Gene Autry Trail to the Dinah Shore Bridge; Farrell Drive from Vista Chino to Computer Way Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS $ R', 5 0 Z) 2. Traffic Control LS $ 3,r. 7` S Crack-sealing, crack-filling, construction d, 3 L 8a- 3. of Rubber Polymer Modified Slurry 1,645,368 SF $ $�— (RPMS), and all appurtenant work / 4 Cold Mill Existing A.C. Pavement (1.5" 42,500 SF $ © a 3 s uniform thickness) 5. Hot Mix Asphalt (Type C2) 385 TON $ YZ 5 3 7 Removal and replacement of all existing traffic striping (including all non- 6. reflectorized and reflectorized raised --- LS $ , pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF THE BID SCHEDULE A: sa r � �� �z ✓ sc� �'I71� II 1 (Price In figures) 1 1 (' �]�' El ye Lo., lre A ( Cn� / 6. / /io �5anA5 Oh. ilu Aoe� �ITY V / Li (Price In words) jollp?S R" '( SP.)en''/ ion C �++. S Pavement Coatings Co. Name of Bidder or Firm 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 FEBRUARY 2012 BID SCHEDULE BID FORMS.PAGE 4 BID SCHEDULE B Schedule of Prices for the Construction of the: 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 Kirk Douglas Way from El Cielo Road to Ramon Road Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control --- LS $ Crack-sealing, crack-filling, construction 2 of Rubber Polymer Modified Slurry 210,000 SF $ 6, /41 $ 6 (RPMS), including mobilization, and all appurtenant work Removal and replacement of all existing traffic striping (including all non- 3. reflectorized and reflectorized raised LS $ j pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF THE BID SCHEDULE B: $ 60115 8 f (Price in{figures) / (Price in words) ✓ TOTAL OF ALL ITEMS OF THE BID SCHEDULES A, and B: $ 581 , 3 / 0 , 71 (Price in figures) Fiue Ong- -/zousC, Ad l'Z,,C,e 4u dltA Teh Ql1� G, s (Price in words) and 5e✓ems S%x Cen7 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. Pavement Coatings Co. 2010/2011 ANNUAL SLURRY SEAL Name of Bidder or Firm CITY PROJECT NO. 10-09 FEBRUARY 2012 BID SCHEDULE BID FORMS-PAGE 5 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 Contractors 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:-LZ(shall not be less than 50%) Contractors Percent License of Total Work to be Performed Number Contract Subcontractors Name&Address 'J 1. 4( sip C6, 3-7 6TV - l_s Ca. IZa � Sarifo n� 80 u+ c, sF-(ar l� ec s oo., 1 2. (�-ron a• { C 3. 4. 5. 6. 7. 8. 201012011 ANNUAL SLURRY SEAL CITY PROJECT NO, 10.09 FEBRUARY 2012 810 SCHEDULE BID FORMS-PAGE 6 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 11-05 Bid Opening Date 04-17-12 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. 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: Local firms that will furnish materials or supplies to the Bidder for this project: 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 FEBRUARY 2012 LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS BID FORMS-PAGE 7 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, eta): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation 5�1Eagc 'Lj✓JS Coae• �12RrJt1s `t-13 - 1-t- l-?- 1-- I-AL-0 j 556N t-7-GZ Ams ?4-4l (r 201/12012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11.05 FEBRUARY 2012 LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS 810 FORMS-PAGE 8 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 ($) Of Performs Item Contract (Y/N)_ (rg9N0 )f1C. A.J "1- 1, iNU _ 0 UIE dLc A/ Al It- A- S ( ItK-cI( k3 c �R-ACC SEA�iN� 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. 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 FEBRUARY 2012 LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS. BID FORMS-PAGE 9 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County Of Riverside ) I, Doug Ford being first duly sworn, deposes and says that he or she is President of Pavement coatings Co. 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 Pavement Coatings Co. By Doug Ford Title President Organization Corporation Address 10240 San Sevaine Way Jurupa Valley. CA 91752 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 NON-COLLUSION AFFIDAVIT FEBRUARY 2012 BID FORMS-PAGE 10 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: Pavement Coatings Co. 10240 San Sevaine Way Jurupa Valley, CA 91752 2. CONTRACTOR'S Telephone Number: ( 714 ) 826-3011 Facsimile Number: ( 714 ) 82 6-312 9 3. CONTRACTOR'S License: Primary Classification A State License Number(s) 303609 Supplemental License Classifications C-32 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety First National Insurance Company of America Address 790 The City Drive, Suite 200 Orange, CA 92868 Surety Company Adamson & McGlodrick Insurance Telephone Numbers: Agent (714) 257-9644 Surety( 714 ) 634-3311 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: Doug Ford President Richard Gove _ Secretary Bernard Hale Treasurer 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO.11-05 BIDDER'S GENERAL INFORMATION FEBRUARY 2012 810 FORMS-PAGE 13 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 37 9. List at least three related projects completed to date: City of Westlake 31200 Oak Crest Dr. a. Owner Village Address Westlake Village, Ca 91361 Contact Roxanne Hughes ClassofWork Slurry Seal Application Phone 805/653-6597 Contract Amount_;173 . 183 . 00 Annual Street ReS1�xf3c ' 08-24-11 Project Program FY2010-Ti ate l:ompleted Contact Person Telephone number City of-M scion 200 Civic Center b. Owner Viejo Address Mission Viejo aC�926 11 Contact Randy Vancott Class of Work slurry Seal Application Phone 949/470-8442 Contract Amount $167, 300 . 00 Slurry Sealingg of 10-15-11 phase 1 ProjectVarious St . NiTi Date Completed 01-26-12 phase 2 Contact Person Telephone number City of Laguna 505 Forest Avenue C. OwnerBeach Address LaQ ,nal Reach t Ca 92561 Contact Mark Trestike Class of Work slurry Seal Application Phoneme/497-o3oo Contract Amount $1 . s87, 498 . 00 2009-2010 Street 11-08-10 ProjectRehahi 1 ; rar; c)n 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: Marc Mumford or Bryan Boudreaux 11, Is full-time supervisor an employee Yes 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 SLURRY SEAL CITY PROJECT NO.11-05 BIDDER'S GENERAL INFORMATION FEBRUARY 2012 BID FORMS-PAGE 14 CITY PROJECT NO, 11 -05 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: Marcus L.Fuller Assistant Director of Public.Works/ Assistant City Engineer Civil Engineer C 57271 CA Approved by; qL David J. Baraklan,P.E. Director of Public Works/City Engineer Civil Engineer C 28939 2 01 112 01 2 ANNUALSCURRY SEAL. - CITY PROJECT NO.11-05 FEBRUARY:2012 SIGNATURE PAGE CITY OF PALM SPRINGS NOTICE INVITING BIDS 2011/2012 Annual Slurry Seal City Project No. 11-05 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2011/2012 Annual Slurry Seal, City Project 11-05, will be received by the Procurement and Contracting Division of the City of Palm Springs, California, until 3:00 P.M. on April 17, 2012, at which time they will be opened and read aloud. The Engineer's estimate range is $540,000 to $630,000. N-2 DESCRIPTION OF THE WORK: The Work comprises the installation of hot asphalt- rubber sealant material in designated pavement cracks, installation of asphalt concrete in designated pavement cracks, and construction of Rubber Polymer Modified Slurry (RPMS); cold milling of existing asphalt concrete pavement and construction of 1'Y2" Hot Mix Asphalt (Type C2) overlay in designated areas; traffic striping and markings; and all appurtenant work, on the following streets in Palm Springs: N. Palm Canyon Drive from Vista Chino to Tahquitz Canyon Way S. Palm Canyon Drive from Tahquitz Canyon Way to Mesquite Avenue S. Palm Canyon Drive from El Camino Way to Cantina Way S. Indian Canyon Drive from Ramon Road to Camino Parocela Farrell Drive from Vista Chino to Computer Way Dinah Shore from Gene Autry Trail to Dinah Shore Bridge Kirk Douglas Way from El Cielo Road to Ramon Road N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder, on the basis of the total sum of Bid Schedules A and B, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on both Bid Schedules. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total 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 "C-12" 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 2011/2012 SLURRY SEAL CITY PROJECT NO. 11-05 NOTICE INVITING BIDS FEBRUARY 2012 PAGE 1 subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) A digital copy of said Contract Documents (saved in PDF format on a compact disc) may be purchased at $10.00 each 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@palmspdngsea.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 shall be cause to find a Bid non-responsive. (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms in the Bid Documents shall be 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.palmspringsca.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. 2011/2012 SLURRY SEAL CITY PROJECT NO. 11-05 NOTICE INVITING BIDS FEBRUARY 2012 PAGE 2 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 Division at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For.."followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. By cs ?/""'�'_' Date 3 ?� David J. Barakian, PE Director of Public Works/ City Engineer City of Palm Springs 2011/2012 SLURRY SEAL CITY PROJECT NO. 11-05 NOTICE INVITING BIDS FEBRUARY 2012 PAGE 3 • 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 S 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 A - 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 Ill—APPENDICES APPENDIX "A" City of Palm Springs Standard Drawings • Cattrans Standard Plans • Miscellaneous Specifications Index of Streets 2011/2012 ANNUAL SLURRY SEAL • CITY PROJECT NO.1"9 SPACIAL GE I PE6Rl3ARY 2012 GENERAL CONTENTS TS-P- AGE1 • CITY OF PALM SPRINGS 0 PUBLIC WORKS & ENGINEERING DEPARTMENT `• PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS • ,0 2011/2012 ANNUAL SLURRY SEAL, CITY PROJECT NO. 11-05 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 • 2011/2012 SLURRY SEAL • CITY PROJECT NO. 11-05. PART 1-CONTENTS FEBRUARY 2012 PAGE 1' CITY OF PALM SPRINGS NOTICE INVITING BIDS • 201112012 Annual Slurry Seal • City Project No. 11.05 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2011r2012 Annual Slurry Seat, City Project 11-05, will be received by the Procurement and Contracting Division of the City of • Palm Springs, California, until 3:00 P.M. on April 17, 2012, at which time they will be opened • and read aloud. The Engineer's estimate range is $540,000 to $630,000. N-2 DESCRIPTION OF THE WORK: The Work comprises the installation of hot asphalt- rubber sealant material in designated pavement cracks, installation of asphalt concrete in • designated pavement cracks, and construction of Rubber Polymer Modred Slurry (RPMS); cold milling of existing asphalt concrete pavement and construction of 1'/" Hot Mix Asphalt (Type C2) overlay in designated areas;traffic striping and markings;and all appurtenant work, on the following streets in Palm Springs: • N. Palm Canyon Drive from Vista Chino to Tahquitz Canyon Way S. Palm Canyon Drive from Tahquitz Canyon Way to Mesquite Avenue S. Palm Canyon Drive from El Camino Way to Cantina Way S. Indian Canyon Drive from Ramon Road to Camino Parocela • Farrell Drive from Vista Chino to Computer Way Dinah Shore from Gene Autry Trail to Dinah Shore Bridge Kirk Douglas Way from El Cielo Road to Ramon Road N-3 AWARD OF CONTRACT: • (a) The City reserves the right after opening bids to reject any or all bids, to waive any • informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder, on the basis of the total sum of Bid Schedules A and B, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on both Bid • Schedules. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid • Bond in the amount of 10 percent of the total 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"C-12" 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 s 201.112012 SLURRY SEAL '.• CITY PROJECT Na 11-05 NOTICE INVITING BIDS FEBRUARY 2012 PAGE subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of ' payments due under the Contract Documents from time to time; without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in • accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, • 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 (b) A digital copy of said Contract Documents (saved in PDF format on a compact disc) may be purchased at $10.00 each 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 'flee 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@palmspdngsca.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@paimspringsca.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 shall be cause to find a Bid non-responsive. (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms in the Bid Documents shall be 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.palmspringsca,govtndex.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@paimspdngsea.gov. Questions must be submitted by 2:00 PM, April 11, 2012. Questions received after this date will not be accepted. ` . 201.112012 SLURRY SEAL CITY PROJECT NO. 11-05. NOTICE-INVITING BIOS FEBRUARY 2012 PAGE 2 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 Division 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 cashiers check or Bid Bond shall be • enclosed in the same envelope with the Bid. By Date 3 David J. Barakian, PE Director of Public Works/ City Engineer City of Palm Springs 201112012 SLURRY SEAL • CITY PROJECT NO. 11-05 NOTICE INVMNG BIDS FEBRUARY2012 PAGE 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 j 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 Worts 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 f] 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, enors, or discrepancies noted in the Contract Documents. . (b) Reference is made to the Special Provisions for identification of those reports • of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However; such reports are NOT a part of the Contract Documents. The interpretation of such technical • data, including any interpolation or extrapolation thereof, together with non-technical data, • interpretations, and ;opinions contained therein or the completeness thereof is the responsibility of the Bidder. • (c) Copies of such reports and drawings will be made available for inspection by • the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, • information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the • 201112012 BLURRY SEAL • CITY PROJECT NO. 11-05 INSTRUCTIONS TO FEBRUARY 2012. BIDDERS-PAGE 1 • 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 fumished 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. • (1) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of • construction as may be indicated in or required by the Contract Documents; and thatthe ! 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 • 201112012 SLURRY SEAL CITY PROJECT NO..11-05 INSTRUCTIONS TO FEBRUARY 2012 BIDDERS-PAGE inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, ,Payment Bond, and ;. Performance Bond. Each of said bonds and insurance certificates shall be in the • amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City; If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein,;or one confomning • substantially,to it in form. 7 RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in • making the award. All other Bid securities will be held until the Agreement has been • finally executed. They will then be returned to the respective Bidders whose Bids they accompany. ' 8. BID FORM The Bid shall be made on the Bid Schedule sheets bound herein. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one • Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be property 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 • seated 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 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. 0 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. 0 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in 0 the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and • failure to do so wilt 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 govem and the amount will be corrected accordingly, and the Contractor • shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on 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. ' 0 • 201112012 SLURRY SEAL • CITY PROJECT NO. 11-05 INSTRUCTIONS TO FEBRUARY 2012 BIDDERS-PAGE 3 • 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 ifs 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. j . 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 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 may 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 • 201112012 SLURRY SEAL • CITY PROJECT No. 11-06 INSTRUCTIONS TO FEBRUARY 2012 BIDDERS-PAGE 4 S 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 i 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 i 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. - END OF INSTRUCTIONS TO BIDDERS - j_• 201112012-SLURRY SEAL :.• CITY PROJECT NO,11-05 INSTRUCTIONS TO FEBRUARY 2012 __. BIDDERS-PAGE 5 • BID DOCUMENTS Only the following listed documents, identified in the lower right comer as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedules List of Subcontractors Local Business Preference Program Good Faith Efforts - , Non-collusion Affidavit Biel 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. • s 20,1112012 ANNUAL SLURRY SEAL CITY PROJECT NO-I -05 • FEBRUARY 2012 COVER SHEET 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 A 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: • 201112012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 S 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 ';70 . Number Date Number Date l 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 Cal'ifomia 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 SLURRY SEAL • CITY PROJECT NO,11-05 BID FEBRUARY 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 therefor 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: • • ` i • • ` • i • • • • • • 20112012 ANNUAL:SLURRY:SEAL • CITY PROJECT NO.11-05 . BID FEBRUARY 2012. BID FORMS-PAGE t3'- ' r BID SCHEDULE A Schedule of Prices for the Construction of the: 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 on; N. Palm Canyon Drive from Vista Chino to Tahquitz Canyon Way; * S. Palm Canyon Drive from Tahquitz Canyon Way to Mesquite Avenue; S. Palm Canyon Drive from Ell Camino Way to Cantina Way; S. Indian Canyon Drive from Ramon Road to Camino Parocela; Dinah Shore Drive from Gene Autry Trail to the Dinah Shore Bridge; Farrell Drive from Vista Chino to Computer Way item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS _ ! 2. Traffic Control --- LS $ Crack-sealing,crack-filling, construction 3. of Rubber Polymer Modred Slurry 1,645,368 SF $ $ (RPMS), and all appurtenant work ¢ Cold Mill Fisting A.C. Pavement (1.5" 425f70 SF $ $ uniform thickness) 5. Hot Mix Asphalt (Type C2) 385 TON $ Removal and replacement of all existing traffic striping (including all non- 6. reflectorized and reflectorized raised -- LS $ pavement markers) and pavement markings. • TOTAL OF ALL ITEMS OF THE BID SCHEDULE A: $ • (Price in figures) .r� (Price in words) Name of Bidder or Firm e 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 FEBRUARY 2012 BID SCHEDULE BID FORMS-PAGE 0 BID SCHEDULE B Schedule of Prices for the Construction of the: f 204112012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-D0 t Kirk Douglas Way from El Celo Road to Ramon Road . i i item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control --- LS • Crack-sealing, crack-filling, construction of Rubber Polymer Modified Slurry Z. 210,040 SF (RPMS), Including mobilization, and all appurtenant work Removal and replacement of all existing traffic striping (including all non- - 1 reflectorized and reflectorized raised LS pavement markers) and pavement i markings. TOTAL OF ALL ITEMS OF THE BID SCHEDULE B: (Price in figures) _ , o i (Price in words) TOTAL OF ALL ITEMS OF THE BID SCHEDULES A, and B: i (Price in figures) i (Price in words) i QUANTITIES OF WORK: r♦ 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 i the right after award to increase or decrease the quantity of,any unit price bid item, by an amount up i 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 i the deleted item of Work: ` 201012011 ANNUAL SLURRY SEAS. Name of Bidder or Firm CITY PROJECT NO,1049 i FEBRUARY 2012 BID SCHEDULE • BID FORMS-PAGE$ • 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 Bidder lists subcontractors who will perform Work under this Bid in excess of 50%of the Work identified in this Bid,. S the Bid shall be considered non-responsive. Bidders shall list the total yo 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 2 3. 4 5, 6 7. 2010/2011 ANNUAL.SLURRY SEAL. . CITY PROJECT NO. 10-09 ` FEBRUARY 2012 BID SCHEDULE BID FORMS-PAGE 6 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS • City Project No.: 11-05 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 r 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 i reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. Bidders shall provide sufficient information to demonstrate that they have made good faith S 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 listedion the List of Subcontractors: ' s • a • Local firms that will furnish materials or supplies to the Bidder for this project; 201112012 ANNUAL SLURRY SEAL • CITY PROJECT NO.11-05 FE13RUARY2012 .LOCAL BUSINESS PREFERENCE PROGRAM S GOOD FAITH EFFORTS BID FORMS-PAGE • m. S LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) S 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 d firms for this project was placed by the bidder (please attach copies of advertisements • or proofs of publication): ` Publications Dates of Advertisement i i • 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.): i Names of Date of Follow Up Methods • firms Initial and Dates i Solicited Solicitation 1 i i i i i 201 112 01 2:ANNUAL SLURRY,SEAL • CITY PROJECT NO.11-05. FEBRUARY 2012 LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS- BID FORMS•PAGE 8. • G. 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 a Normally M Of S Performs item Contract (YIN) 0 ' i • ' rr 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 bidders 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. I � - 2011/2012 ANNUAL SLURRY SEAL • CITY PROJECT NO. 11-05 FEBRUARY 2012 LOCAL BUSINESS PREFERENCE PROGRAM • GOOD FAITH EFFORTS BID FORMS-PAGE 9 s s • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID s State of California ) s ) ss. County of • l; being first duly swom, deposes and says that s he or she is of s the parry 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 s indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents s 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 s By Title • s Organization • Address • • s t. 201112012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 NON-COLLUSION AFFIDAVIT FEBRUARY 2012 BID FORMS-'PAGE 10 s f ALL-PURPOSE ACKNOWLEDGMENT State of I� . County of On before me, Date Name,Tide 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 thathelshetthey executed the same in hWher/their authorized capacity(ies),and that by histher/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 Tide or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages_'DATE of DOCUMENT DESCRIBED AT RIGHT: • ove Signer(s)Other Than Named Ab If • • • • ♦t 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO,11-05 NON-COLLUSION AFFIDAWT-NOTARY ACKNOWLEDGMENT FEBRUARY 2012 BID:FORMS-PAGE 11 • • • • BID BOND KNOW ALL MEN BY THESE PRESENTS, • • That as Principal, and • as Surety, • are held and firmly hound unto the City of Palm Springs,hereinafter called the"City'in the sum of: • dollars • (not less than 10 percent of the total amount of ttte bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs,executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under • the Bid Schedule(s)of the City's Contract Documents entitled: r, • . 201112012 ANNUAL SLURRY SEAL i CITY PROJECT NO. 11-05 • 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 andeffect. 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 attomeys fee to be fixed by the court. • • SIGNED AND SEALED, this day of 2012. • 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 (NOTARIZED) • signature Print Name and Title: (NOTARIZED) • Print Name aril Title: • 201112012 ANNUAL SLURRY SEAL BfD BOND(BID SECURITY FORPA CITY PROJECT NO.11-05 BID FORMS-PAGE M) .FEBRUARY2012.^. • 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. BIDDERtCONTRACTOITS Name and Street Address: 2. CONTRACTOR'S Telephone Number: { Facsimile Number: 3. CONTRACTOR'S License: Primary Classification State License Numbers) 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): i 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 f titles of the principal officers of the corporation or firm: i • • 2011/2012 ANNUAL.SLURRY SEAL CITY PROJECT NO.11-05 BIDDER'S GENERAL INFORMATION FEBRUARY 2012 BID FORMS-RAGE 13 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 Glass of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work a Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Glass 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 I?' 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. 201V2012 ANNUAL SLURRY SEAL CITY PROJEGT NO. 11-05 BIDDER'S GENERAL INFORMATION FEBRUARY 2012 1BID FORMS<PAGE'14 0 AGREEMENT •, THIS AGREEMENT made this _ day of 2012, 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 specked or indicated under the Bid • Schedule(s) of the City's Contract Documents entitled: 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 The Work is generally described as follows: Installation of hot asphalt-rubber sealant material in designated pavement cracks, installation of asphalt concrete in designated pavement cracks, and construction of Rubber Polymer Modified Slurry (RPMS); cold milling of existing asphalt concrete pavement and construction of 1Y2" Hot Mix Asphalt (Type C2) overlay in designated areas; traffic striping and markings; and all appurtenant work, on the following streets in Palm Springs: N. Palm Canyon Drive from Vista Chino to Tahquitz Canyon Way S. Palm Canyon Drive from Tahquitz Canyon Way to Mesquite Avenue • S. Palm Canyon Drive from El Camino Way to Cantina Way S. Indian Canyon Drive from Ramon Road to Camino Parocela Farrell Drive from Vista Chino to Computer Way Dinah Shore from Gene Autry Trail to Dinah Shore Bridge Kirk Douglas Way from El Cielo Road to Ramon Road 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 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 (butt not as a penalty), the Contractor shall pay the City the sum of $790 for each calendar day that expires after the time specified in Article 2, herein. 1n executing the • 2011/2012 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 11-05 AGREEMENT AND BONDS-PAGE 1 • FEBRUARY 2012. Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself • aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. 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 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.. s 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 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. • 2011/2012 ANNUAL SLURRY SEAL AGREEMENT FORM • CITY PROJECT NO.11-05 AGREEMENT AND BONDS-PAGE 2; F€BRUARY 2012 The City and the Contractor each binds itself, its partners, successors, assigns, and legal • representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and.obligations contained in the Contract Documents. • IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By APPROVED BY THE CITY COUNCIL: City Clerk Date • APPROVED AS TO FORM: Agreement No. By • City Attorney Date CONTENTS APPROVED: � By City Engineer Date By ' City Manager Date •• 201112012 ANNUAL SLURRY SEAL AGREEMENT FORM CITY PROJECT NO..11-05 AGREEMENT AND BONDS-PAGE 3. • FEBRUARY 2012 • 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: By: By: Signature(notarized) Signature(notarized) • Name: Name: • Idle. 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 L State of L; County of L`ss County of 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) evidence to be the person(s) whose name(s) islare subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed acknowledged to me that he/shelthey executed • the same in his/her/their authorized capacity(les), the same in his/her/their authorized capacity(ies), • and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the • instrument She person(s), or the entity upon behalf instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the of which the person(s) acted, executed the instrument. 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 seat. • Notary Signature: Notary Signature: Notary Seal. Notary Seal: 201IM12 ANNUAL SLURRY SEAL • CITY PROJECT NO.11-05 AGREEMENT FORM FEBRUARY 2012 AGREEMENT AND BONDS-PAGE 4 • i 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 SLURRY SEAL • CITY PROJECT NO. 11-05. WORKER'S COMPENSATION CERTIFICATE FEBRUARY 2012 AGREEMENT AND BONDS=PAGE 5 • • • • PERFORMANCE BOND • KNOW ALL MEN BY THESE PRESENTS, • i That as Contractor, and • as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the i County©f Riverside, California, hereinafter called the"City,'in the sum of: • dollars, i 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 SLURRY SEAL • CITY PROJECT NO. 11-05 • 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. i SIGNED AND SEALED,this day of 2012. i 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 i (NOTARIZED) By Print Name and Title: • signature • (NOTARIZED) • By Print Name and Title: • i signature (NOTARIZED) Print Name and Tide: • • 201 /2012 ANNUAL SLURRY SEAL PERFORMANCE BOND CITY PROJECT NO,11-05 AGREEMENT AND BONDS PAGE • FEBRUARY2012 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: • 201112012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 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 suchlabor, all as • required by the provisions of Title XV, Chapter7, 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 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 furbished, 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 2012, • 2011/2012:ANNUAL SLURRY SEAL PAYMENT BOND • CITY PROJECT'NO. t 1-05 AGREEMENT AND BONDS-PAGE 7 FEBRUARY 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: • • BY By • • signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: • • • : • • • s • • • • • • • • • 201112012 ANNUAL SLURRY SEALPAYMENT BOND •. CITY PROJECT NO.11-05 AGREEMENT AND BONDS-PAGE 8 FEBRUARY 2012 • i CERTIFICATE OF INSURANCE THIS CERTIFICATE MSUED TO THEOWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACTIWITH THE INSURED • WJEANDADDRESS'OFPISURED INSURANCE COMPANIES AFFORDINGCOVERAGE • COMPANY A B C • O TYPE OF WOW PERFORMED AND LOCATION • ma... TYPE OF POLICY LIMITS OF LIABILITY IN THOUSANDS(a1OW) • EACH • OCCURRENCE AGGREGATE • COMPREHENSIVE GENERAL LIAB@tTY... • Ir4using: ' EODILYINAIRY $ $ i_ EXFIABIONAND DOLtAPSE '. • � UNOEft@ROtkA DAMAGE. PROPERTY RAAYtOE $ $. • � or— PR�ifCTSxOAWtc^TED OPERATIONS • � CONTRACntAL eVSIIRMlCE -/ aiMIADPORM PROPERTYOAMAGE '. • � INDEPENDENt CONTRACTORE BODILY afiilRl'AHD PROPFYtTY.. • PERSONAL RiJI1RY OFJSA6E CblSa1ED $ $ • Pi]i5d1AL INAAlY $ • COMPREHENSIVE AUTOMOBILE ROOMY a0knky LUBRITY EVJi PERSON S kfeludng:. EACHACGIOENi • D..OwNEo $ PROPERT'DAMAOE • ED NKiED C NON,OKTAFD SOOLY IM.RIRY • C :MOTOR D,GRRIERAOT ANDPROPERTY. • OAMAGE'Ccam1R E> $ • EXCESS LIABILITY 6WILYn+wrtY Ircduaing: AND PROPERTY OAIdAGE COMaUfEO • � EMPLOYERS UA&UTY. $ • WORKER'S COMPENSATION STATurnanY and EMPLOYER'S UABILfTY • Indudfng: Ci S {EACH ACCOEmi, . ❑ lONti..SHOREMENSUJD NAAREOR WORKERS • OTHER ADDRiONAL INSURED ENDORSEMENT-CRY OF PALM SPRINGS • The undersigned certifies Mat he or she is the repre5anteGve of the atwre-nenaid inwranCe compares.that he or she has the:authority to ezewte and iesTe this certificate to Cartitiioate Holder,and sc=dergly,does hereby cankfy on behalf of said insurance companies that policies of insurarcee laded above have been issued m the Instead. • clamed above ono xe mYone at this gma. NotwNhslanling any ragUiramant,.tan,or condibon ofanymntract or other documentwitti respect towhich gdsDer6Trcafamaybe. issued or may pertain,the insurance afforded by the policies described herein is Subject W M Me terms,axduwons.arntl ,,ducria of Sufi p cim CDp(es of the pabcie5 Sn e0r,wdi befumished N.tine,.CeMcate Holder upmi raquast. This Cerkfinet8*Ices ralameyld,extend,oratter'the coverage sfrbrdisd by Meepolides RSW. • CanoellaaDD:Snwdtl any of the aaame described polities be ca ceneid before the episli im date thereof;the issuing comisany We mall 30 days rremedaefNfipatahader, wrtdennW'te iCaebeloVc • NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED By • NIINIXIPFP1ffMeEmrsS!.FM`taiiMW[CpFFNE3�irneNLe',prvEM¢i • 2011=12 ANNUAL SLURRY SEAL CITY PROJECT NO.11-05 . FEBRUARY 2042 CERTIFICATE OF INSURANCE AGREEMENT AND BONDS.-PAGE 9 • • i e CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT • PART II -- SPECIAL PROVISIONS • 2011/2012 ANNUAL SLURRY SEAL • CITY PROJECT NO. 11-05 Section 1 - Terms, Definitions, Abbreviations, and Symbols' i 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 Worts • Section 7 - Responsibilities of the Contractor Section 8 Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details • 2011/2012 ANNUAL SLURRY SEAL PART it-SPECIAL PROUtSIgNS'. CITY PROJECT NO.11-Q5 FEBRUARY 2pt2 GENERAL CONTENTS-PAGE. !__ • • CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT SPECIAL PROVISIONS 2011/2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 eSECTION 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 specked 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 SLURRY SEAL. TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.11-05 . FEBRUARY 2012 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 ' 0 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 Califomia_ Engineer-- The Director of Public Works/City Engineer of the City of Palm Springs, Caliifomia. • 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 days 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 City of Palm Springs.Designated legal holidays are: New Year's Day(January 1) Martin Luther King Jr. Day(Third Monday in January) . Lincoln's Birthday(February 12) ;. 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 SLURRY SEAL. TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO.11-05 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 �� FEBRUARY 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 • : • • • • • • • • • • • • • • i • • • 2011/2012 ANNUAL SLURRY SEAL TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITE PROJECT NO:11-05 SPECIAL PROVISIONS SECTION?-PAGES . FEBRUARY 2012 - • 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. The work, if awarded to include Bid Schedule A and Bid Schedule B, 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. • In the event one of the Bid Schedules is not awarded and included in the Work, the • Work shall be completed as indicated below, with the contract time being the sum of the allowable working days specified for each of the Bid Schedules awarded, up to the maximum contract time allowed of 20 working days. The Work identified in Bid Schedule A shall be diligently prosecuted to completion before the expiration of., 15 WORKING DAYS • from the date specified in the First Notice to Proceed from the City. The Work identified in Bid Schedule B shall be diligently prosecuted to completion before the expiration of. 5 WORKING DAYS from the date specified in the First Notice to Proceed from the City. Working days will be suspended upon completion of slurry seal installation, to allow the slurry seal to cure for a minimum of 14 days, prior to installation of permanent traffic striping and markings. • 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 days delay in finishing the Work in excess of the number of working days prescribed above. . 2-2 CONTRACT BONDS . 201/12012 ANNUAL SLURRY SEAL. SCOPE AND CONTROL OF WORK • CITY PROJECT NO. 11-05 SPECIAL.PROVISIONS-SECTION 2. PAGE FEBRUARY2012 • i 2-21 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 bemet to the satisfaction of the City Engineer. 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. Contractors Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids . 7. Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans 10. Standard Specifications • 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govem over soled dimensions . 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over • 201112012 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO,11-05 SPECIAL PROVISIONS-SECTION 2-PAGE 2 FEBRUARY 2012 i Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: "2-7.1 Limited Reliance by Contractor. Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER:, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such"technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City; the • Engineer,nor any of the Engineer's Consultants with respect to any of the following: 2-7.1.1. Completeness. - The completeness of such reports and • drawings for Contractor's purposes, including, but not limited to, any . aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto,or 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. i 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractor's responsibility to protect all the existing surrey monuments, • bench marks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including comer record filing, for the existing type of monument in question at the Contractor's expense. • 201 M012 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK • CITY PROJECT NO.11-05 SPECIAL PROVISIONS-SECTION 2.-PAGE 3 FEBRUARY 2012. • 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 i any resetting of monuments will be the responsibility of the Contractor, to be reset by a S Califomia 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 the existing monument well, after resetting of the • disturbed monument. 2-7 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.. 2-8 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 fior 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, • 2-9 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. 2-10 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- • 201112012 ANNUAL SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO,11-08. SPECIAL PROVISIONS.-SECTION 2-PAGE 4 FEBRUARY 2012 i SECTION 3 --CHANGES IN WORK • 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shah 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 S 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts(1st tier only) 5 percent 6) Lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. END OF SECTION - 2011/2012 ANNUAL SLURRY SEAL CHANGES IN WORK • CITY PROJECT NO,11-05 SPECIAL PROVISIONS-SECTION 3-PAGE 1 FEBRUARY2012 • 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, i 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 wards"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 furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an • "or equal"item shall be not more than 24 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. 42 MATERIALS 4:2.1 Quantities. The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. • 4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead supplies, materials, and equipment within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendor(s) that the order(s) for said supplies, materials, and equipment has been received and accepted by said vendor(s) within 15 working days from the date of said award of ' Contract. - END OF SECTION ` a 2011/2012 ANNUAL SLURRY SEAL CONTROL OF MATERIALS CITY PROJECT NO,11-05 SPECIAL PROVISIONS-SECTION 4-PAGE 1 FEBRUARY2012 • 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, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a . part of the invitation for bids. The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with • reasonable accuracy and for equipment on the project necessarily idled • during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of i 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 + buiiidings, 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 Utili#ies. - The following . provisions shall be added to the end of Section 5-5 of the Standard Specifications: __• 201112012 ANNUAL SLURRY SEAL UTILITIES PROJECT NO. 11-05 FESRUARY 2012 SPECIAL PROVISIONS-SECTION 5-PAGE I "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 sidle 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 - S ' r " 0 • 2 01 112 01 2 ANNUAL SLURRY SEALCITY UTILITIES FEBRUARY 201CT 2VO:11-t15 SPECIAL PROVISIONS-SECTION 5-PAGE 2" FEBRUARY 2012 i SECTION 6-- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES 6-1.1 Amount- The amount of liquidated damages as specked in Section 6-9 of the • Standard Specifications shall not apply, but shall be as stated in the,Agreement.. 6-2 TIMES OF OPERATION 6-2.1 Flours 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 6-3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commending 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 i 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 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Frank Jasso (760)202-4278 ' SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 • TIME-WARNER CABLE _+ Attention: Mr. Dale Scrivner (760)647-5452 • 2011/2012 ANNUAL SLURRY SEAL 'PROSECUTION,PROGRESS, • CITY PROJECT NO,11-05. AND ACCEPTANCE OF THE WORK FEBRUARY 2012 SPECIAL.PROVISIONS-SECTION 6-PAGE 1 • WHITEWATER MUTUAL • Attention: Mr. Stan Clark (760)325-5880 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 at the Pre-Construction Conference. END OF SECTION- 0 r � f 2 01 11201 2 ANNUAL SLURRY SEAL PROSECUTION,PROGRESS, ,. CITY PROJECT NO. 11.05 AND ACCEPTANCE OF THE WORK FEBRUARY 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 S revised to read as follows: • "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in anyway 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 17775 and 1777.6 of the California 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 a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. 7-4 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 a Contract. Deposit of securities with an escrow agent shall be subject to a written • agreement for in-lieu construction payment retention, provided by the City between the escrow went and the City, which provides that no portion of the securities shall be paid 20I M012 AN writ SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 11-05 SPECIAL PROVISIONS-SECTION 7-PAGE 1. FEBRUARY 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 S has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. 7-5 Resolution of Construction Claims. - As required under Section 20104, et seq., of the California Public Contract Code, any demand of$375,000 or less; by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 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. 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 maim is more than $50,000, but less than $375000, 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 i 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 bylaw. 7-6 Payroll Records. The provisions of Section California Labor Code Section 1776 shall apply to this contract. 201112012 ANNUAL SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.11-05 SPECIAL PROVISIONS-SECTION 7-PAGE 2 FEBRUARY2012 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 duration 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 Scope 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: e be written on a per occurrence basis; and e 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 California taw requiring auto liability insurance is mandatory and cannot be waived. At a minimum this policy shall: f e be written on a per occurrence basis; and e 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. r 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 City's Risk Manager. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or services 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: r e provide statutory requirements of the State of California; and e 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: i • 2011=12 ANNUAL SLURRYSEAL RESPONSIBILITIES OFF THE CONTRACTOR • CITY PROJECT No.11-05 SPECIAL PROVISIONS-SECTION 7-PAGE 3 FE13RUARY2042 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 Bests rating Of B+, Class VII, or higher (this rating includes those insurers with a minimum policyholder's surplus of $50 Million to $100 Million). Exceptions to the Bests rating may be considered when an insurance carrier meets all other standards and can satisfy surplus amounts equivalent to a • B+, Class VI rating. 3. Certificate must include evidence of the amount of any deductible or self-insured 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 Fomr for the City of Palm Spl7n9S 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). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have" ("as it relates to a speck contract" or "for any and all work performed with the City" may be included in this statement). See • Example A below. As an alternative 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 AN14UAL SLURRY SEAL. RESPONSIBILITIES OF THE CONTRACTOR •. CITY PROJECT NO.11.05 SPECIAL PROVISIONS-SECTION 7:-PAGE.4 FEBRUARY 2012' i • i In addition to the endorsements listed above, the City of Palm Springs shall be i named the certificate holder on the policy. a 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 i person with authority to bind coverage, whether that is the authorized agentlbroker i or insurance underwriter. Failure to obtain the required documents prior to the i commencement of works hall not waiver the contractor's obligation to provide them. i E. Acceptable Alternatives to Insurance Industry Certificates of Insurance i The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form i 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 i following: i . 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. i . Binders and Cover Notes are also acceptable as interim evidence for up to 90 i days from date of approval i F. Endorsement Language for Insurance Certificates i Example A• i 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 i UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT,ANY OTHER INSURANCE MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF i THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. i i Example B: i SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE i CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS" WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT RA.11-1-IRE TO P.44.1-1 8-1-IGH NOTIGE SHALL IMPOSE NO OBLIGATION OR i I IAQII ITV OF ANY KIND UPON THE INSURER, ITS AGUITS OR REPRESENTATIVES. *The brokerlagent can include -a qualifier stating "10 days notice for i nonpayment of premium. ; i i Example C: IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES i 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 SLURRY SEAL CITY PROJECT NO. 11-05 RESPONSIBILITIES OF CONTRACTOR FEBRUARY2012 SPECIAL PROVISIONS-SECTION 7-PAGE 5 1 s 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 maybe 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 D. 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 Contractor shall obtain a ` Business License from the City of Palm Springs prior to commencement of work. The •.. 201112012 ANNUAL SLURRY SEAL .RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO..11-05 SPECIAL:PROVISIONS-:SECTION 7-PAGE 6 • FESRUARY 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 Caiifomia 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 i 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. i Payments shall not be made more frequently than once per month, 2011/2012 ANNUAL.SLURRY SEAL MEASUREMENT AND PAYMENT CITY PROJECT NO. 11-05 SPECIAL PROVISIONS-SECTION 9-PAGE t • FEBRUARY 2012 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 Tien shall be in the forms prescribed by California Civil Code Section • 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or 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 • 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 Sid 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. 3. Obtaining and paying for all required bonds, insurance, and permits. 4. Posting all OSHA-required notices, and establishment of OSHA-approved safety • programs. 5. Having the Contractors superintendent at the job site full-time. 6. Submitting the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard • Specifications. • 2011/2012 ANNUAL SLURRY SEAL. .MEASUREMENT AND PAYMENT • CITY PROJECT NO. 11-05 SPECIAL PROVISION$-SECTION 9-PAGE 2 FEBRUARY2012 • • • • In addition to the requirements specked 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 • • • • • • • • • ` s • • • • • 2011/2012 ANNUAL SLURRY SEAL MEASUREMENT AND PAYMENT • CITY PROJECT NO.11-05 SPECIAL:PROVISIONS-SECTION 9-PAGE:3 FEBRUARY 2012 • SECTION 10 —CONSTRUCTION DETAILS 10-1 (GENERAL a 10-1.1 LOCATION AND PROGRESSION OF THE WORK Location and progression of Work - The Work is located on the following streets in Palm Springs: N. Palm Canyon Drive from Vista Chino to Tahquitz Canyon Way w S. Palm Canyon Drive from Tahqultz Canyon Way to Mesquite Avenue • S. Palm Canyon Drive from El Camino Way to Cantina Way S. Indian Canyon Drive from Ramon Road to Camino Parocela Farrell Drive from Vista Chino to Computer Way Dinah Shore from Gene Autry Trail to Dinah Shore Bridge . Kirk Douglas Way from El Cielc Road to Ramon Road Order of work - Order of work shall conform to the Standard Specifications and these Special Provisions. . 1. Cold mill 1W' (uniform depth) existing asphalt concrete pavement in designated areas shown on the plans 2. Grind built-up excess asphalt concrete pavement adjacent to existing concrete or concrete paver surfaces where the finish surface of the asphalt concrete pavement • exceeds % inch over the adjacent concrete or paver surface. 3; Prepare, route, and clean all pavement cracks greater than '/° in width. 4. Install crackfilling and joint sealant material within all pavement cracks greater than 'f" but less than 1'/z° in width. • 5.. Install asphalt concrete within all pavement cracks greater than 1'A° in width. 6. Construct 1'Mi" hot mix asphalt concrete overlay in designated areas. 7. Remove existing traffic striping and markings as required by these specifications. 8. Following sufficient time allowed for curing of joint sealant material or asphalt • concrete pavement in cracks (3 working days minimum), apply Rubber Polymer Modified Slurry (RPMS). Note: the Contractor shall not schedule slurry seal operations unless and until the Engineer has reviewed and approved all crack- filling and crack-sealing work on the streets to be slurried. No street shall be slurried unless and until the Engineer;has reviewed and approved the surfaces • for application of slurry seal. • 9. following sufficient time allowed for curing of Rubber Polymer Modified Slurry (RPMS), replace all existing traffic striping and markings as required by these specifications. • 10-2 TRAFFIC CONTROL 10-2.1 Maintaining Traffic. -Attention is directed to Sections 7-10, "Public Convenience A and Safety,' of the Standard Specifications. • 2011-2012 ANNUAL SLURRY SEAL • CITY PROJECT NO. 11-05 CONSTRUCTION DETAILS • FEBRUARY 2012 SPECIAL PROVISIONS-SECTION 10-PAGE 10-2,2 Field Operations. --The Engineer retains the authority to initiate field changes in • traffic control to ensure public safety and minimize traffic disruptions. The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in • use. 10-2.3 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 {MUTED} 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: httpl{wwwdotca.govft4l affopstsigntechJmutcdsuppfpdf/camiAod2Q12tCAMUTCD2012 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. 10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the a♦ property owners or occupants of affected properties with a written notice 48 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. • 2011-2012 ANNUAL SLURRY SEAL • CITY PROJECT NO.11-05 CONSTRUCTION DETAILS • FEBRUARY 2012 .SPECIAL PROVISIONS-SECTION 10-PAGE 2 • Any of the Contractor's work that may disrupt normal traffic signal operation shall be . coordinated with the Engineer a minimum of 2 working days prior to the commencement • of the Work. 10-2.7 Traffic Signal Operations. - The Contractor shall not modify the Signal Timing. The Contractor shall notify the City 24 hours in advance of any lane closures or detector • loop removals so that the agency 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 i allow for the full use of two lanes of traffic Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. 0 At least two lanes shall be open to traffic at all times on Palm Canyon Drive. 10-2.9 Detours. - The Contractor shall provide; install, and remove any detours for the routing of vehicular and pedestrian traffic as specked 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 0 construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner. • 10-2.12 Pedestrians. The Contractor shall erect signs and barricades to direct 0 pedestrians through or around the construction zone. These signs and barricades shall be an integral part of the Contract. • • 10-2.13 Public Safety During Non-Working Hours. — Not-withstanding 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; 2011-2012 ANNUAL SLURRY SEAL • CITY PROJECT NO. 11.05 CONSTRUCTION DETAILS • FEBRUARY 2012. SPECIAL PROVISIONS-.SECTION 10-PAGE 3 0 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 Uniform Thickness Gold Milling. On Palm Canyon Drive from Alejo Road to Ramon Road the existing asphalt concrete pavement in designated areas where the existing asphalt concrete pavement has failed, , . shall be cold milled in a uniform thickness of 1lz inches for a width of 6 feet adjacent to existing concrete gutters, extending parallel with the street. Only the areas designated on the plans shall be cold milled. Generally, existing asphalt concrete pavement adjacent to restricted parking areas (red curt}, loading zones, driveways) shall not be cold milled and • overlaid. The Contractor is advised that the existing asphalt concrete pavement on Palm Canyon Drive from Alejo Road to Ramon Road was constructed with an Asphalt Rubber Hot Mix • ("ARHM") material. 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. • Important note: The Contractor shall protect in place existing traffic signal detection loops. 10-3.3 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 street is opened to traffic, This temporary ramp shall be removed prior to placement of the overlay. • 10-3.4 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. • 10-3.5 Payment - Payment for uniform thickness cold milling of asphalt concrete pavement shall be made at the unit price bid per square foot for "Cold Mill Existing A.C. Pavement(1.5" uniform thickness)." Payment for uniform thickness cold milling of asphalt concrete pavement shall include cold milling to a depth of 11/2 inches below the lip of • gutter regardless of the thickness of asphalt concrete actually cold milled and __. 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 CONSTRUCTION DETAILS. . FEBRUARY 2012 SPECIAL PROVISIONS-SECTION 10-PAGE 4 additional compensation shall not be allowed for areas where asphalt concrete pavement . has been built up above the gutter lip. The prices bid shall include full compensation for • all labor, equipment, tools, and incidentals needed to complete the work in place, including provision of necessary materials, placement and removal of temporary asphalt concrete pavement, disposal of material which is required to be removed and hauled away, and no additional payment will be allowed therefore. 10-4 CRACK SEALING 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 '/" in width but less than 1 Y2" in width prior to routing.. Cracks 1'/2" and wider shall be cleaned and filled with asphalt concrete material in accordance with Section 10-5 "Crack Filling" of these special provisions. The Contractor • will be required to thoroughly complete preparation of all cracks at least %" 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, or prior to scheduling slurry seal. 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 1W in width, shall be Crafcorm PolyFlex Type 3 sealant or approved equal and shall conform to the following requirements: 1. Asphalt shall be PG 70-10 grade 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. Softening Point (ASTM D36) 210° F Min. Ductility,77- F (ASTM D113) 30 crn Min. • Flexibility(ASTM D3111 Modred) Pass at 300 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 • 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO 11-05 CONSTRUCTION DETAILS . FE8RUARY 2012 SPECIAL PROVISIONS SECTION 10-PAGES Recommended Pour Temperatures 3800 F • Unit Weight'at 600 F 10.0 lbsagal. 3. The sealant material shall have no water or volatile solvents and shall cure immediately upon cooling to a sufficient viscosity to prevent tracking by traffic. 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 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. Cracks 1'/2" and wider shall be cleaned and filled with asphalt concrete material in accordance with Section 10-5 "Crack Filling" of these special provisions. 10-4.4 Equipment - The equipment to mix and apply rubberized asphalt crack sealer shall be CrafooTm Model BC-220 or approved equal of current manufacturer. • The joint and crack routing and cleaning machine shall be Crafcol'm Model 200 or • approved equal of current manufacturer. The joint cleaner attachment shall be Crafco'R° Model 110 or approved equal of current manufacturer. 10-4.5 Preparation of Cracks. All cracks to be sealed ('/<" or greater in width) 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 week killer to all plant material prior to their removal, according to the manufacturer's specifications. 10-4.5.2 Routing— All cracks between %" and 1%" 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't8"from each side of the crack and cut back to sound pavement. 2. The minimum reservoir width is'/V, and the maximum width is 1'/2 3. The reservoir depth shall be 3!". _ • 2011-2012 ANNUAL SLURRY SEAL • CITY PROJECT NO.11-05 CONSTRUCTION DETAILS _. FEBRUARY 2012 SPECIAL PROVISIONS-SECTION 10-PAGE 10-4.5.3 Crack Gleaning 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 3,000ffs. 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 sidewails. 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 roadway and shoulder. The hot air-blasting 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 10-4.6 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 (6) 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. 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 S 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 Grafco 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 item price per square foot for Rubber Polymer Modified Slurry (RPMS), and shall represent full compensation for furnishing all labor, materials, tools, equipment and ,i incidentals to accomplish the work as specified herein, and no additional compensation • will be allowed therefore. • 10-5 CRACK FILLING • 2011-2012 ANNUAL SLURRY SEAL. CITY PROJECT:NO, 11-05 CONSTRUCTION DETAILS- �• FEBRUARY2012 SPECIAL.PROVISIONS-SECTION 10-PAGE 7 • 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°l2" in width. The Contractor will be required to thoroughly complete preparation of all cracks at least 114" 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 slurry seal. 10-5.2 Material — The performance grade of the paving asphalt shall be PG 70-10, in accordance with Section 203-1 of the Standard Specifications. The grading of the asphalt • concrete used for filling cracks greater than 1112" in width shall conform to Type E (Extra ,. Fine) in accordance with Section 203-6.4 of the Standard Specifications. 1.0-5.3 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 • minimum of 6 inches on each side of the crack; 10.5.3.1 Weed Feller-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 Gleaning 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 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 roadway and shoulder. • The hot air-blasting 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 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. i 10-5.5 Payment- Payment for preparation of cracks and installation of asphalt concrete shall be considered as included in the unit bid item price per square foot for Rubber Polymer Modified Slurry (RPMS) and shall represent full compensation for furnishing all • 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO.11-05 CONSTRUCTION DETAILS FEBRUARY 2012 SPECIAL PROviSIONS-SECTION 10-PAGE 8 y• • labor, materials, tools, equipment and incidentals to accomplish the work as specified • herein, and no additional compensation will be allowed therefore. 10-6 HOT MIX ASPHALT 10-6.1 Asphalt Concrete Overlay. Asphalt concrete shall be laid in one lift of 1Y2-inch thickness over designated areas where cold-milling of asphalt concrete pavement is . shown on the plans. The gradation of the asphalt concrete shall conform to Type C2 (Y2" 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. 10-6.2 Aggregate Sampling and Mix Design. Laboratory tests may be performed at • the expense of the City to determine if aggregates at the plant fall within specifications. • Correction to sieves may be necessary if proper percentages are not met. 10-6.3 Tack Coat. Tack coat shall be applied to designated areas where cold-milling of asphalt concrete pavement is shown on the plans prior to construction of asphalt concrete • overlay. Tack coat shall be furnished and applied in accordance with Section 302-5.4 of the Standard Specifications. • 10-6.4 Asphalt Concrete Placement. Construction of asphalt concrete overlay shall conform to Section 302-5 of the Standard Specifications. 10-6.5 Payment - Payment of asphalt concrete overlay shall be made at the unit price bid per ton for"Hot Mix Asphalt (Type G2)" in the Bid Schedule, as specked 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, transportation, hauling, spreading, compacting, and protecting, complete in place, and tack coat, in accordance with the standard specifications and these special provisions. 10-7 ASPHALT CONCRETE GRINDING • 10-7.1 Grinding Built-Up Excess Asphalt Concrete Pavement. The fallowing section applies to areas where the finish elevation of the asphalt concretei pavement adjacent to • existing concrete (i.e, edge of gutter, cross-gutter, concrete pavement, spandrels) or • decorative concrete paver surfaces exceeds one inch. • Prior to installation of Rubber Polymer Modified Slurry(RPMS), the Contractor shall grind j• the existing asphalt concrete pavement at all locations where systematic build-up of asphalt concrete pavement has occurred adjacent to existing concrete surfaces. Such work shall include, but not be limited to, edges of gutters, cross-gutters, spandrels, edges of concrete paving or edges of decorative concrete pavers. The Contractor shall grind to a • depth such that the elevation of the finished surface is equal to the elevation of the • adjacent concrete surface. The Contractor shall not allow the elevation of the asphalt • 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO.11-05CONSTRUCTION DETAILS FEBRUARY2012: SPECIAL PROVISIONS SECTION 10-PAGE 9 • concrete pavement surface to be higher or lower than the adjacent concrete surface<at • the completion of the work. 10.7.2 Payment. — Payment for grinding asphalt concrete pavement, including all compensation for furnishing all labor, materials, tools, equipment, cleaning and sweeping; and incidentals, and for doing all work involved in grinding of the asphalt concrete • pavement and disposal of resulting materials, as specified in these Special Provisions and as directed by the Engineer, shall be considered as included in the unit price bid for Rubber Polymer Modified Slurry (RPMS), and no additional compensation will be allowed therefore. 10-8 RUBBER POLYMER MODIFIED SLURRY(RPMS) 10-8.1 Description. This work shall consist of mixing asphaltic emulsions, aggregate, set-control additives, specially produced and graded crumb rubber, and water and . spreading the mixture on a surfacing of pavement, as specified in these special provisions, and as directed by the Engineer. 10-8.2 Materials. The materials for Rubber Polymer Modred Slurry (RPMS) • immediately prior to mixing shall conform to the following requirements: 10-8.2.1 Asphaltic Emulsion. Asphaltic Emulsion shall be quick-setting Type CQS-1 H grade conforming to the requirements of these special provisions. Quick Setting CQS-1 H Asphaltic Emulsions shall conform to the following requirements when tested in accordance with the specified test method: Emulsion Quality Tests Test Requirements AASHTO T58 Residue after Distillation 60% min. ASTM D244 • AASHTO T49 Residue 40-90 . ASTM 2897 Penetration at 77F(25C) In addition, quick setting Type CQS-1 h Asphaltic Emulsion shall test Positive for Particle A Charge when tested in accordance with ASTM Designation: E70. If the Particle Charge Test result is inconclusive the Asphaltic Emulsion shall meet a pH requirement of 6.7 . maximum. 10-8.2.2 Aggregate. The mineral aggregate used shall be Type Ii gradation as shown below. The aggregate ,shall be manufactured crushed stone such as granite, slag, limestone, chat, or other high quality aggregate, or combination thereof. Aggregate shall consist of rock dust except that 100 percent of any aggregate or combination of aggregates, larger than the :No. 50 sieve size, used in the mix shall be obtained by crushing rock. The material shall be free from vegetable matter and other deleterious • substances All aggregate shall be free of caked lumps and oversized particles. , . 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 CONSTRUCTION DETAILS -_- • FEBRUARY 2012 -SPECIAL PROVISIONS. SECTION 10-PAGE 10 ...........: The percentage composition by weight of the aggregate shall conform to the following • gradations when determined by California Test 202, modified by California Test 105 when there is a difference in specific gravity of 0.2 or more between blends of different ! aggregates. • Sieve Size Percenta a Passin Stockpile Tolerance No. 318 100 5% No. 4 90-100 5% No.8 65-90 5% No. 16 45-70 5% No.30 30-50 5% • No. 50 18-30 4% • No. 100 10-21 3% No. 200 5-15 2% The job mix (target) gradation shall be within the gradation band for the desired type_ • After the target gradation has been submitted, then the percent passing each sieve shall • not vary be more than the stockpile tolerance. The aggregate shall also conform to the following requirements: • Test I California Test Requirements Sand Equivalent 217 45 min. Durability Index 1229 55 min. The aggregate will be accepted at the job location or stockpile. The stockpile shall be accepted based on five gradation tests according to California Test 202, modified by California Test 105 when there is a difference in specific gravity of 0.2 or more between blends of different aggregates. If the average of the five tests is within the gradation tolerances, then the material will be accepted. If the tests show the material to be out, the contractor will be given the choice to either remove the material or blend other aggregates • with the stockpile material to bring it into specifications. Materials used in blending must meet the quality test before blending and must be blended in a manner to produce a r consistent gradation. • 10-8.2.3 Water. Water shall be of such quality that the asphalt will not separate from the emulsion before the slung seal is in place in the work. If necessary for workability, a set- control agent that will not adversely affect the Rubber Polymer Modred Slurry (RPMS) material may be used. Pre-wetting of streets will not be required unless streets are . subject to high temperatures and/or dust. 10-8.2.4 Crumb Rubber. The crumb rubber shall be ambient granulated or ground from whole passenger and/or truck tires only. Uncured or de-vuleanized rubber is not acceptable and may not be used. Rubber fire buffings from either recapping or • manufacturing processes may not be used as-a supplement to the crumb rubber mixture. . 2011-2012 ANNUAL SLURRY-SEAL CITY PROJECT NO.11-05 CONSTRUCTION DETAILS FEBRUARY 2012 SPECIAL PROVISIONS-SECTION 10-PAGE 1.1 • In order to remove steel and fabric, an initial separation stage which subjects the rubber • to freezing temperatures may be used. The crumb rubber shall not be elongated or hair- like in shape and individual particles shall not be greater than 1120 of an inch in length. The crumb rubber shall be free of contaminants including: fiber, metal and mineral matter, to the following tolerances: A. The fiber content shall be less than 0.30% by weight B. The crumb rubber shall be free of metal particles. Metal imbedded in rubber particles will not be allowed. The amount of mineral contaminant allowed shall not ` exceed 0.10% by weight. • C. The crumb rubber shall be dry with a moisture content of less than 0.75%. Crumb rubber shall meet the following specifications: ` Property Specification Limits Specific Gravity 1.15 +l- .05 Percent of Carbon Black 35.0 Maximum i Percent of Rubber Hydrocarbon 55.0 Maximum Percent Ash 6.0 Maximum . Percent of Acetone Extract 1 10.0 Maximum Percent of Chloroform Extract 13.0 Maximum Percent Natural Rubber 140 Minimum The crumb rubber shall conform to the following gradation and chemical properties: Sieve Size Percent Passing i No. 30 100 No. 40 90-100 • No. 50 75-85 No. 100 25-35 No. 200 0-10 The crumb rubber shall conform to the following test methods: • Property Test Method • Specific Gravity ASTM D-1817 Carbon Black ASTM D-297 Ash ASTM D-297 Chloroform Extract ASTM D-297 Natural/Synthetic Rubber ASTM D-297 • Sieve Analysis ASTM D-1511 or ASTM DC-136 10-8.2.5 Polymer. The Polymer additive shall be SBR Latex or approved equal, which is added at a minimum of 4.5 percent by weight of the asphaltic emulsion. 2011.2012 ANNUAL SLURRY .SEAL CITY PROJECT NO. 11.05 CONSTRUCTION DETAILS FEBRUARY 2012 SPECIAL PROVISIONS-SECTION 10-PAGE 12 +1 10-8.2.6 Carbon Black. The carbon black solution shall be non-ionic in charge and • liquid in form. The carbon black must be compatible with the emulsion system, polymers and additives being used. Specification Tolerances Total Solids 40-44 • % Black by Weight 35-37 Type Black Medium Furnace Color Type Dispersing Agent Non ionic H 0.5- 45 • 10.8.2.7 Mineral Filler. Portland cement, hydrated lime, limestone dust, lily ash or other approved filler meeting the requirements of ASTM D242 shall be used if required by the mix design and may be used to facilitate set times as needed. Any cement used shall be considered as part of the dry aggregate weight for mix design purposes. 10-8.2.8 Additive, Additives may be used to accelerate or retard the break-set of the Rubber Polymer Modified Slurry (RPMS). The use of additives shall be in quantities specified in the mix design. 10-8.3 Laboratory Evaluation. Before work begins, the contractor shall submit a mix design covering the specific materials to be used on the project. The design will be performed by a laboratory who has experience in designing Rubber Polymer Modified Slurry(RPMS). After the mix design has been approved, no substitution will be permitted unless approved by the Engineer. 10-8.3.1 Mix Design. The proposed Rubber Polymer Modified Slurry (RPMS) mix design shall verify compatibility of the aggregate, emulsion, mineral filler, set-control a! additive and rubber blend. Recommended tests and values are as follows: Test Descri Lion Specification ISSA T-106 Slurry Seal Consistency Pass ISSA TBA 09 Excess Asphalt 50 gfsf max: r ISSA TBA 00 e 11 Wet Track Abrasion 100 cilsf max. ISSA TBA 13 Mixing Time Controllable to 150 seconds min. • ISSA TB-114 Wet Stripping Pass The Mixing Time test should be done at the highest temperatures expected during construction. The original lab report shall be signed by the laboratory that performed the mix design and shall show the results of tests on individual materials. The report shall clearly show the proportions of aggregate, mineral filler (min, and max.), water (min. and max.), additive (s) (usage), asphalt emulsion and asphalt rubber blend based on the dry weight of the aggregate. • 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO, 11-05 CONSTRUCTION DETAILS- ,_ • FEBRUARY 2012 SPECIAL PROVISIONS-SECTION 10-PAGE 13 • s • All of the component materials used in the mix design shall be representative of the • materials proposed by the contractor to be used on the project. The percentage of each individual material required shall be shown in the laboratory report. Adjustments may be • required during the construction, based on field conditions. • • The component materials shall be within the following limits_ • Residual Asphalt Type t 10%-16% Based on dry weight of aggregate • Residual Asphalt Type 11 7.5%-13.5%Based on dry weight of aggregate • Crumb Rubber The crumb rubber will be added to the slung mix at a rate of '. 5% by volume to the asphalt cement Polymer Polymer Additive shall be added at 4.5%of finished emulsion • Carbon Black Carbon Black shall be added at 1.3%-2%of finished emulsion • Mineral Filler O) 5%- 2.0% (if required) based on dry weight of aggregate • Additives As needed Water As needed to achieve proper mix consistency. (Total mix liquids, should not exceed the loose aggregate • voids) i• 10-8.3.2 Proportioning. Note. Proportioning equipment of equal capacity to that described herein will be considered by the City prior to time of award. • Aggregate, asphaltic emulsion, water, polymers, additives, including set-control agent, if • used, and crumb rubber shall be proportioned by volume utilizing the mix design • approved by the Engineer. If more than one kind of aggregate is used, the correct amount of each kind of aggregate to produce the required grading shall be proportioned • separately, prior to the other materials of the mixture, in a manner that will result in a uniform and homogenous blend. The completed mixture, after addition of water and any set-control agent used, shall be such that the mixture has proper workability and (a) will permit a traffic flow, without pilot- car-assisted traffic on the slurry seal within one hour after placement (at 78 degrees F.) without the occurrence of bleeding, separation or other distress, and (b) will prevent development of bleeding, excessive raveling, Separation or other distress within 7 days • after placing the Rubber Polymer Modified Slurry(RPMS). • Asphaltic emulsion shall be added at a rate within the following ranges of percent by weight of the dry aggregate. The exact weight will be determined by the mix design and the asphalt solids content of the asphaltic emulsion furnished. • Type 11 12-20 % The aggregate shall be proportioned by a belt feeder operated with an adjustable cutoff • gate. The height of the gate opening shall be readily determinable.. The emulsion shall be introduced into the mixer by a positive displacement pump. Water shall be introduced • into the mixer through an adjustable multi-spray pugmill bar, water volume shall be • displayed by an electronic digital meter registering in gallons delivered. • 2011-2012 ANNUAL SLURRY SEAL. CITY PROJECT NO.11-05 CONSTRUCTION DETAILS FEBRUARY 2012 SPECIAL PROVISIONS.SECTION 10-PAGE 14 • i i The bitumen ratio (pounds of asphalt per 100 pounds of dry aggregates) shall not vary i more than 1.5-pound of asphalt above or 0.6-pound asphalt below the amount designated by the mix design and approved by the Engineer. The aggregate belt feeder shall deliver aggregate to the pugmill mixed with such • volumetric consistency that the deviation for any individual aggregate delivery rate check- run shall be within 2.0 percent of the mathematical average of 3 runs of at least 300 gallons each in duration. i Each Rubber Polymer Modified Slurry(RPMS) unit shall be equipped with a unit designed • to store and deliver the various required materials to a twin-shafted, multi-paddle pugmill in the following manner. Each Rubber Polymer Mode Slurry (RPMS) unit shall be equipped with a computer • controlled automatic,sequencing system that initiates each material delivery at the precise moment necessary to insure proper proportioning. Each Rubber Polymer Modified Slurry (RPMS) unit shall be equipped with independent • storage capabilities for the aggregate, emulsion, crumb rubber, polymer, set-control additives and the carbon black. The polymer additive and the carbon black shall be delivered to the mixer in the relative proportions required by means of a common shaft, dual pump system. The polymer . additive and the carbon black flow rates shall be independently adjustable by means of diaphragm valves and shall be sequenced through the computer controlled auto- sequencing system. The polymer additive and the carbon black shall be blended and mixed prior to their introduction into the pugmill. Introduction into the twin-shafted pugmill shall be done through an injection system, which delivers the blended material to the apex of each mixing shaft immediately prior to the introduction of the asphalt emulsion. The polymer additive and the carbon black delivery systems shall each be equipped with digital electronic flow metering devices that read in gallons per minute. The crumb rubber delivery system shall be equipped with an air suspension unit designed to prevent clumping or bridging of the rubber material. The air discharges shall be „i sequenced to avoid over-suspension of the rubber. The rubber shall be delivered to the pugmill by a hydraulically driven auger and shall be initiated through the computer i controlled auto-sequencing system. S The Rubber Polymer Modified Slurry (RPMS) shall be mixed in a continuous, twin shaft,. multi-paddle pugmill mixer. The pugmill shall be equipped with a hydraulically controlled • steel pugmill gate for positive discharge operations. No dripping slurry will be allowed. '! The emulsion shall be introduced into the mixer by a positive displacement pump. The emulsion storage shall be equipped with a device which will automatically shut down the • power to the emulsion pump and aggregate belt feeder when the level of stored emulsion i is lowered to within two inches of the suction line. i 201.1-2012 ANNUAL SLURRY SEAL CITY PROJECTNO.11-05 CONSTRUCTION DETAILS FEBRUARY 201:2 SPECIAL PROVISIONS-SECTION'10-PAGE`15 A temperature-indicating device shall be installed in the emulsion storage tank at the • pump suction level. The aggregate shall be proportioned using a belt feeder operated with an adjustable cutoff gate. The height of the gate opening shall be readily determinable. The aggregate feeder shall be directly connected to the drive on the emulsion pump. The drive shaft of the aggregate feeder shall be equipped with an electronic digital belt. The belt delivering the aggregate to the pugmill shall be equipped with a device to monitor the . depth of the aggregate being delivered to the pugmill. The device for monitoring depth of aggregate shall automatically shut down the power to the aggregate belt feeder whenever the depth of aggregate is less than 70 percent of the target dept of flow. An additional S device shall monitor movement of the aggregate belt by detecting revolutions of the belt S feeder. The devices for monitoring no flow or belt movement, as the case may be, shall • automatically shut down the power to the aggregate belt when the aggregate belt movement is interrupted. To avoid 'shutdown caused by normal fluctuations in delivery rates, a delay of three seconds between sensing less than desirable storage levels of aggregate or emulsion shall be permitted. i Water delivery shall be adjusted through a diaphragm valve. Water flow rate shall be electronically displayed through a digital meter. Set control additive flow rate shall be electronically displayed through a digital meter. The mixer unit shall not be operated unless all electronic display and revolution counters are.in good working condition and functioning and all metal guards are in place. All indicators required by these specifications shall be operational at alltimes. The Rubber Polymer Modified Slurry (RPMS) mixture shall be spread by means of a 0 controlled spreader box. The spreader box shall be capable of spreading traffic lane width and shall have strips of flexible rubber belting or similar material on each side of the • spreader box and in contact with the pavement to positively prevent loss of slurry from the • ends of the box. All spreader boxes shall be equipped with reversible motor-driven augers when placing Rubber Polymer Modified Slurry (RPMS). Rear flexible strike-off blades shall make close contact with the pavement, and shall be capable of being adjusted to the • various crown shapes so as to apply a uniform surfacing coat. Flexible drags, to be 0 attached to the rear of the spreader box, shall be provided as directed by the Engineer. All drags and strike-off blades(rubbers) shall be cleaned daily if problems with cleanliness and longitudinal scouring occur. The spreader box shall be clean, free of all slurry and emulsion, at the start of each work shift. 10-8.4 Placing - Rubber Polymer Modified Slurry (RPMS) shall be placed on the public S streets listed in in the Appendix, and as directed by the Engineer. The cured Rubber Polymer Modred Slurry (RPMS) shall have a uniform appearance, fill all cracks, adhere 0 firmly to the surface and have a skid-resistant surface. The Engineer reserves the • 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO,11-05 CONSTRUCTION DETAILS -. . FEBRUARY2012 SPECIAL PROVISIONS-SECTION 10-PAGE 16. right, in his sole discretion, to require the Contractor to apply additional • applications of RPMS if the prior applications are not uniform in appearance. a No application of Rubber Polymer Modified Slurry (RPMS) shall occur until all deep patching, skin patching, crack sealing, or other preliminary pavement repairs have been completed by the Contractor. The surface shall be thoroughly cleaned and swept prior to • the application of Rubber Polymer Modified Slurry (RPMS). The application of Rubber Polymer Modified Slurry (RPMS) shall be scheduled to commence after 7:00 A.M. and shall be completed by 2:00 P.M. No Rubber Polymer Modified Slung(RPMS) shall be applied when the weather forecast indicates a probability of rainfall or when the air or pavement temperature is lower than 60 degrees Fahrenheit. The Rubber Polymer Modified Slurry (RPMS) shall be applied only when the existing surface is clean and free of visible moisture. The surface to be sealed shall be cleaned by S the Contractor by washing, heating, scraping, sweeping, blowing, vacuuming, or other • means as necessary to remove moisture, dirt, grease, or other matter which would • reduce the bond between the slurry and the pavement. j The Rubber Polymer Modified Slurry (RPMS) shall be properly proportioned, mixed, and spread evenly on the surface as specified in the Standard Specifications and these • Special Provisions, and as directed. The cured Rubber Polymer Modred Slurry (RPMS) shall have a homogeneous appearance; it shall fill all surface voids and penetrate cracks, shall adhere firmly to the surface and shall have a skid-resistant texture. S Each slurry crew shall be composed of a coordinator at the project site at all times, a competent quick-set mixing man, a competent driver and sufficient laborers for any 'I handwork and clean up. Metal lutes will not be permitted for spreading slurry by hand methods. If required by local temperature or dust conditions, the surface shall be pre-wetted by fagging ahead of the spreader box. The rate of application of the fog spray shall be adjusted during the day to suit temperatures, surface texture, humidity, and dryness of the • pavement but shall be kept to a minimum under all conditions. The Rubber Polymer Modified Slurry (RPMS) shall be spread at 12 to 15 pounds per square yard of dry aggregate. The spread rate will be sufficient to fill all voids in the existing pavement and to place sufficient material to embed the largest size aggregate particles. The maximum speed of the slurry machine shall not exceed 270 feet per S minute. The completed spread rate shall be within 10% of the rate determined by the Engineer after consideration; of the surface texture of the existing pavement and the • physical size of the aggregate in the mix. The mixture shall be uniform and homogeneous after spreading on the surface and shall not show separation of the emulsion and aggregate after setting. Rubber Polymer.Modified Slurry (RPMS) material, to be spread in areas inaccessible to the controlled spreader box, may be spread' by hand squeegees or other approved methods. 2011-2U12 ANNUAL SLURRY SEAL CITY PROJECT NO.1"5 CONSTRUCTION DETAILS . FEBRUARY 2012 SPECIAL PROVISIONS-SECTION 10-PAGE-17 Following application of Rubber Polymer Modified Slurry (RPMS), loose aggregate shall • be removed for full street width tO the satisfaction of the Engineer by means of vacuum sweeping. As a minimum, streets shall be swept three days after the application, and again two weeks later. Pneumatic rolling is required on all streets. Rolling shall commence as soon as the • Rubber Polymer Modified Slurry (RPMS) has set sufficiently to prevent any material from adhering to the tires. The slurry surface shall be rolled by two to five complete coverages, as directed by the Engineer. Rolling shall continue until all ridges have been ironed out and a uniform smooth surface is obtained. Pneumatic rollers shall be operated at a minimum tire pressure of 60 psi. Payment for providing pneumatic roiling of streets shall be considered as included in the unit price per square foot paid for Rubber Polymer Modified Slurry(RPMS), and no additional compensation shall be allowed. 10-8.5 Gleaning Equipment - Power brooms, power blowers, air compressors, water • flushing equipment (prior to slurry only), and hand brooms shall be suitable for cleaning the surface and cracks of the old surface. 10-8.6 Hand Tools - Hand squeegees; shovels, hand buriap drags and other equipment • shall be provided as necessary to perform the work. a 10-8.7 Joints - No excessive build-up causing unsightly appearance shall be permitted on longitudinal or transverse joints. Unless otherwise approved, the overlap at the joints shall not exceed 2 inches and shall be feathered; excessive unapproved overlaps will not • be paid for. Joints between asphalt pavement and Portland concrete pavement and/or concrete gutters shall be completely and neatly seated without excessive slop-over onto the concrete; any unsightly and objectionable excess shall be immediately removed. At street intersections and at the beginning and end of work segments, the Rubber Polymer Modified Slurry(RPMS) shall be neatly spread or trimmed to a straight line defined by the • near curb lines of the street adjacent to the work. Approved squeegees or lutes shall be used to spread Rubber Polymer Modified Slurry (RPMS) in areas inaccessible to the machine. Care shall be exercised to insure the maximum rate of application with no excess and leaving no unsightly appearance. Texture of Rubber Polymer Modified Slurry (RPMS) spread by hand shall match that which was applied by machine. Contractor shall be responsible for the removal of all excess emulsion spread beyond slurry limits, on 0 driveways, sidewalks, etc. • 10-8.8 Smoothness - The finished surface of the Rubber Polymer Modified Slurry (RPMS) shall be at least as smooth as the original pavement surface. Any corrugations on the surface creating vibrations noticeable by passengers in an automobile driving over the Rubber Polymer Modified Slurry (RPMS) at legal speeds will result in rejection of the • material. 10-8.9 Cleanup During performance and upon completion of work on this project, the Contractor shall remove all unused equipment and instruments of service, all excess or unsuitable material, and all trash, rubbish, and debris andshall legally dispose of all such • items. The Contractor shall,leave entire area in a neat, clean and acceptable condition as • 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO.11-05 CONSTRUCTION DETAILS FEHRUARY'2012 SPECIAL PROVISIONS=SECTION 10-PAGE 18 approved by Engineer. The cost for this work shall be included in the prices for all bid • items in the Bid Schedule and no additional payment will be made therefore. 10-8.10 Removal and Resealing - Any Rubber Polymer Modified Slurry (RPMS) application that has :been rejected shall be removed by cold planing to the original pavement. A new Rubber Polymer Modred Slurry (RPMS) application shall then be • placed on the pavement. Any placement of Rubber Polymer Modified Slurry (RPMS)that has been rejected shall be removed and replaced at the Contractor's expense. 10.8.11 Protection of Uncured Slurry - The Contractor shall provide such flaggers and barricades as may be required to protect the uncured Rubber Polymer Modred Slurry (RPMS) from vehicular traffic. All damages to the uncured Rubber Polymer Modified Slurry(RPMS) shall be the responsibility of the Contractor. 10-8.12 Measurement and Payment - Payment for Rubber Polymer Modified Slurry • (RPMS) shall be made at the contract unit price per square foot in the Bid Schedule, and shall be based on in-place field measurements. The contract unit price includes full compensation for all Rubber Polymer Modified Slurry (RPMS) and appurtenant work, including all labor, equipment, and materials, pavement cleaning, crack-sealing and cra Willing, rolling, posting of notices, masking and cleaning utility covers, and all other incidental work. 10-9 MISCELLANEOUS APPURTENANT WORK 10-9.1 Utility Covers - Immediately prior to applying the slurry seal, all utility covers shall be protected with butcher paper and a thin layer 30-mesh sand or by alternative means approved by Engineer. • 10-9.2 Removal of Raised Pavement Markers All existing raised pavement markers (reflective or non-reflective) shall be removed prior to installation of Rubber Polymer Modified Slurry(RPMS). , e 10-10 TRAFFIC'STRIPING MARKINGS AND RAISED PAVEMENT MARKERS 10-10.1 General All existing traffic striping or markings on streets to be slurried 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 " S replace the traffic striping with the corresponding raised pavement marker traffic striping details from the State of California "Caitrans" Standard Plans. For all streets that have • existing traffic striping in accordance with raised pavement marker traffic striping details from the State of Califomia'"Caitrans" Standard Plans, any missing or damaged raised pavement markers shall be replaced by the Contractor with new raised pavement markers. 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO. 11-05 CONSTRUCTION DETAILS • FEBRUARY 2012 SPECIAL:PROVISIONS-SECTION 10-PAGE 1.9 For all streets, all existing raised pavement markers shall be removed and, after slurry application, 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. r All new non-reflective raised pavement markers shall be ceramic; no plastic pavement • markers shall be used. 10-10.2 Pavement Markings - Pavement markings shall conform to the provisions in Section 214, "Traffic Striping, Curb and Pavement Markings and Pavement Markers" 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 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 manufacturers 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 7 will be made therefore. • Traffic striping and pavement markings maybe 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 bid item price for "Removal and replacement of all existing traffic striping (including all non-reflectorized and reflectorized raised pavement markers) and pavement markings", and no additional compensation will be made therefore. 0 The Contractor shall use Caltrans metric stencils for all legends and markings on this project, conforming to the latest standards. The Contractor shall contact the Engineer, 72 hours before any legends are painted on city streets to ensure that the patterns the Contractor is using match the patterns used by the City of Palm Springs, No other pattern will be allowed except patterns that match patterns used by the City of Palm Springs, 0 10-10.3 Removal of Traffic Striping and Pavement Markings - All existing paint, thermoplastic traffic striping, and pavement markings shall be removed as indicated herein. Where paint, thermoplastic striping or markings exist, they shall be removed by 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 immediately after contact between the erasing machine and the surface being treated. Such removal 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO.11-05 CONSTRUCTION DETAILS FEBRUARY2012 SPECIAL PROVISIONS-.SECTION 10 PAGE 20 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. 10-10.4 Pavement Markers - Pavement markers shall conform to the provisions in Section 214, "Traffic Striping, Curb and Pavement Markings and Pavement Markers" and shall be removed and placed in accordance with Section 314 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. Hat Melt Bituminous Adhesive, as specified by Section 214-7.3 of the Standard Specifications, or an aftemative equal approved by the City Engineer, shall be used for installation of all raised pavement markers. An approved "or equal" 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, Inc., 420 N. Roosevelt Ave., Chandler, AZ 85226; (800) 528- • 8242; www.crafco.com, or approved equal. All existing raised pavement markers shall be replaced, and new markers of either 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 ehannelizers removed by the Contractor's operations shall be replaced • in like kind, at its expense. The Contractor shall install all raised pavement markers and reflectors, not less than 14 days after completion of slurry seal as the job proceeds along, and shall rabbit track the proposed project as the job proceeds before completion of work each day, and not total • completion of slurry seal. The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than 1/2-inch in 50 feet from the specified alignment. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO, 11-05 CONSTRUCTION:DETAILS • FEBRUARY:2012 SPECIAL PROVISIONS-SECTION 10-PAGE:21 10-10.5 Blue Hydrant Markers - Blue hydrant markers shall be "Bright Dot' round • thermoset polymer pavement markers as manufactured by Clama Products, or approved • equal Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a line perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue • markers shall be installed. Each shall be placed 6 inches from the centerline of the half- street closest to the fire hydrant and on a line perpendicular to the fire hydrant. Blue hydrant markers shall be installed whether or not existing prior to construction of the asphalt concrete overlay. 10.10.6 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 "Removal and replacement of all existing traffic striping (including all non-reflectorized and reflectorized ,. raised pavement markers) and pavement 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. -END OF SECTION - 2011-2012 ANNUAL SLURRY SEAL CITY PROJECT NO,11-05 CONSTRUCTION DETAILS' • FEBRUARY 2012 SPECIAL PROVISIONS.-:SECTION 10.-PAGE 22 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT • PART III - APPENDIX • • 201112012 ANNUAL SLURRY SEAL CITY PROJECT NO. 1'1-05 • DRAWINGS: City of Palm Springs Standard Drawing No. 625 e 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, Words 0 - Plan No, A24E - Pavement Markings, Words and Crosswalks MISCELLANEOUS SPECIFICATIONS CrafcoTM PolyBex Type 3 Sealant Product Data Sheet - Henry"HE184—Flexible Dotstick" Technical Data Sheet • Crafc of Hot-Applied Flexible Pavement Marker Adhesive Product Data Sheet - CrafcoTm Hot-Applied Flexible Pavement Marker Adhesive Application Instructions INDEX OF STREETS - Listing of Streets Street Maps ' • 2011-2012 ANNUAL SLURRY SEAL • CITY PROJECT NO.11-06 CONTENTS FEBRUARY 2012 PART III NO. REVISIONS APPROVED DATE • • e STOP BAR LOCATED AT MIDDLE OF CURB RAMP SIDE SLOPE e NEAREST THE B.C.R. • 8' V 12" CURB RAMP { SEE DWG: 212 e - BCR • e FACE OF CURB < e e STREET • CENTERLINE • , • t e 4' • e 8, 12" e e - NON - RAMPED e I e � e FACE OF CURB • E e STREET e CENTERUNE e NOTE: • ALL STENCILS TO BE CALTRANS: - THROUGH ARROWS TYPE I • - LEFT/RIGHT ARROWS TYPE 1V • - DROP ARROWS TYPE VI e CITY OF PALM SPRINGS APPROVED., zr DATE: Ba31 PUBLIC WORKS & ENGINEERING DEPARTMENT e CITY ENGINEER R.C.E. STOP BAR AND LEGEND DETAIL DRAWN BY: G.F.F. FILE NO. STANDARDS • 625 CHECKED BY. M.L.F. DWG. No- CE �NTERLINES LANELINE .� S ICon+) NO PASSING ZONES-TWO DIRECTION �R. {&LARE NINRTAYYI hAM1TIT2NE PLrN11AYYf a r DETAIL 1 DETAIL 12 r tY o•' r,1,_-0°. , •-_ov r-o^ ij DETAIL 21 ,« L mixes SERIES nil SIR R�.f�p wn z swm DETAIL 2 - ib,_D' DETAIL 13 ee'-w ilR'7•- ,T"•oY '-o' e•_v� -►" _14_•�. f�s'•v�_1!_@- DETAIL 22 zA'-a' i O O 0 O. 0 .n-� ® 0 ®� A J LA_p LA ..._ _ DETAIL !DELETED DETAIL 14 IS 0000 01 0000 m OOTDO m DETAIL 23 ` .r- o DETAIL. 4 -w DETAIL 14A N�'• " •: " ®0 0 0 0 0 0 0 0 0-4 x+e--, t'-oy i I b-°" 1A`°.r=•'1 •-r iiZ•.:SY�. ®o 0 e®0 s e®s®@ m—T 14 G D®W ®� ® m o IS o IN Is TYPICAL LAPS LINE DELINEATION O E IN ADVANCE OF EXIT RAMP p NO PASSING ZONES-ONE DIRECTION L---� DETAIL,. DETAIL 5 RARATiRr .,�,,,- i ,z•-C �•-a� Tr- •y DETAIL 15 O TM A WHITE"-REFLECTIVE, ar I i one= �'� I-�I 11•b° f7�I 11-° -• TYPE AT YELLOW NDN-REFLECTIVE �'f` �/' - 3' TYPE C fa-mikAR RETROIEFLECTIYE —�/" —�+. DETAIL. 6 1.--- iA.:.C__._____ y � ® TYPE D T WAY YELLOW RETROIEFLECTIVE ]ir +e•:y y is-o^ is•—m 1 DETAIL 16 0 rrpE o aH-RAv cLEAk RETROREPLtcrrvE MR. �_ - A .Wee.. ® ® 0 ® fa TYPE R`°NE-RAY YEkL911[IEIPOREfl8CT1YE GIL iY mmmogmm-1ZJT LIMES ,M'-r K 13 DETAIL. 7 3!_w ._ 0 zA._M; 0 2A:_0. 0 NOTE- T' 1 1� --i �7 .r^RxfTE ;Ir 14uen rn eo.bleplTlRn 0 ®0 W 0 ® DETAIL 17 4• YELLOW " Ian fD,D.wq-1AA is rD D...A° z` �~' -.� L 4-D• "�'� �Lzi4 -Qq-----L�-T -�Fi DIRSVtOI OF TRAVEL IR cwnD(Mtlg1 ilYh WiaN 1Y, LANELINES 000 a ®0'® 0±1 MARKER DETAILS DETAIL 9 (VJI.IILAITE RICHRAYS) 4 0 0 0 0 a 0 a 0 0 a 0 0-T —► � e'-o° y, .tee_ T-o�. Ta a r•_p•� v a > DETAIL 16 31h-4Y4" DETAIL 9 -.M.. Io b"�T�pi ,r tl' �T o^�R•-s'I DETAIL 19 0' DETAIL 10 • L,..-.-.,____ -•► AI E,,.°. I ,_°_gyp-- TYPE A AND TYPE AY TYPE C..ANC'. TYPE D TYPE G AND TYPE. H. 11- 0 O O O 9:0 tll DETAIL 20 oEPApir pi D°FF CALIFORNIAN IV ATION -'" '''0' -.� LA•_r ,e•-p• Iz•_w ,R•-a I REIROTFLLELRIYE FACE r�®���®� PAVEMENT MARKERS DETAIL II AND TRAFFIC LINES TYPICAL RETAILS O O '^^P" p0 SCALE A2ClA ' Rcn+Car LI YiN�te IIPf'etrareiiLS LEGEND LINE$ oul wNn nai[ ror `Er -w r LEFT EDGELINES MEDIAN ISLANDS PPAPEW6 (Civ10Ea NICNpAYs) ® TYPE AY YELL0W DETAIL 24 xj DETAIL 26 N°N-wLECTIVE CYEuw TYPE 0 T WAY OIRECTIM W TMVEL 0TRAVELED SO -L PETLMEPIECTIUE r u0 2811 F -' ®:TYPE N qQ-MY N•r aC DETAIL 25 1 "LL6W .-.. -T P0"`P aim INTERSECTION •.► EIXR'O 1RAYElEO WAY® TREATMENTS �-q DETAII, : DETAIL 25A `SamN DETAIL 25 4T-°'. +{ ai""°= �t� .r- e�-_ •-0 _ Te•-n Nrvt le-u �I n -'f' DETAII 34A DETAIL 26 EOCE a TRAVELS=WAY ;�.---6006 M 4pAVElEa WAY ammmmmmmmmmmm°q- tTI ® « { BTI _► �__ Ap.Ir „_„® 11.. �•►2' ® ® ®�y DETAIL 75 -�'. .�q'I` O 1—. ® ® ® r A$I o ® ® �- DETAIL 27 DETAIL 30 z.•-°„� -LT 0 9 9 0 B ® ® ® -4 _W Ta ®®ssssCsss®®® { ® 'cm aF THAYELEa pAY®-I- ..). Dss®® ®Was®1®� DETAIL 35A T-� ' --� ,. "'a'-c° g o ®sssssDssssss- I _ HIM RIGHT EDGEIINES � ®ss®®s®sssss®-T r„�aam Isill EMp „A,r,.,; TWO-WAY LEFT TURN LANES I MARKER DETAILS" MAIL 27A METED DETAIL 31 a- �I Z DETAIL 278 .A,. � 777777--� OCE K TRAVELS°WAY —r Win: mommomm ^A T RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 INTERSECTIONS - DETAIL 27C _ - TYPE H -+� ,. . - 14 TYPE Al ¢ Q - '- - ,- . ,- _ RETNOREFLECTIVE.FACE .DETAIL 33. I- STATE W CAL)Fq rl� Pi'•0" RL'-4_ '-W y. 'a' !A•-U__^ ' DEPARTMENT OF IRMSPOOTATION _ ssssss®sssss�sssss®asses®sssssess®ss® b PAVEMENT MARKERS AND ® sass sass ® sass—i- s:� L �as�x rh? a i. o ( �. • )y�y�H TRAFFIC LINES TYPICAL DETAILS sass sass sass ®-L--{ Na SCALE ®sssssDsssssD®sass®s®sss�sssss®sesss® -- A206 ReturnAn lableuj'I3e fe"TT EXIT RAMP NEUTRAL .AREA (GORE) TREATMENT DETAIL 38 r`�.. CORE OF TRAVELED WAY INAIIilfRE1 p y'� 1 Q. �Y�ER�p6t i s-IN4MIUn�. --• a �yr!� iam , C S—W yHfTE. ]fEro na�iw A^MIT[LINE msr r�''ixrs�n sr r�� w^ ^jtl�•.. 9 y $4 nee neon LANE DROP AT EXIT RAMPS "``��-------•••�� DETAIL 37 REPEAT AT SALE INTPAYALS. , SEE DETAIL 3E ED"OF TRAWLED NAY DRAM) C TELL"LINE �Er• ENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT [--] go O a p7 3 8 O me o DETAIL 36A J A^MITE..uxE -,_,j �`-'- "- 9'MIrE UNE � :59tE FOR OF TRAVELED NAY (IMIMINE) 3� KTA149340ILS 2Ts DETAIL 37A.AM ` T- RPEAT AT .1 E IRTERVA45. >•' 5EE'DETAIL MA'TELLDNTTE ^ AINRItENS OPTiG1AL 6= 1 88 88 1 88�- IyBB ® 86 88 1 $8 88 8 88. 88 '�'H 30 aRY 2 EON OF TRAVELER WAY (RAIN) SR WTAIL AN O Sic PLAN AZOO �.. M~~ N thA.116 ORAWuxiilary l"'11ieasLIRO Nro f1anl mCY bN gpittaW on ',p G "� enwY +m9ro NAOVInS ImOM IA OFiFlepi. Q 5EEpE TAILS t]A sm PLAN ASCII LANE DROP AT INTERSECTIONS ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENT DETAIL 378 DETAIL 360 A^Mtm LINE '� '� EN'�" �' f•-o- zr CON OF TRAWLED SAY (uA1m.INE) p 1 O m.��.�1�� O O El 1 o O B O SEE KTAI4$ETW I* ""— r MITE LINE p SW PLN AZR �-y I, W 5EE DETAIL]B � / THROUGH TRAFFIC�► S4W PlN AM D Or mite LINE- DETAIL 370 ND'-n.. D• A. WLLON LIIK G � ]tl-C I""�] E•N ERR O'TRAWLED NAY.(RALMI : MARKER DETAILS - 88 1 B8 B8 )a As ® 8E 88. 1 88 8.8 H 88 18H 8888� J. � i ,j: EEF RTAII ]fC M OETA0.E9A - SM PLAIT AYOW ] -AI Y 5 '�A�/ Y TNRGION iflAFFiG�F• SM PLAN AM I STATE M CALIFORNIA E4 GEND RPARTAENT OF TRNYgRATION WAXEN$ _ PAVEMENT MARKERS p TYPE A RH TE NM-0011 itW ( o ? AND TRAFFIC LINE ® TYPE C RED-CLAN RETROREFLIVIM \„_./ - TYPICAL DETAILS [� TYPE R ON-NAY CUM ARTM EFL9C1IW TYPE. A TYPE C^ TY. PE. G +ate OIREGTION IN TRAWL NO SCALE. Im RTaaigFLCcriW aecE 7A20C '.. Rv[Arls to 76kfr of(r7t "wh 0 . 0009000000 * 090000000000000000000000000000o: CHANNELIZING LINE MAPkfPE _ ' DETAIL 3�PHITE LIM pJ 0 TYPE A MITE NON-MILECTIVE "Fe AV YFLLpY IpH-pEFLECTIYF LA,A` `t • VA'Le* O_P1'-o` _f [♦ TYPE C M-WAY CLEM RETAWMECTIYE V� PD11 n x tldln THPWEN TPAFFIC OEM a YELLOW LINE � �:A,��iOTe�`l}�o�uuve ao-e+uO DETAIL "in-a••R LINE -' UIRECTICH OF TRAVEL MARKER DETAILS ry[p I MKS �LTE[I1 RPAWFAA'.NT y�yA EFT OWH1EiREMiMFNS Y .-qif• EAU OF PE[Eef a is `,.EEE Ig1E 3 EP9 Qi PECE TO YA"WE IgtE 3 may_ DETAIL 3eB e•e In LimSECTION• t� '"�__-A SECTION B-B £� 4 EA;_a. • L�_•,_—J• X dro CF PCCLE 4MP A4ENENT.'� J�" E�M man IST b1 DETAIL 38�Cyy TYPE ' J'L MIAOMF ECTIVE FACE �I� • IDn �- •�n�nE'"� 4. P" r f WI P t10��fNAY'EORFME �{ N AY RIRiACE Tw-(7 21 T inYtit f" (TYp!21 ITyye i( a BIKE LANE LINE TOR' RECESS DETAIL FOR p ',.tx RETROREFLECTIVE PAVEMENT MARKER 3P DETAIL 39 �---+"WHITE:LIM rNEPwPLAsrIC WAXPIAL M Q DETAIL FOR RECESSED. + "-+ " + +5E' RECESSED MARKER NOTES; INTERSECTION LDK THERMOPLASTIC TRAFFIC STRIPE 3-- _L I.S. iyyalWl trarria nRe. Sea WoMa A and 0. aeiane rw morliar potferns '� ,�T' y( w b W W MIth race. a BIKE LANE RECESSED TNERMDPlAST[C NOTES :�I �'I uiejTrA a Typ rTi�n°eA"ns;14A 'Z DETAIL 39.A. E00•-M ,'m AMCTIM A.Saw irateol lMma n„a aewiie tor' MI PETPgErI:EcnVE FAZE Ml P.7r Mrr~.tiw 3Y 0ovemeni mmfnM WMarne. pnwwn+mwAare elnwll Tar rWawW Inewllatlwu N ot/tb peVMntMlMnanuorfab.a Instal MITE LIME M,016e w an Act w MI nueww bl l lfaorrta ne: QQQ LANE NNR�� �� J.iM fap e!povnmai aWrkaff�� IMiallW In LaciFew Ngll b 6 w IH"'below ib THROUGH LINE EXTENSIONS TYPE C AND TYPE D TYPE G AND TYPE H pdie'rwat wriou. THROUGH INTERSECTIONS f,P,i,,.,:a 0. DETAIL 4R DETAIL 40A RRT (VE. PANT MARKER n n 4 n o a O R 0 0 0 0 0 FOR RECESSED INSTALLATION \A"WHITE LIM � -TYPE A A'CH-REfLECtIvE CENTER LINE EXTENSIONS S of MININT XU OF CALIFORNIA THROUGH INTERSECTIONS' PAVEMENT MARKERS DETAIL 41 DETAIL 41A AND TRAFFIC LINES TYPICAL DETAILS �. ® ® ® • ®@ •..o m •e NO SCALE 4°FLVd.OW LINE \-.TYPE Al HON-REFLECTIVE A20D It✓d(xrvl fL CI�P el[i;mHGlttS ,.,.. 20 all m .......i i fi I-o mlD — 144 4 4.'--'°' -.__. r I _ ..-._._ TYPE I 10'-0"ARROW R21 140^anm4TYPE ZU ARROWsI'-a"wwU - O--- Effi— A-25 TO 'Iff,onto T f iB`-0" ARROW 1f=. r -- r-u? Z. TO —•I F— TYPE X ARROW A•31 RIPNt INae aroP arrai 0 1`-b"WIO 1'•N IFw IHE iw� TYPE I 24'—O ARROW A.Is r+e�. � ao•r uee.mlrrw tm TYPE II IL} ARROW -_. - IF,Trw ttlgr wPo., au plrrw RNpe) _ A.33.fTy TYPE Y ARROW 111 6 yartaelau tb dt..W. STATE.AT aALIFORRIA nay.W ceceprea by"A ETII... DWARTARIT AT TRANSPORTATION _ vMID PAVEMENT MARKINGS AnT rry.=r T+r ARROWS TY�.(L1 ARROW BIKE LANE ARROW IPar Tr A ler NO SCALE uea mIr'rw Imowl. A24A KNOW B IununumnullelB,a Balm 1 aw . n � B � 11kh 11110111i111110111BN't1'1Q�!!I111 ��� lP�i�ii� �ia� �Q�filliiii O I�r'�IQ111QQ11 I'll��1:� 1' gQiQil�I1i III ��ii�Q'riQl1i1�"1, r1 r gull rn J+ + Iiii111i1iQ11ii1iQ/111i"1111QQ111� 11111���1111QIIBIaQIIQIi II i�dll {111i11i11Q1i11QiIM11 hi IQiiQIIIII11111 If?II11i1++iQlili II�Q111111��1111Ba1!1 If111:i1r 1 ► 1 11 1 111i1B9{ Irle I ''u1'ul,i n1 nm ;in IIa1 �nn nl�aQ I!IIQQ�'�rrlul �QQQQi 1 .u� �,I�,nli iilQliinl'Qi Rill pug QI1Qiii�;;1iIllIl1QQ ppp�ij m i 06'I'Qs11►Q1i111111QIii iiIQ1�IQ� IQ� " e1iJfill if 111111Qi111111111 1�IP41 Iiili1 11 111 1111�11 i2l1iii;;I��B�i�,��l 11$b B V 11 1 'ilk K 1 Il. 111 1 1111 Al If 1111111 au. 11 1 11 1 1111 Will 11 1111 11 11FA 1 111 111111 1111111111111 11111111111111111111I1110 IeI1 1 a1V1 t / 1 111 11 P 1111 J liI111Q111111 I�NQI'lB�IIIIQIIrGllli• Br ' { IIIY i111111l11i�e�rril�11 Q1111QIAIQIIIIQe1� PI'(�71ullrili 1 if Jill if Q1;1111l1i;111Q IIQI{'° III i11B111 IIIIIIII °QQ°°1�' 1°°1 i Qi11QMR111iliii acpl lit {� lilnii111ii1 ililiinlllllQQ1111e1ii1 11B 11 nil Q11I1i111Qup1ilul lar11111 nn eu►111 �e4u41 11 moon Iru'ulliunl `B,IIu111 Q�I�nliumi�illIll iiiQliiin i1111 11111111'1I1Q1 CB 1 PINION as loll Ili liaii11 Illp'ililiii�i�111 IINIIIIIII Ir'1 �I tll BII�II 1 II 111 1 QIQIIII 1 peg I�III ,IIJ111 111111 iB. 1111 11r1 1ea1111e11 hl illlllllllll Illalll1111 a 1111g ql �/ICQIQIIII IIi111 111/111111 ell lllllg�l�� i�tQii11gi1i11'ii1Q11i11iQ0 ' 91IQQ i1111Q IIII ICI In ml IIIII ��{ ilil QIIlillllllll� 1�Q � � ( maa1��� 11����Ill� iilQl IIIIQii�1s�11b eve nm n 1 nn unn on nrl B I I nuaunau INS 1 el �i� 1 11 1 1 1 11 1r,111 (( I I 1.1e I '1 QI1 1'g Ilrylla 1111 In{�11Q1n�Iu�1��������� 11�Q11eliI�6111181Q �nnu��m�ill n In 11iQ���o Q �Ba9 `',; nirnnlillm Q�01i1i1QIQi1Q4i1fIIIliIIQIQQQ �a111 on�' iiQlQii i�i1pi �i'liS aQpli�lll�'� I"Q11QQQ 1'�'i'1Q1rQ11 I�Qlll1111111IIg11Q1111 �lOIQi�1111��QlI��I�i II�I�Q11�iilllii IQI�II� flt111111Q11111111�11 IQ/Q111111U51 � 9111'�1� IIIIIIIIIItill 1111111 1 Q Ill Balllll'll'I011llllllll �jl QQ�11Q;111Q1rIQ 1iQQi1111111Q1 .. .. . . rQ���11111'II 1'e1IPl''1171111 gill 1 ' oir1111gv1111i iii iri=�lli�liiliii �mB ',.. 1••�' mmgm r"MIII�I�I� I11iIQ�11Q111��l� ll Ili 1 11 Ills 11 Ila 1I B ��®!'�s���0 r� ialrii 11iIg�iQIi01�'�iIQQQIiIiI u{1e6d11m11 a�QmIlI1�Qllagr ®mm®�"��' 1Q19 1111 1111 1i0111a I 1 IIIII HIM Ill IIBr 1 hall I p 1111111181111111QIr�lllll'tl 1Q/Q III 111' IIINI�MIIl� 11QQ11111� �11111� 01,111 I m 11 om�iil h Q11n� 1u��� lii�i If 11 Ili�u filill uunn ii� iiHIM I���1��1 1i ��Y�� I1�i 1 111 H'M 11 iriil°��111Qgii1i • • iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii •' �f4 cdNrx Waif nv M*.,wnt Mar zo zall �t Sffi ;�.wr aa..d L 24 ft rT A:27 ftY � � Ae21 f+ � �fta 9 4 f � to Irl i WORD MARKNOS IW . IR4 L ITEL 1t 1 t,1 ad unt cw. . to 1 1 . elxE r Z - M w T . CR i p y +_'� I— -� BEEP 1 24. 1 M 1 Iq 1 .� es9v p} As24 ft Y A-20 f+2 6=_t5._fti A17 ft O V NOTES r asa9 z I'-W MATE LWE i Im�tM1e 4lret(ford.1teul9 I.w,eebA°'tllver° la nba"ur": Z �~ P,TM ap0.re bMessn eNea btwYla be W IeaA#tour+Iwse 1.MIEM a Ms Mlchh0t ro4+tM cboo�toryP°OTryb s°pwb may be nduaed�toP Hgwr v 1 � agvoprQOfelY Mwn#iwre le �inirp ywc�Weeube of iaei rnnot+iena. ;i 3.MIW varlatl.he In plMbW..Moy b.wo.Wld by Ma Engloa., m CROSSWALK AND LIMIT LINE ° --moon.04 b te+rar,num wr:,-- bi May M eotolotfo by ca wectlnp See Not.E e.pme.Ma rwe M eAceeU 2"in.lath. S Crewwlks CM+leuaua to rCImI 9ra oro to M 1'-a"yBlloe I lava in place of 1'-T Mii.etwrn. -� E'-tl' b.tM eras Wq PAEN PM"q1vtl�eM nrkiny fe to be urea for p�rµingg L 1 �"` �"'� _ IlAigtl�p.bor typ�cai IocatloM Of plarkiM.I.o$t rp Plan.A"A - " Uv v v v vMIT CEt£S1tpiMtaLE$ T'f own a emgttas'tl jl 1pppalnfe cM 1°oca+ed wf fMr1 t�i..+lwn - .y�� '' I 4:I vtelbla to*."I.miwwm.n+ofPlo ate. STATE Of CALIfaMgA P TR aEPAATMkTIT W TMANSPCATATIM se.�.T YIELD LINE PAVEMENT MARKINGS WORDS AND CROSSWALKS RO SCALE A24E ,f�v4TlrT!>;o RrG$1 t!/C'iinfih6r S a,C Ly INC. R9gYTTTtL.-_ .t 420 Id ,f [f Aye.•Chandler Az 85226 SANt1AM 2at4 • !-BOTf- 1( p s;{fitl )276-040s•FAx(480)96t-Orin 3 • RWWW a •coslit RZAD BEFORE tMINO THIS PNOULFCT • ORWRINL Crafeo PolyFlex Type 3 is a single component,hot-applied,petroleum based product which is used to fill cracks and joints. is both asphalt and Portland cement concrete pavements In,hot climates.PotyFtex Type 3 is supplied in solid form which when muchedamri. • PV0Petiy apphed.fenms a highly adhesive and flexible compound that resists cracking in the winter and is resistant to flaw and Pick-tip at sumYner temperatures.Polyflex Type 3 can be used'in highway,strut,airfield andpa kaig tot pavements.It should be applied to Pavamtiit cracks a ft elt#er pressure feed welter applicators,rs,or pow pots,At application himpemturc,PotyFlex Type 3 is a medium viaensity ,. . Producti4tt(`aFr flames Arid Penetrates cracks.PolyF3ex Type 3 is kawatated as au Economical yet effective pavement maibtenow stack RHO pro'dpct.Cprmpawd to products based on techamed tubbe, P*Flex Type 3 offers lower viscosity for easier applic stam,improved 1 sumrY;ur look-up resistance,quicker set-apthatesapdnWeived low temperature flexibility. LWAGEGUMUNES. PolyFlex Type 3 pawanrAffetnpetaTtrta parfiimsagcx Imrrts 73igb Tompmatom Grade(°C) . ow,764 61k6g,flsage nashowmrm tafeo:pavesrmnttcmpusture ,G sa w .ar Oaks draft-s raxsanaf6e right.R&x to Craft Product Seledm Ptosed im to dcuanane -, • orfd�usoaudpave[rrouttemperaturegrades, m. -M1Br • �`SYtal�r Vu. meat � Ycaorm®ce iimin H 3 • 7�eResomaaxd S as Paremem7'eigr ffir FihertJmrge • SPEGIMATICdisl CONFORMANC9 The Ciafco recommended speoiGcetion limits for PolyFlex Type 3 when heated is aucordance wlth,.Adl`'l2vt D5M talk safe lieating tomparat w are as.follows; Test CRAFCO Recommended:Snenifieatum Cow PcrintmuientWIMD5334) gt , . Residence (ASTMD5329) 30%mar ' Softening Point(AS W, D36) 2100F(WC)min. )3rmiflity;77F(25C)(ASTMD113) 30ewtmin. • Flexibility(ASTM D3111Mgdlfiedl Pass at30OF(-IOC) Flow 144'F(60*C)(ASTM DS124) 3 mor max • Brookfield Vsscoisty,:400°l;(•h04-C)(ASTM D26459) 100 Poise max, _ Asphalt Compatibility(ASTM 65329). Pass Bitumen Content(ASTM D4) 60°l min _ Tensic Adhesion(ASTM D$329) 400%min. We Beating Temperaflue 400-F(204°C) . . Recommended Pour Tomperatims 18VP(193°C) i APPL.ICATM, Tit-unit weight of crafee pelyFfex Type 3 is 10,11 tbs.per gallon(1.20,kg/L)at WIT(15 VC). Prior to use,the:usar must read and fbigow Application lnstructions for FictAppfied RoaOaver,.PolyFlex,Parking Lot and Asphalt Rubber Pmducts(laoustiy • 7002)to verify Proper.Product selection,heating methods,.pavement preparation procedures,application geometry,usage precaution and sa€ety Procodmes. Ttsese instructions are provided with each pallet ofpmduct PACKAGING Packaging consists ofindividual boxes of product which are palletized into shipping units. Boxes contain a rum-adherent film N4ach . Pumds easy removal of the product. Each pallet contains 72 loxes which arc suckod in six layers of 12 boxes per layer. The weight ofpm4w broach box does nol exceed 40 lbs.(1 xkg)and pallet weights do not exceed 2,9so lbs.(131t)kg). Pallets of product are weighed and product is sold by the net • uroight of product Product boxes are moms(xtured fin,double wail loft heard producing a minimum bursting test certification of 3SQ psi(241 Kharr) • and using-water resistant adhesrv" gorses use tape clasum and do not contain any staples. Boxes me labeled with the product name,pan number,lag omnber,specification eonfnrmance,application temperatures and saletp instnmtians PaRetiaed arms are protected from the weather using ROM mil thick plasuc hag,a weather.and moisture resistant cap sleet and a minimum of two layers of six month nv,protected stretch wrap. Pallets are labeled with the . pmdurd pan-number,lot mrmber and net weight Application Instructions are provided with each pallet in a weather resbstantencd�mo. • WARRANTY CRAFCO. Inc.-wamsts that CRAFCO products meet.applicable AS 114,,AASHTO, Federal or.State specifrcahoas at time of shrpnunt. Techniques used for the preparation of the cracks andloints prior to sealing or filling an:beyond our control as are the use sad applicauan of tie. Products;dwrelilm QAou shall not be responsible for imptopetty applied or misured product..Remedies against Crafro,Inc.,as agreed t6 by Craka,are • halted to mplacoW nonconforming product or refund(M or partial)of purchase prim from Crarco,the 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 . warrmuies-expressed ar implied. For optimum performance,fallow-Crxfro recommendations for product:imatathatiem z OEM,Cnna,ale..rut Risift nee . TECHNICAL DATA SHEET menry. HE184 FLEXIBLE DOTSTICK ezcr,feotreoroxa�isrmancsm East Rev Date:0=9120W Physical Properties Appearance Flow @ 140e F Resiliency Black solid 0 mm 50 j 77-F • Application Temperature Maximum Heating Temperature Softening Point • 350-390e F 4000 F 215e F Breokfield Viscosity Maximum VO£ Specific Gravity @ 77e F'. 2800 cps @ 375-F 0 calculated 1.12 Color Maximum VQS _ Weight Per Gallon i Black 0 calculated 9.2-9.4 lbs Cuddif: (g 77e F, Scm/min Penetration 1509 per sec Weight Per Callon Calculated 45cm 20 9.31ts • ixl0sh Point "!in Rubber Content 55fi°F __ • }IEU4-FLEWBLE 51C?'FSTi K is a hot melt asphalt adhesive,which securely bonds pavement markers-to asphalt concrete and Portland cement concrete:This bduminous%marker adhesive has superior bending characteristics because of its high Virgin . - elymer content and low amounts of fiffer. IWAMM- 1., 2 , i 184-PLMOLE M TSTICK is a hot meta asphalt adhesive,which secupety bonds pavement markers to asphalt concrete and wand cement eonolnote. . kg la-Ft_L E*,OTSrt"tCK cremes in 35 pound boxes(3 blocks " Pavement Surface should be dry and free from all loose material,dirt,and dust.. • NE484-FLEXIBLE D OTSTICK should be heated in a temperalure-controlledapplicator with;agitation. The application temperature is approxrimately 3800"F. Apply the marker immediately alter dispensing KE194-Ft.EXI SL.E D CTSTICK,and allow to cool for one minute or there befins exposure to bat6c. Do no allow material to exceed 4000 F. Asphaltic stains can be removed with tan-hazardous,biodegradable cleaners. Use waterless hand cleaner on skin. • • Henry Company-2911 Siauson Avenue:Hunanwon Pent,CA 90255 Technical Servioes-Phone(8M}486-1278 fax (972)-4944665 Emeil.tedwenices@henrysure _. The Henry Company is`Ihe parent company or Bakor,Inc.: : • vxv..,he�uy.co:n . CAUTION! Keep boxes out of direct sunlight and rains. (ff covered area is not accessible,cover with tarp). Do not take . intemaily. Use protective measures to avoid contact with eyes and skin. If swallowed,GALL PHYSICIAN IMMEDIATJ LYi In case of eye contact,open eyelids wide and flush immediately with plenty of water for at least 15 minutes. GET MEDICAL . AT'tEfRfON! Dispose of container and unused contents In accordance m(dh local,State,and Federal regulations. For exterior use only. KEEP OUT OF REACH OF CHILDREN. KEEP FROM FREEZING. . wAftNzel�: e • 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 Allater iai Safety Data Sheat(MSDS)from your supplier or directly from Henry at the toll free number or webs to below. P .�. ib • we,the mwuA**,tt ant 04 that this productis free of defeala,since many1a*1iiw*h afiacMa,results o ihedaom r♦ INS o1Td w „We iquomenttillizod,andprigr of° sabsf a alkb sdaurr�anbat. We will . atftotSlia a any odtadproved to d w ar9 4 'm i3f Irr e,pr 5 tad itttas tieen ap#sked in aqw,nt for uses we asaM#abje for tl .product. Proof apuah�e must be poyided. • t Limilad is :LJ and t vvarrartieaexapressoriaapled but t tustlYexl is-a[ i wa ,srrfy of MI1220kfik#t. or fness#or a parboular purpos%and we,the manuta #urn;shall sno " ' 'I I I ofany kind inducting liability forconsequential or incidental damages resulting from any defects or any delays caused by rePlaeerrient or otherwise. r '': • Henry Company-M I SWUM Avenue.Wmthtl ton Park,GA W25$ • Taohnicat Seryicas-Pt o (800)4WIM Fax:(872)494 4585 Emelt techservkes0henry-Doer The Henry Company is ma parentaampany of Baker,Inc. • w .harcycom • PM- CT DATA RC HOT-APPLIE FLEXIBLE PAVEMENT 40 t3 _ Av* phanmdlOrAZ89896 MARKER ADHESIVE 27641406•FAX(480)Olin-0513 , klm YGA$fiARY?, I BEFtI��U51�_ ,RRC39UGL �'!. Crafeo-Zdat-A. ls'ed Flrszible Pavenieot!s'C9tker Adhesive is a hdt-applied thennoplistic bimminbus 40mve,w uch.when p erly u 1 qnd appliel),,txm'ds ttrarA�rs and reflatatrls:to befit asphalt aid concrete pavement surfoees.Hot-Apptiod Fietdble,Pavement Adhesive is she die¢as aaeacy kr use single aasuponmt material which iaeasily meRed and poured or pumped onto pavement. suefsces. $fn�:FEis a'lio4 nq t 1% mM Hobe pliedFlexrbie Maker Adliesive se&up on coding said is ready for traffic in tens than @oe a»>mfes: Hot hpp}xcd fiezilsle Ntae3eer Adhesive is-fommiated with premium asphalt, polymers-ami additives to produce a unr lue * �lufids>z s.ln p,Face andrem�ns 8 e down to 20°F(.70C). Hot-Applied Flaxible PaverimatMa deer Ad wive has` atgp t gaalirX Crattf w itd for avar 20 years. 3evemi stag ham adoged ad"wive spcditicstiom bared on -• nE d k- ItSdFlexi(i9tabveMom MulmrAdbosive Y0l< Oyfl R :T3setesununendedspeeificationfa FleidblelAwk€r:Adhesive when heated to the salt besting .. item in` a AS M f 5167 is: • S�ecifioation ftswiwdVisor Stgtmax.Limits tYti4( '.T4t9133k} 200F(93C)ndr, net on,77°F(2rC)(AUM$5) 251n= -• %rst7iTtY,7rF'P§*QfA bll3) 15 mt min. MUMMY,3R2'Tr(40C)(ASTM0113) 5 cut min. 'A ftard,9o*&tosmc,.{Ciafe0hoonYne} Pass at2#OF(-7°C). - • tmnum AjV onT 3WF(193"C) a Heating T"gmF me 40"("eQ • 1N917ALLAT ON The unit we4U of Hot-Apphed.Flexiible Maker Adhesives 10.9 ft.perHot.App W F1exbb Marker Adtt ve must be molted m'w1cei double borTer om g an of�')at tati (Is s C}. J �, type meld't�rati@s vki02 an eive agitation s}'seem. Prior to nne,ft user HMO reedamilmdaftWithe kgdbdm lostrections for Hot Applied Pavement Maker Adhaslvw W verify proper ct selection; he, g metbads,pavomat pmpamtiea ptnc litres, application geometry usape mecaumins and safety procedures. Tllase: tt aeproyzdastwi*24.l tletnf hesiue. _,.. . PACK IM Flo APP1ied Reulble Maker Adhesive is supplied:in self re e:three compar maul dispose boxes which contain. A J y 35 memb(15.9 kg)of maeariaL The beats ate patirHzad into shipping units welding aliproxnaam Boun ly t,690 Bounds(IQ • . kg):. Jblaterialissmdhythonatgallat:weight WARRANTY C1t,A XCQ,lUc. watranes that CRAFCd'.pmdvds ttmet appkeaW ASTM,AAS€ O,Federal.or State spmfwouons at.: time ofsLifanartt. T'eahiiques used for the peepastiott of the cracks end joints prior to sealing or filling are beyond our wntrol as are the- use and cation of the respoustbTe•for i applied+tr itisu$ad products. Remedies: • use a oo,tion produces thersoar;Craft shall not be agteedta by Cmfco,are limped to rapiachW nonconforming product or and(firL or partial)of purchase price. from Craffti Ioc. Alf elaians ftlinewh of this warranty must be made within three(3)months of ft date of use or twelve(A months. from the date of,delivery by Crefco,Inc,whichever is earlier. There shall be no other warranties expuessed or implied. For optimum parformanae,follow Crake recommendations for product iastaRation • . • 0 0 . O ,Gaew�bw.,hll ai$�tsassenrtd � APPuPA„rcoN)INsuy£�c INCC" HOT-APPLIED 6 i MARKER ADHESIVE _ 420 31.Roosevelt Ave.•Chandler AZ es226 _.. JANUARY"N 9=8065$B:SZ43%•(662)276-0406-FAX(460)961-0613 .n9 x erakro. om r— WA -ORF USMWj$P 0,0 01LIA3tA1.: fro Het Applied Flexible PavaAentt Market AGE: Pallets of boxed product we protected with a - Adhesive is a hot melt thermoplastic .material whine when weather resistant covering. During storage,.the protective wrap • properly used and applied'bonds markers and ref ec ham to birth roast be kept on the pallets to prevent boxes front getting wet. if asphalt and concrete, pavement smfacm Reim; a hot melt boxes we subjected to moisttuc,they may lose strength and wish • c(RUP anion, Crafeo Marker Adhesive am upon coaling and is resulting in pallet lowing. If rips in the pallet covering occur ready for traffic,in hiss than 5-.minutes. For detailed product data during handlsng, they should be repaired to help maintain and specifications, refbr to the Crefco Product Data Sheet for packaging integrity. Pallets should be stated on a..level surface I4exiGiz Pavemetd Marker.Adhesive: which is dry and has good drainage. Product material properties are not afFeae'd by packaging deterioration. ,,♦t T Craft,Marker Adhesive shookd be melted and i h'e8ted in tithe'thorinceletieaRy controlled double beffer tape AFET'Y ADAI t E 1'fWNS: Since Clot-Applied -_ • units Utilizing hem ftwfer oil or thermostatically controlled Fexibid MarlCra wive must be .heated to elcvaed electric heating pact. Direct flame nwiting onto must,rot be temperahtres to prepare,for use,if is essential that Operations be • used, Conrad.Ckafw for memaineightflaw-r ug other qj= oxmducted in mamters which assure safey of the application o€mthilt- Maw Adhesive should be beamdto between 37 9F personnel and others, All personnel associated with use,of the 04-4259F(f90'C—21$°C}fw_appHeatiom Pas bast resvlts�use material need to be aware of the haxatds of using:haWppl • aCHAOmelterJapplicatarto inch end apply product materials and safety ptecamims.. Before use, the am aboaki read and understand product and safety iaformatitn in on the box : . b`AVF:ASEiSIT TEAlPERA'rttll W To achieve best and all sections of the product Material Safety Data Sheet This. pax'fwm=aa,Pavement sedwti temperature duciagapplioaiion is, shoet which is supplied with each shipment, describes the • recommended to be at,least 509F(109C). If markers are to be ehamcteristics of the product as well as any potential heat& applied in cooler tempera men,. the pavement surface may be hazards and precautions for safe hating and use. Uxer should. gently heated with an open flume or other approved method check D.O.T. intpurements for transportation of adhesive at ;. immediately prior to madwappiitatfea: - elevated temperatures above 2129F(1619C); IxAVEKEWCt:&eTIAN*6PItsD£EDIIR;ES Thtgavetnenton _ 1La d1 E ASSOCIATED 4Vf"FIS II(3T-AP 3.IE which markers or;reflectors air"btimg if should he clew, h3'ATE Af,S: Skin.contact.Witt hot-applied,materials causes • free from dust, oil; dirt or other contaminants and dry. Air bums. Over exposure to fames may cause respsmtory tract • blowing wire brusi arg or sandblasting may be inquired to irritation,nausea,or headaches Appropriate precaudo is need to aolagnattly prepare the pavement surface, be taken to prevent contact with the tot material and to avoid inhalation of fames for everyone in the vicinity of the work area. APPLICATION QF b1djui Hot-Applied Flexible Safety precautions should.include: 1. Proka ve 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&tee-fourth the diameter of blocks of product to malters to reduce splashing. 3. Careful the marker- Markers should. be applied to the adhesive operation and conttiol of wands or pour pots which ate used to immediately (within 10 seconds) to assure banding. Markers apply product. 4. Traffic and pedestrian commlmeasu is which ishould be pressed down to force the adhesive out beyond..the meet,or exceed local requirements to prevent access to work • perimeter of the marked 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 Markin, mat-Hal 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 or product spills. temperatures is approximately 12to 15 bolus in indirectly heated type melt=. Application life may be extended by adding fresh ADDITTQNAL INFORMATION: Additional intOnO cion is blads of adhesive as quantity.in the kettle decreases. The available by contacting your, distributor or Crafco, Inc. 'this -adhesive should be agitated while being applied. T'he adhesive ®formation includes 1) product Data Sheets,2) Material Safety t may be reheated to application temperance once,niter the initial Data Sheets,3)Safety Manual. heat up. Additional reheating of the material may result in i degradation of properties. When the application fife has been • exceeded, the adhesive will begin to thicken, become "stringy" and may then gal. If this should oomir, the adhesive should abnmOdiatety be removed from the kettle and discarded. CLEAN OJT; If the equipment being used is a type that rtgrdras clean out of pumps and plumbing, fvNaw the manufacturer's clean out procedure instructions. If solvent is • used for clean out,insure that the solvent does not contaminate the adhesive because adhesive dilution and flash problems,may . occur 1044470 NORTH PALM CANYON DRIVE VISTA CHINO VIA LAS PALMAS 1,710 60 102,600 SF 1044465 NORTH PALM CANYON DRIVE VIA LAS PALMAS TAMARISK ROAD 2,251 60 135,060 SF 1044480 NORTH PALM CANYON DRIVE TAMARISK ROAD ALEJO ROAD 1,320 54 79,200 SF 1544185 NORTH PALM CANYON DRIVE ALEJO ROAD TAHQUITZ CANYON WAY 2,640 46 108,690 `SF 1544190 SOUTH PALM CANYON DRIVE TAHQUITZ CANYON WAY RAMON ROAD 2,640 46 102,981 *SF 2344660 SOUTH PALM CANYON DRIVE RAMON ROAD MESQUITE AVENUE 2840 69 198,168 SF 2744006 SOUTH PALM CANYON DRIVE EL CAMINO WAY EL PORTAL 1,455 52 68,113 SF 2744010 SOUTH PALM CANYON DRIVE EL PORTAL CANTINA WAY 2,644 60 158,640 SF 2344665 INDIAN CANYON DRIVE RAMON ROAD CAMINO PAROCELA 665 61 40,565 SF 1244005 FARRELL DRIVE COMPUTER WAY VISTA CHINO 4,160 60 249,600 SF 2045015 DINAH SHORE DRIVE GENE AUTRY TRAIL SAN LUIS REY DRIVE 1,280 60 84,684 SF 2045020 DINAH SHORE DRIVE SAN LUIS REY ROAD CROSSLEY ROAD 1,295 60 86,289 SF 2045021 DINAH SHORE DRIVE CROSSLEY ROAD WEST END OF BRIDGE 3,810 60 230,778 SF KIRK DOUGLAS WAY* ELCIELO RD RAMON ROAD 4,440 64** 209,644 SF *Concrete paver areas have been excluded from total area. 1,855,012 **Pavementwidth varies 12'-70' li • i CITY OF PALM SPRINGS • SECTION 10-T4S-R4E li • ITU PANORAMA KUAU i CORONADO W VISTA CHINO o • w AVE • ¢ o W Z VIA = SOL o 0 � Q W w STEVENS Y ROAD i C o W CAMINO NORTE r DNS CAMINO o Q • DOLORES s DEL NORTE Q �,CAMINO k CT CAPISTRANO 1O2 P��o W VERADA NORTE o CT VIA DE o N VIA LAS PALMAS ro ER\P� o o • s CA > CDQQ LAS wZ PALMAS ¢ Z i '� z S VIA o LAS PALMAS Z • W VIA VADERA i J oo " W VERADA SUR N� • ¢ a� o0 • n W CAf IDSJR W z CAMINO SUR �o TAJHO oo UU off- W � VIA LOLA < U O REGAL DRIVE" W HERMOSA PLACE o CERES Of HERMOSA PL RD w Q " < CD EL ALAMEDA • Cn cU of C'n U of VIEW W MTN VIEW Co CD z LEISURE WAY PL o w Q i � PRESCOTT T o W CANYON PLN DRVE S TAMARISK c? ¢ RD cn z oOf Z W MERITO PL o CRESCENT DRIVEg W MERITO PL Z 5 CRESDCRNTZ Q 5 VALMONTE LAS PALMAS ESTATES DR Q �, w NORTE W CHINO ROAD iz z W ALEJO RD • • • � ii • iliiiliii ! ! i ! iliilili ! lf� i ! ! i ! iliiiii ! ! i ! • RIVERSIDE COUNTY CITY OF PALM SPRINGS II • V � m � -n-� O O Z D � r o N TAHQUITZ DR n Z z n z mSAN JACINTOn RD m G D D G-) Q U) z N PATENCIO R jN PATENCIO�tD n o � z m a PABLO N n o r o LUGO RD n o MONTE VISTA DR MUSEUM DR � 0 m S CAHUILLA RD S CAHUILLA RD C co S BELARDO RD S BELARDO RD N BELARDO RD 0 PALM CANYON _ DR PALM CANYON DR INDIAN CANYON DR INDIAN CANYON DRmj S PALM CANYON DR � - m m 0 0 CALLE AJ0 VIA SOLEDAD � ro n m C) � G z CALLE CALLE ENCILIA z m o VMo9 LIDAD n o o 6HIA ?L SANTA ROSA 90, RD z-) o< o c `CALLE ABRONIA � Dn. c � o S CALLE FIERRO o ;;a m n Z CALLE PALO FERRO o m m m • z S INDTAN TRAIL m S INDIAN TRAIL �PALO VERDE AVE o RIVERSIDE Cn S CAMINO REAL o m PLACE o WSTA ORO A S CAMIN REAL Z n o �'p N S CAMINO REAL WRM SNDS -ao o� DR O D EE .o�n� W r [DEEPWELL RD kD, r z if o PALOMINO n�z Az m WARM SANDS Gn m PANT o N N S GRENFALL ROADRD �l r n Z o m r S MANZANITA AVE m n AZ7� HERMOSA z r r Z VJ E o HERMOSA DRY n S DRIFTWOOD o DR rn�o mDR THORNHILL ROAD n S CALLE DE MARIA o n m n Z S PASED DE MARCIA o czc A Z S CALLE AMIGOS o A SAGEBRUSH RD SAGEBRUSH RD n m Z o n < rn m S CALLE o ROLPH o S CALLE ROLPH o S CALLE MARCUS 3D S CALLE MARCUS o WAY n SUNRISE WAT SUNRISE -- - zYV I.Yd_:-.. .,-- 21U NddNtlJ 0 0 dd/ o E5P pR � 3AINa NS3 o �M s o C3en W J Ao 0iD4, 4Y ePR NCP Of 0 J > C Z C) d U OW V) w U W 300IN Z ry a U) f4 J ti Q N U- 0 W H U) U SONIIJS WIb 10 1\11O J.1Nf10O i IS(�IA 1 0 •000000000000000000000000000090000000000090 FSUNRISE WAY SUNRISE WAY m m BUTTON n �WCIROW m N TERCERO CART CIR mN CCQUITA n CIR� c<—n 0 o � CERRITOS DRIVE CERRITOS CC LLDRIVE CERRITOS DRIVE • o N C�NRERA �� m NLOROLE z z C7 ➢r^ o T CAMINO r o CONDOR m � N SUNSET YSET n - RRELL DRIVE PAFt o � O FFARRYEILL ON z Z� � m o O TREE am n Z WAY L 0 311V0 � D MONTERY ROAD ES N U) DRIVE 1 U) n N JUANITA ROAD 3AK n Ill G) CD-N CIVIC DR z r D_ m CIO _ O -D z r T4S= R4E • • • • • s • CITY OF PALM SPRINGS • • SECTION 20-T4S-R5E • RAMON RD • rGENE AUTRY o • LAZA • c ,N WALMART o h V) PAROCELA z U 1 1 1 SUNNY DUNES RD I � J RIO _ BLANCO • o G ALLE SAN RAPHAEL SPRINGS D W • / W U • ACBCI o TRIBAL iL HDQTRS O LL i � 1 O U • • KNOTTS } • _ SOAK CITY i TA QUITZ ` N • CREEK • • i • � iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii • EL CIELO RD EL CIELO RD N oT�y D m�� O � EL PLACtR ROAD z U) m -G z v AVENIDA D Q O EVELITA a c Z D z � r m PASEO w (n DOROTEA (n iI7 cn Z n � 0 o m G) c� O D o F-- C7 -TI C CITY OF PALM SPRINGS oN SAN JOAQUIN DRIVE CITY OF �k CATHEDRAL CITY