Loading...
HomeMy WebLinkAbout06054 - BOND BLACKTOP INC 2010-11 ANNUAL SLURRY SEAL CP 10-09 DOC # 2011-0334424 08/01/2011 09:36A Fee:NC Page 1 of. 2 - �� ���• Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk d Recorder 111111111111111111111�111111111111111 l l l l l l l l l l l l 1111 S R U PAGE SIZE DA MISC LONG RFD COPY Recording Requested By And ' 2 When Recorded Return To: M A L 465 426 PCOR NCOR SMF NCH EXAM City of Palm Springs Attn:City Clerk N Cii1{7 C�s T: CTY UNI P.O.Box 2743,Palm Springs,CA 92263-2743 (SPACE ABDVE THIS LINE FOR RECORDING UM (EREMPT FROM RECORDING FEE PER GOV,CODE§6103) NOTICE OF COMPLETION NOTICE IS HEREBY given mat I. The City of Pahn Springs,California,is a municipal corporation,organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Pahn Springs is authorized and directed to execute,on behalf of said City,any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall,3200 E.Tahquitz Canyon Way,Pahn Springs,California(RO.Box 2743,Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property with the city was COMPLETED on the 29a day of Jane,2011. 5. The name of the contractor(if naafi)for such work of improvement was: Bond Bladdop,Inc.,P.O.Box 616,2828 Faber Street, Union City,CA 94587 6. The public work of improvement,which was completed in the City of Palm Springs;County of Riverside,State of Cal'nfomia,is described as follows:2010/2011 Annual Shwry Seat Project (—C-p 10—Oq) 7. Nature of Interest:Fee Owner 8. The property address or location of said property is:Various Streets within the City of Palm Springs, Sections 1,11,and13, Township 4 South,Range 4 East. ( S5f,� EXw 13 rr hA-.a) 9. City Project No.10-09,Agreement Number.6054 M P Cr1Y OF PALM SPRINGS: REVIEWED BY: t `^^ "^ DATED: Senior Public Works Inspector f��q MicUael K.Lytar BY: (� �/ DATED: I Director of Public Worka/CSty Engineer David J.Barakian JAMES THOMPSON,being duly sworn,says: That he is the City Clerk of the aforesaid City of Palm Spriggs, 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. City Clerk-James Thompson Index:No. 0811 EXHIBIT"A" CP 10-09:2010-2011 SLURRY STREET LIST Section ID Name From To 144156 WHTTEWATER CLUB DR FARRELL DR WW CC GATES 1144010 VIA MIRALESTE 135'S.OF THE PALMS PASEO EL MIRADOR 1144015 VIA MIRALESTE PASEO EL MIRADOR TACHEVAH DR 1144020 VIA MIRALESTE TACHEVAH DRIVE 318'S.OF TACHEVAH 1144025 VIA MIRALESTE 318'S.OF TACHEVAH DRIVE TAMARISK ROAD 1144030 VIA MIRALESTE TAMARISK ROAD ALEJO ROAD 1144040 TACHEVAH DR INDIAN CANYON DR VIA MIRALESTE 1144045 TACHEVAH DR VIA MIRALESTE AVENIDA CABALLEROS 1144065 TAMARISK ROAD AVENIDA CABALLEROS VIA MIRALESTE 1144080 CHUCKWALLA ROAD VIA MIRALESTE AVENIDA CABALLEROS 1144085 OPUNTIA ROAD CHIA ROAD CHUCKWALLA ROAD 1144090 VAQUERO ROAD CHUCKWALLA ROAD CHIA ROAD 1144095 RODEO ROAD CHIA ROAD CHUCKWALLA ROAD 1144100 FIESTA ROAD CHUCKWALLA ROAD CHIA ROAD 1144105 THE PALMS VIA MIRALESTE W END 1144110 CHIA ROAD VIA MIRALESTE AVENIDA CABALLEROS 1144115 COTTONWOOD ROAD AVENIDA CABALLEROS VIAMIRALESTE 1144120 COTTONWOOD ROAD VIA MIRALESTE CHAPARRAL ROAD 1144125 CHAPARRAL ROAD - VISTACHINO COTTONWOOD ROAD 1144140 MEL AVENUE(PARTIAL) VIA MIRALESTE INDIAN CANYON DR 1144150 STEVENS ROAD INDIAN CANYON ROAD AVENIDA PALOS VERDES 1144175 PASEO EL MIRADOR VIA MIRALESTE AVENIDA CABALLEROS 1144205 PASEO DE ANZA PASEO EL MIRADOR CHIA ROAD 1144225 LINDA VISTA ROAD PASEO EL MIRADOR PASATIEMPO ROAD 1144230 VIA DONNA PASEO EL MIRADOR DEEPAK ROAD 1144235 DEEPAK ROAD E END W END 1144240 DIANACIRCLE VIA DONNA WEND 1144245 CHRISTINA WAY VIA DONNA N END 1144250 SERENACIRCLE CHRISTINA WAY N END 1144255 OLIVE WAY AVENIDA CABALLEROS MARSHALLWAY 1144260 MARSHALL WAY OLIVE WAY AVENIDA CABALLEROS 1144280 HERMOSA DR TACHEVAH DR TAMARISK ROAD 1144295 HERMOSA DR TAMARISK ROAD ALEJO ROAD 1144300 BUENA VISTA DR AVENIDA CABALLEROS ARQUILLA ROAD a-m 1144305 BUENA VISTA DR ARQUILLA ROAD HERMOSA DR v®N 1144310 BUENA VISTA DR HERMOSA DR PASEO DE ANZA m^0 1144315 BUENA VISTA DR PASEO DE ANZA SUNRISE WAY .�..NN 1144320 SAN JACINTO WAY SUNRISE WAY PASEO DE ANZA 1144325 SAN JACINTO WAY PASEO DE ANZA HERMOSA DR N 0 m 1144330 SAN JACINTO WAY HERMOSA DR ARQUILLA ROAD m 1144335 SAN JACINTO WAY ARQUILLA ROAD AVENIDA CABALLEROS 1144360 VERBENA DR SUNRISE WAY PASEO DE ANZA 1144365 VERBENA DR PASEO DE ANZA HERMOSA DR 1144390 AVENIDA CABALLEROS ALEJO ROAD TAMARISK ROAD 1144400 AVENIDA CABALLEROS TACHEVAH DR PASEO EL MIRADOR 1144405 AVENIDA CABALLEROS PASEO EL MIRADOR VISTACHINO 1144410 VIAALTAMIRA AVENIDA CABALLEROS ARQUILLA ROAD 1144415 VIAALTAMIRA ARQUILLA ROAD HERMOSA DR 1144420 VIA COLUSA HERMOSA DR ARQUILLA ROAD 1144425 VIA COLUSA ARQUILLA ROAD AVENIDA CABALLEROS 1144430 PLAZA AMIGO ALEJO ROAD GRANVIA VALMONTE 1144435 PLAZA AMIGO GRANVIA VALMONTE TAMARISKROAD 1144440 PASEO DE ANZA TAMARISK ROAD GRANVIA VALMONTE 1144445 PASEO DE ANZA GRANVIAVALMONTE ALEJO ROAD 1144450 CALLE ROLPH ALEJO ROAD GRANVIAVALMONTE 1144455 CALLE ROLPH GRANVIA VALMONTE TAMARISK ROAD Z 1144460 CALLE MARCUS TAMARISK ROAD GRANVIA VALMONTE 0 1144465 CALLE MARCUS GRANVIA VALMONTE ALEIO ROAD 1144470 GRANVIA VALMONTE SUNRISE WAY HERMOSA DR 1144475 GRANVIA VALMONTE HERMOSA DR ARQUILLA ROAD -- 1144480 GRANVIA VALMONTE ARQUILLA ROAD AVENIDA CABALLEROS 1144490 LOS NIETOS ROAD ALEJO ROAD GRANVIAVALMONTE 11445Q AVENIDAOUVOS TAMARISK ROAD 32Y S.OF TACHEVAH DR 1344056 BARISTO ROAD 243'E.OF CL FARRELL DR CIVIC DR 1344205 ANDREAS ROAD AIRLANE DR LOUELLA ROAD 1344210 ANDREAS ROAD LOELLA ROAD FARRELL DR CITY OF PALM SPRINGS CALIFORNIA P.O.Box 2743,Pahn Springs,California 92263,(760)323-8253 �( Department of Public Works and Engineering NOTICE OF ACTION FOR: ■PUBLIC AND/OR ❑PRIVATE IMPROVEMENTS TO: Bond Blacktop,Inc. ACCEPTANCE DATE:June 29,2011 P.O.Box 616 PROJECT: CP 10-09 2010/2011 Slurry Seal Union City,CA 94587 AGREEMENT N0. MINUTE ORDER NO. N/A This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS Drive Approaches EA. Curbing L.F. Type A3 Curb&Gutter L.F. Street Paving S.F. Construct AC Paving S.F. Sidewalks S.F. Sidewalks S.F. Driveway Approaches S.F. Relocate Existing Sign S.F. Bike Paths S.F. C)� C p,p Remove Existing Sand/Gravel S.F. Sewer Mains L.F. —4 47 T N rn Construct 4"of C.M.B. S.F. Sewer Laterals 'L.F. j-+ t vn Construct Spandrel&Curb Return: EA. Sewer Manholes EA. ox r-Tt Construct 3"of Gravel S.F. Storm Drains L.F. m 3 > ='C Construct 6"AC Berm L.F. Survey Monuments EA. " S o rn c q0 Traffic Striping and Markings L.S. L; _ Slurry Seal/Cracksealing 1,931,269 S.F. P - IV Location: Various Street within the City of Palm Springs,Sections 1.11,and 1�.Township 4 South, Range 4 East C.P.S.Drawing No(s). Permit No. 43114-944 Contractor(s)actually doing the work Bond Blacktop.Inc..CalStripe Inc. Notify your bonding company/bank to release the following bonds: No. 054 38 35 in the amount of$423,313.20 Performance No. 054 38 35 in the amount of $423313.20 Payment No. in the amount of $ Monuments No. in the amount of $ Maintenance Security No in the amount of $ Correction&Repair Construction bond in the amount of $ for Engineer: CITY ENGINEER Bond Co./Bank: International Fidelity Insurance Co. Comments:FINALLCONpTRACT AMOUNT:$424568.80 Submittedby: Dated: TZc' ,1 Senio 5bki ks Inspector Approved by._ Dated: r Director of Public Works/City Engineer Distribution: Original to Engineering Project File; Copies to Addressee, City Clerk,Engineering,NOA Binder, Street Maintenance Manager,Economic Development,Building,Facilities Index No.1108 I I CITY OF PALM SPRINGS i CONTRACT CHANGE ORDER I To: Bond Blacktop Inc. Date: July 13,2011 P.O.Box 616 Project No.: 10-09 Union City,CA 94587 Project: 2010/2011 Slurry Change Order No.: One(1) Contract Purchase No.: 11-0628:0 Account Numbers: 1344498-50100 Agreement No.: 6054 Changes to Contract Items: 2. Crackseal and Slurry 41,828 SF @ $0.20/SF $8,365.60 A. Liquidated Damages 9 Days @-$790.00/day $7,110.00 Total— Change Order Increase Amount $1,255.60 REASONS FOR CHANGES: 2. Actual area of slurry placement exceeded the original estimate by the amount indicated above. A. Liquidated damages assessed in accordance with the contract due to expiration of allowable contract time prior to completion of the work. Work exceeded extended time by 9 working days. ADDITIONAL CONTRACT TIME Four working days are being added for public convenience issues. Eight working days are being added for a work suspension enacted for slurry curing prior to striping. SOURCE OF FUNDS Funds are available in Account No. 134-4498-501.00 1 ORIGINAL BID ANWOR AGREEMENT I M Summary of Costs Contract Time Original Contract Amount: $423,313.20 Original Completion Date: May 23, 2011 This Change Order: $1,255.60 Days Added for this C.C.O. 12 Previous Change Order(s): $0.00 Previous Days Added: 0 Revised Contract Amount: $424668.80 Revised Completion Date: June 14, 2011 I have received a copy of this Change City A al: Order and the above AGREED PRICES /J 7 Z 5-►� are acceptable to the contractor. Submitted by JCS Date Senior Public Works Inspector By. CLL , _ tlll_%/. Approved by #vL Date if Bond Blacktop City Engineer Date 7 "I '7 I Attest y-- to City Clerk Distribution: Original Executed Coolies Conformed-File Copy Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) APPROVED BY CITY COUNCIL ei N a1 21>, . lab6 OMENT HEAD 2 AGREEMENT THIS AGREEMENT made this )0- day of , 20� , by and between the City of Palm Springs, a charter city, organized ar12 existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Bond Blacktop, Inc. 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: 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 The Work is generally described as follows: Installation of hot asphalt-rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of Rubber Polymer Modified Slurry (RPMS) on various City streets in Sections 1, 11 and 13, Township 4 South, Range 4 East (as listed in the Appendix); traffic striping; and all appurtenant work 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 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. 2010/2011 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 10-09 AGREEMENT AND BONDS-PAGE 1 nP(.,-m IPr 1 9010 ARTICLE 3 -- CONTRACT PRICE $423,313.20 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 00 to 00, 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. 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. 2010/2011 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 10-09 AGREEMENT AND BONDS-PAGE 2 December 1.2010 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 a��t�12a/( Agreement No. APPROVED AS.TO FORM: By _ City Attor y Date CONTENTS APPROVED: Bye__. City Engineer Date Z / By. ., — _�' APPROVED BY CITY COUNCIL City Mana, Date 2010/2011 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 10-09 AGREEMENT AND BONDS-PAGE 3 December 1.2010 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: Bond Blacktop, Inc. Check one:_Individual Partnership X Corporation Address: 2828 Faber Street Union City, CA 94587 By: 4AAYAJ c ' �,.. -- - By:—&d-t.j Signature (notarized) Signature (notarized) Name: Edward Dillon Name: Edward Dillon Title: President Title: Secretary (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of California I.I State of California C County of Alameda I- ss County of Alameda I ss On January 27, 2011 On January 27, 2011 before me, Kristin Ericson, Notary Publi¢before me, Kristin Ericso_n,_Notary Public personally appeared Edward Dillon personally appeared Edward Dillon who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the persontst whose name( o evidence to be the person*) whose name(sj is/tire subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/she/t+Iey executed acknowledged to me that he/s4te/we� executed the same in his/he4hewif authorized capacityoes�- the same in his*ve�authorized capacity(ies), and that by his/herltheir signatures(* on the and that by his#ier' r signatures($} on the instrument the person(s}, or the entity upon behalf instrument the person(sl, or the entity upon behalf of which the persorfs} acted, executed the of which the person(# 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: .. ; 1 Notary Signature Notary Seal: KRISTIN ERICSON Commission 1784d84 Notary Public -Californld KRISTIN ERICSON Alameda County Commi1& ssion # 1784p84 Carrxn.6 k Jan 18,2012 Notary Public -California Alameda County canlm. Jan 18.2012 y 2010/2011 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 10-09 AGREEMENT AND BONDS-PAGE 4 December 1,2010 r BOND BLACKTOP, Inc. COMPLETE ASPHALT MAINTENANCE Certification by Secretary of Corporate Resolution At the meeting of the Directors of Bond Blacktop, Inc., a corporation organized and existing under the laws of the State of California, duly called and held in accordance with the articles of incorporation and bylaws of the corporation at its office on April 22"d, 2004 at which a quorum of the.directors was present the following resolution was adopted to wit: Resolved, that Edward Dillon, President and Secretary is hereby authorized to sign contracts/agreements in the name of and on behalf of Bond Blacktop, Inc. I, Edward Dillon, Secretary of Bond Blacktop Inc., do hereby certify that I am Secretary of said corporation and.that the above is a frill, true, and correct copy of a resolution of the Board of Directors of said corporation, duly adopted at the meeting held on April 22nd, 2004 and that said resolution has not been revoked or rescinded. In witness whereof, I have hereunto subscribed my name and affixed the seal of said corporation. 9 Date Edward.Dillon, Secretary P.O. Box 616, Union City, CA 94587 Phone (510) 441-9981 F'ax (510) 441.9,982 Contract Lic. #746432 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: 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 Bidder accepts all of the terms and conditions of a e Contract Doc Bidders includealdingw without limitation those in the Notice Inviting Bids and th th the disposition of the Bid Security. This Bid will remain open for the period stated in theh n the time Notice Inviting a d iBis, unless nthe manne�required therwise required by law. Bidder will enter into an Agreement in the Instructions to Bidders, and will furnish the Contract anteDocu certificates, rti cates, Payment Bond, Performance Bond, and all Permits required by Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number NONE Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations),suchindependent nivions affecting estigations as Bidder deems cost, progress, or performance of the Work, and has ma de necessary. In conformance with the current statutory requirements certification: California Labor Code Section 1860, et seq., the undersigned confirms the following as it 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. i 2010/2011 SLURRY SEAL BID AGREEMENT CITY PROJECT NO. 10-09 BID FORMS-PAGE 2 December 1,2010 ro 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 urther agrees to complete the Work required under the Contract Documents within the Contract Fime stipulated in said Contract Documents, and to accept in full payment therefor the Contract 'rice based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding 3chedule(s). Gated: 01/10/11 adder: Bond Blacktop, Inc. 3y: &JVJ - (Signature) title: Edward Dillon, President 2010/2011 SLURRY SEAL CITY PROJECT NO.10-09 BID AGREEMENT December 1,2010 BID FORMS-PAGE 3 BID SCHEDULE Schedule of Prices for the Construction of the: 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 Various City Streets in Sections 1, 11 and 13 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control - -- Ls $ 13 000.oo J Crack-sealing, crack-filling, and construction of Rubber Polymer / Modified Slurry (RPMS), including $ 0.20 $ 377 888.20 J 2. mobilization, and all appurtenant work 1,889,441 SF on various streets in Sections 1, 11 and 13, Township 4 South, Range 4 East, as listed in the Appendix Removal and replacement of all existing J traffic striping (including all non- $ 32.425,00 3. reflectorized and reflectorized raised - - - LS pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF THE BID SCHEDULE: 3 $ 423,313,20 1 ►1 Il (Price in figures) Four Hundred Twentv Three Thousand Three Hundred Thirteen Dollars and Twen Cents (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Bond Blacktop, Inc. _ Name of Bidder or Firm 2010/2011 SLURRY SEAL BID SCHEDULE CITY PROJECT NO.10-09 BID FORMS-PAGE 4 December 1.2010 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS \s required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and ►usiness address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of he Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which All be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as ►therwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the cords "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive Ind may cause its rejection. >pecial Note: The Prime Contractor shall perform not less than 50%of the Work identified in this Bid. In the event a Wder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, he Bid shall be considered non-responsive. Wders shall list the total %of Work to be performed by the Prime Contractor here: 92.4%hall not be less than 50%) Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1. Pavement Marking 685387 7.6 CalStripe Inc. 375 S. "G" Street San Bernardino, CA 92410 2. 3. 4. 5. 6. 7. 8. Z010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 aecember 1,2010 LIST OF SUBCONTRACTORS BID FORMS-PAGE 5 BOND BLACKTOP, INC. P.O. Box 616 Union City, CA 94587 Ph: (510) 441-9981 Fax: (510) 441-9982 Contractor's License No.746432 PROJECT REFERENCES CITY OF MONTEREY CITY OF POWAY 353 Camino El Estero 13325 Civic Center Drive Monterey, CA 93940 Poway, CA 92064 Contact: Richard Llantero (831) 646-3446 Contact: Jeff Beers (858) 668-4624 Street Resurfacing, (c (Slurry/Cape Seal) 2009 2009-2010 Slurry Seal and ARAM Project, Bid Completed: December 2009 No. 09-015 Contract Amount: $313,500.00 Completed: November 2009 Contract Amount: $1,231,071.00 CITY OF COALINGA CITY OF PICO RIVERA 155 West Durian Street 6615 Passons Blvd. Coalinga, CA 93210 Pico Rivera, CA 90660 Contact: Randy Arp (559) 935-1533 Contact: Rick Kern (562) 801-4351 2010 Pavement Management Program Residential Resurfacing Program (RRP) Phase Completed: "C", Project No. 21225 Contract Amount: $152,390.00 Completed: June 2010 Contract Amount: $530,265.00 CITY OF FREMONT CITY OF COMPTON 39550 Liberty Street 333 Brea Canyon Rd., Suite 120 Fremont, CA 94537 Diamond Bar, CA 91765 Contact: Steve Otis (510) 494-4701 Contact: Enrique Jimenez (562) 244-4609 Slurry Seal 2009, PWC 8240 B ARRA Preventive Street Maintenance Project Completed: November 2009 Completed: June 2010 Contract Amount: $1,013,114.00 Contract Amount: $495,385.00 acctng/masters/2010CityJobReferences Rev.1/10/2011 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 10-09 Bid Opening Date 0 1/11/11 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: N/A Local firms that will furnish materials or supplies to the Bidder for this project: Chandler Aggregates -- Aggregate & Trucking 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 December 1,2010 LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS BID FORMS-PAGE 6 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 de which rattacht for copies alcipation by local f advertisements firms for this project was placed by (please or proofs of publication): Publications Dates of Advertisement N/A B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for followingtdp initial lse attachtions to copies of sormine t citationlsh certainty whether the local firms were in (p telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation No iocal firms identified able to quote item #3 - only item where subcontractor is required. 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 December 1,2010 LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS BID FORMS-PAGE 7 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 O Of Performs Item Contract Y/N N/A 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: N A Names, addresses and phone numbers of firms selected for the work above: N/A NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 December 1,2010 LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS BID FORMS-PAGE 8 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of Alameda ) 1, Edward Dillon , being first duly sworn, deposes and says that he or she is President of Bond Blacktop, Inc. , 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 Bond Blacktop, Inc. _ By �AIIX'JdL Title President Organization California Corporation Address P.O. Box 616 Union City, CA 94587 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 NON-COLLUSION AFFIDAVIT December 1,2010 BID FORMS-PAGE 9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Alameda On January 10, 2011 before me, Kristin Ericson, Notary Public Date Here Insert Name and Title of the Officer personally appeared Edward Dillon Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(* whose names} i-%4m subscribed to the within instrument and acknowledged to me that hef ey executed the same in hisfherfteir•authorized capacity(ies}, and that by hisfherftheir signature(s) on the instrument the person(sy, or the entity upon behalf of which the person* acted, executed the instrument. KRISTIN ERICSON I certify under PENALTY OF PERJURY under the laws -rA09 Comminlon # 1789049 9 of the State of California that the foregoing paragraph is Notary Public -California true and correct. Alameda County - Co m'F, tr jan1E,2012 WITNESS my and and official seal. Signature _— Place Notary Seal Above Sign fT11'?s of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Non-Collusion Affidavit Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): LJ Corporate Officer—Title(s): ❑ Partner—LJ Limited LJ General _ _ ❑ Partner—LJ Limited F General LJ Attorney in Fact - • F1 Attorney in Fact • -El Trustee El Trustee - Top of thumb here Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator LJ Other: 71 Other: Signer Is Representing: Signer Is Representing: ©2007 National Notary Association•9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91 31 3-2402-www.NationalNotary.org Item#5907 Reorder:Call Toll-Free 1-800-876-6827 BID BOND KNOW ALL MEN BY THESE PRESENTS, That Bond BlacktoR, Inc. as Principal, and International Fidelity Insurance C2EWMy as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: Ten erc ut o dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s)of the City's Contract Documents entitled: 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 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 z required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND SEALED, this 28th day of December , 20 is PRINCIPAL.: Bond _Blacktop, Inc. Check one: individual,_partnership, X corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: International Fidelity Insurance Company See Attached Corporate Resolution signature d (NOTARIZED) Print Name and Title: BY B signature Isignature (NOTARIZED) OTARIZED) Print Name and Title: Print Name and Title: Edward Dillon, President/Secretary/ Stacy M. Davis Attorney-in-fact 2010/2011 SLURRY SEAL Treasurer BID BOND(BID SECURITY FORM) CITY PROJECT NO. 10-09 BID FORMS-PAGE 11 December 1.2010 Tel(973 7200' I'0 10. INTOI� TIC N I J`qI� I '"Y INS I RANG COM HOME:OFI ICE ONE NEWAIZIC!irlw lT R,201 kI FLOOR NEWAItT NSW JERSFY 071I12 5207 ':,:: KNOW ALL MEN H 'THESE PRESENTS That INTERNATIONAL FUJEI rry INstaANCE COMPANY, a.corporation organized and exi5hsig laws ofthe State of New Jersey,,and:l aving its principal efface in the City of I�Iewark,New Jersey,does hereby constitute;and appoint K. DIX0N WRIGff T' CHERYL A. RIPLEY, NANCY L :WALLIS DONNALYN RIMS CATHERINE A. PINN Y, KANDACE L.`:REEVV'S, STACY M, DAVIS,:VENET•IA G :J'OHt' SON Petaluma, CA: its true and lawful attorney(s)'in fact to execute,seal and deliver for and Qn.its behalf As surety,any and all bonds and)jndertakrtigs;,.contracts of indemnity and;. other writings obligatory to the nature thereof,:which.are or may be allowed required or rtmtted by law,stature,rule reggulation,contract or otherwise,and the execution of such instrument(s) in pursuance of these presents, shaft be as :bt in$ upon the said INTERNitl.7'I[aNA;L 'FIDELITY INSURANCE COMPANY; as fully and amply, to all intents and purposes, as if the same.had beets duly executed and acknowleddged by its regularly elected officers at its principal office. This Power of Attorpey is executed,and may be revoked,pursuant to and by authority of Article 3-Section 3,of the By-Laws adopted by the Board.of Directors of INTERNATTONA1.FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February; f9741. The President or.any,Vice President,Executive Vice President,Secretary or Assistant Secretary,shall have power and authority (1)To appoint Attorneys-in fact,and to authorize them to execute on behalf of the Company,and attach the Seal of die Company thereto,'bonds and undertakings,contracts of indemnity and other writings obligatory in the stature thereof and, (2)To remove,at any time,any such attomey-in-fact and revoke the authority;given. Further,this Power of Attorney is si ned and sealed by facsimile:pursuant to resolution of the Board.of Directors of said Company adopted at a meeting duly called and held tin the 29th dayof�April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal:of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and bindin upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. ITY rN, IN TESTIMONY WHEREOF;INTERNATIONAL FIDELITY IN$URANCE;COMPANY has caused this instrument to be signed'and its corporate seal be affixed by its authorized officer,this,l6th day of October,A.D:2007. () pp'"�J � INTERNATIONAL FIDELITY INSURANCE COMPANY t' SEAL STATE OF NEW JERSEY 1904 County,of Essex Secretary On this 16th day of October 2007,before the came the individual who executed the precedingg instrument, to 6e personallyy known arid;being by me duly sworn,said the he is the therein described and authorized officer of,the INTERNATIONAL FIDI�LITY INSURANCE COMPANY-thar the seal affixed to said.instrument is the Corporate Seal of said Cvinpany;that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. ti�,a`` 1.1P� +Vlz IN TESTIMONY'WHEREOF,I have hereunto set my hand affixed my Official Seal, �" + at the City of Newark,New Jersey the day.,and year first above written. 010.a Aw VGw� A hICITAR1'PUBLIC OF 1'�IMW.IERSIrV Gl RTIFICAIIOIxf My Commission Expires March.,27 2.014 I;the undersigned officer of INTERNATIONA J�FIDELPI Y INSURANCE COMPANY do hereby certify that I have edmlaared'the foregoing copy of the Power of Attorney,and affidavit,and the;copy of the.Section of they Laws bF said Company as set forth in said:Power of Attorney with the;ORIGINALS ON 1N THE HOME OFFICE OF SAID CO.a�IPAI�IY;:and that the same'are correct transcripts th'creaf,and of the whole of the said originals,and,that the said Power of Attorney has not been revoked and is aow infull force;and effect IN TESTIMONY WkIEREC1,I hav :hereunta"settiiy}rand this j. x s 2IO Z$lth: day of Dece + ' Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Sonoma On December 28, 2010 before me, Nancy L.Wallis,Notary Public Date Here Insert Name and Tille of the Officer personally appeared Stacy M.Davis Name(s)of Slgner(s) who proved to me n the basis of tisfactory evidence to be the persorhose name��ubscribed to the wit ' Instrument and ackno3PSiCgC11natureW`6n to me that t e /t4< cuted the sa intheir authorized NANCY L. WALLIS z capacity s), and that by er the 461 �! COMM,01811395 n instrument the person , or a entity upon behalf of () NOTARY PUBLIC-CALIFORNIA ;0 which the personacted, executed the instrument. Z SONOMA COUNTY = My Comm.Expires Aug.28,2012 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my rid and official seal. Signature Place Notary Seal Above Sign ure of N y Public OPTIONAL Though the information below is not required by law,It may prove valuable to pers s relying on the document and could prevent fraudulent removal and reattachment of this form to another document- Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Stacy M.Davis Signer's Name: 0 Individual Individual ® Corporate Officer—Title(s): Corporate Officer—Title(s): Partner—❑ Limited ❑ General _ Partner—❑ Limited ❑ General Attorney in Fact ®Attorney in Fact • 0 Trustee Top of thumb here Trustee Top of thumb here ® Guardian or Conservator Guardian or Conservator Other: E]Other: Signer Is Representing: Signer Is Representing: 02007 National Notary Association-9350 De Soto Ave.,PO-Box 2402-Chatsworth.CA 91313-2402-www.NationaiNotary.org Item 45907 Reordar:CallToll-Free 1.800.876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Alameda On January 10, 2011 before me, Kristin Ericson, Notary Public Date Mere Insert Name and Title of the officer personally appeared Edward Dillon Name($)of Signer(s) r who proved to me on the basis of satisfactory evidence to be the person( whose name(s) istma subscribed to the within instrument and acknowledged to me that he#_0%4 hey executed the same in him authorized capacitom), and that by hisfheNtheit-signatureM on the instrument the person( or the entity upon behalf of which the personO acted, executed the instrument. KRISTIN ERtC&ON I certify under PENALTY OF PERJURY under the laws Commission ip t 7a9mg of the State of California that the foregoing paragraph is Notary Public -California true and correct. Alamodo County RadCcxnm. Janla.2o12 WITNESS my and and official seal. Signatu Place Notary Seal Above otary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact -. ❑Attorney in Fact vial ❑ Trustee Top of thumb here Top of thumb here ❑Trustee ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: 02007 National Notary Association•9350 De Soto Ave.,PO-lox 2402•Chatsworth,CA 91313-2402•www.Natk)nalNotary.org Item#5907 Reorder:Call Toll-Free 1-800-876-6827 BOND BLACKTOPInc. COMPLETE ASPHALT MAINTENANCE Certification by Secretary of Corporate Resolution At the meeting of the Directors of Bond Blacktop, Inc., a corporation organized and existing under the laws of the State of California, duly called and held in accordance with the articles of incorporation and bylaws of the corporation at its office on April 22nd, 2004 at which a quorum of the_directors was present the following resolution was adopted to wit: Resolved, that Edward Dillon, President and Secretary is hereby authorized to sign contracts/agreements in the name of and on behalf of Bond Blacktop, Inc. I, Edward Dillon, Secretary of Bond Blacktop Inc., do hereby certify that I am Secretary of said corporation and that the above is a full, true, and correct copy of a resolution of the Board of Directors of said corporation, duly adopted at the meeting held on April 22nd, 2004 and that said resolution has not been revoked or rescinded. In witness whereof, I have hereunto subscribed my name and affixed the seal of said corporation. 4 2 Date Edward Dillon, Secretary P.O. Box 616, Union City, CA 94587 Phone (510) 441-9981 Fax (510) 441-9.982` Contract Lie. #746432 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: Bond Blacktop, Inc. 2828 Faber Street Union City, CA 94587 2. CONTRACTOR'S Telephone Number: ( 510 ) 441-9981 Facsimile Number: ( 510 ) 441-9982 3. CONTRACTOR'S License: Primary Classification A State License Number(s) 746432 Supplemental License Classifications NIA 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety International Fidelity _ Address 1575 Treat Blvd. , Walnut Creek, CA 94598 Surety Company Wells Fargo Surety Services Telephone Numbers: Agent �07 ) 773-1849 Surety( 925 ) 256-8760 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: Edward Dillon President/Secretary/Treasurer P.O. Box 616 Union City, CA 94587 _ 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 BIDDER'S GENERAL INFORMATION December 1,2010 BID FORMS-PAGE 12 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 25+ years 9. List at least three related projects completed to date: **SEE ATTACHED** a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: Juiio Rodriguez, Superintendent 11. Is full-time supervisor an employee x 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. 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 BIDDER'S GENERAL INFORMATION December 1,2010 BID FORMS-PAGE 13 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 Bond Blacktop 746432 4. MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY P.O. Box 616 Union City 6. ZIP CODE 7. TELEPHONE NUMBER 94587 510-441-9981 8. ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) Various Street Locations within the City of Palm Springs 9, CONTRACT OR PROJECT NUMBER 10. DOLLAR AMOUNT OF CONTRACT AWARD CP10-09 $ 423,313.20 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 03 / 14 / 2011 9USE NUMBERS) 04 / 14 /2011 / (USE NUMBERS) 13. TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL, HOSPITAL,ETC.) 14. Streets a NEW CONSTRUCTION FX--1 ALTERATIONS 15. CLASSIFICATION OR TYPE OF WORKER(CARPENTER,PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) Pavement Marking General Contractor 16. Is language included in the Contract Award to effectuate the provision of section 0 Yes Q 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 URE 18. TITLE 19. DATE Manager 2/15/2011 20. PRINTED OR PE NAME 21, TELEPHONE NUMBERS Craig L. Gladders Manager, Procurement&Contracting 76-=322-8368 Duplication of this form Is permissible DAS 13(rev.5/01) PUBLIC WORKS CONTRACT AWARD INFORMATION Contract award information must be sent to your Apprenticeship Committee if you are approved to train. If you are not approved to train,you must send the information(which may be this form) to ALL applicable Apprenticeship Committees in your craft or trade in the area of the site of the public work. Go to: http://www.dir.ca.gov/das/PublicWorksForms.htmfor information about programs in your area and trade.You may also consult your local Division of Apprenticeship Standards(DAS)office whose telephone number may be found in your local directory under California,State of,Industrial Relations,Division of Apprenticeship Standards. Do not send this form to the Division of Apprenticeship Standards. NAME OF YOUR COMPANY CONTRACTOR'S STATE LICENSE NO Bond Blacktop, Inc. 746432 MAILING ADDRESS-NUMBER&STREET,CITY,ZIP CODE AREA CODE&TELEPHONE NO. P.O. Box 616, Union City, CA 94587 (510) 441-9981 NAME&ADDRESS OF PUBLIC WORKS PROJECT PATE YOUR CONTRACT EXECUTED 2010/2011 Annual Slurry Seal, City Project #10-09 January 2011 DATE OF EXPECTED OR ACTUAL START OF PROJECT February 2011 NAME&ADDRESS OF PUBLIC AGENCY AWARDING CONTRACT ESTIMATED NUMBER OF JOURNEYMEN HOURS City of Palm Springs �+ 72 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262 OCCUPATION OF APPRENTICE Slurry Seal Worker THIS FORM IS BEING SENT TO:(NAME&ADDRESS OF APPRENTICESHIP PROGRAM(S)) ESTIMATED NUMBER OF APPRENTICE HOURS Southern California Pavement Striper, Road Slurry, Seal Coat, March 2011 & Highway Maintenance JAC APPROXIMATEDATE$TOBEEMPLOYM 1074 East La Cadena Drive, #9 288 Riverside, CA 92507 rD This is not a request for dispatch of apprentices. Contractors must make a separate request for actual dispatch,in accordance with Section 230.1(a)California Code of Regulations Check One Of The Boxes Below 1. ❑ We are already approved to train apprentices by the Apprenticeship Committee. We will employ and train under their Standards. Enter name of the Committee 2. ❑ We will comply with the standards of Apprenticeship Committee for the duration of this job only. Enter name of the Committee 3. FX—] We will employ and train apprentices in accordance with the California Apprenticeship Council regulations, including §230.1 (c)which requires that apprentices employed on public projects can only be assigned to perform work of the craft or trade to which the apprentice is registered and that the apprentices must at all times work with or under the direct supervision of journeyman/men. Signature Date 0- L71—W Typed Name Kris Ericson Title Project Assistant State of California-Department of Industrial Relations DIVISION DAS 140(REV.1/04) OF APPRENTICESHIP STANDARDS Department, of Consumer Affairs Contractors State L1 � e oard Contractor's License Detail - License # 746432 At 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(...8....&..P...7124,.,8,) 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. y> Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number 746432 Extract Date: 1/24/2011 BOND BLACKTOP INC P0 BOX 616 Business Information UNION CITY,CA 94587 Business Phone Number:(510)441 9981 Entity. Corporation Issue Bate 02/27/1998 Expire Date 02/29/2012 License Status This license is current and active. All Information below should be reviewed. Additional Status: CLASS DESCRIPTION Classifications: A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number SSB396942 in the amount of$12,500 with the bonding company RLI INSURANCE COMPANY, Effective Date:01/28/2010 Contractor's...Bonding History Bonding: BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO)DILLON EDWARD DEAN certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date:02/13/2001 BQI's Bonding History Workers'Compensation: This license has workers compensation insurance with the COMPANION....PROPRRTY AND CA...SUAL7Y INSURANCE....COMPANY Policy Number:CPCA11811 httns-//www2 cclh ca --9Y -'NY,,,,,—'7AAA 1IM1101 1 City of Palm Springs,CA Pr=wrant Contracting DM Wm Bid Abstract BID ABSTRACT - Vendor&Bid amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Sid Amount PROJECT NO CP 10-09 PROJECT NAME: 2010/2011 Annual Slurry Seal DUE DATE: 01/11/2011 Total of all Items: Le q- TOTAL Whitnessed S . Date: �� �o City of Palm Springs,CA Bid Abstract BID ABSTRACT Vendor&Bid mount Vendor&Bid Amoimt Wendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount PROJECT NO CP 10-09 , PROJECT NAME: 201012011 Annual Slurry Seal DUE DATE: 0111112011 , Total of ali Items: TOTAL Whitnessed S : Date: a a r � 8�s s ysyjj $ 44s K d W 6 3 - s s 9 a w a - l_ - P '. f hS4a 7 w wm. DAT Cit Pr0ect"No. ❑at8$ Ppbrishl d: .DIV AND APP'NOnCE Y N . Bid melt@':'4 TIrne: PROJECT: 14" SI�CiCWFUL 1. a, " C ' . :" 71 4• 9, 5. rM ', rr► ' 1' �R OKOROU'm � Kt � rarrir 4 itJ to rACN 1 �°►t#►dViit O ,,I�fon- prfu �pn,�i � r�l,otantnd? ir`S I tl tiOr1'!Rt�glrl�'l#Ci Of bid, dr, r A,thOyiit of f6soron'p'r,equirnd, 01ii`F'r,{id Air1quMtq J1116 d9�kCF i n Fyn a ,w prAtraott� uce, se 1 ,o: 2L Str�°tur. , Nlo, afi day"O to complste;Wbr stimat�d Mart p6to p 0 da�/s;'In,wtliCh"tp xecte dCtiI*�Ctftr Noticef WOkt1 (det#, 3ity CAarNcredsrir�iz�6otrest fir-ex� tlan�, , a � =68Cpt► xhittS,t�pres�lry Ebt ;ta bb oa t9tetr htr w40 t~ #t►ydenda Y "N rVo. AAitlnd rp �d by CaA� r �kpr7 PFtCfMAN �pN9 PAYMrENrQ1dC� w.... R +Cp�Air:GTlpN ttEl� li t11 . rirCfur llcrder: ► r♦rr: • ,.cr�IcK7 "C ' fu .� rr:A'ktisAtr�ANti�r+ C� N C� lir y rM i su �essfw l 8i rders� �pr3CAffc, o"s#cr CO tt" cZeX lutr tr; + ar�ie * CAE+cK7 " ry O l aosl rM �'',t , ? 'Y J Attacad Y . 1Niaf tontrCtnt i ): Prpr►idod f�r �+fvyly �0 PEGS & A REEMENT FOOM t E tENCE: Pubr rtt'G a SwriC� 2 I1u0 Y '. :lobar Colo 1" '74,5 Y r. bor.!Crde rfi 'M + If nia,s nd 16N Standard 4r'cifl"C''ati6fis far,F'tAb' fic orks n tructi06 �ON' Im'M BY: � CITY PROJECT NO. 10.09 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: �� QROFESSIO/yq SLF�,r,,�Ey Marcus L. Fuller �= Assistant Director of Public Works/ w 7271 Assistant City Engineer Civil Engineer C 57271 cre, fq OF CAS\F�� Approved by: David J. Barakian, P.E. Director of Public Works/City Engineer Civil Engineer C 28931 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 December 1,2010 SIGNATURE PAGE NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Local Business Preference Program Good Faith Efforts Non-collusion Affidavit Bidder's General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker's Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III --APPENDICES APPENDIX "A" Listing of streets Street maps City of Palm Springs Standard Drawings No. 625 Caltrans Standard Plan No. A20A, A2013, A20D and A24A CrafcoTM Polyflex Type 3 Sealant Product Data Sheet 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 SPECIAL PROVISIONS December 1,2010 GENERAL CONTENTS-PAGE 1 CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 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 2010/2011 SLURRY SEAL. CITY PROJECT NO. 10-09 PART 1 CONTENTS December 1,2010 PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS 2010/2011 Annual Slurry Seal City Project 10-09 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2010/2011 Annual Slurry Seal, City Project 10-09, will be received by the Procurement and Contracting Division of the City of Palm Springs, California, until 3:00 P.M. on January 11, 2011, at which time they will be opened and read aloud. The Engineer's Estimate is 1450,000. N-2 DESCRIPTION OF THE WORK: The Work comprises the installation of hot asphalt- rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various streets; construction of Rubber Polymer Modified Slurry (RPMS) on various City streets in Sections 1, 11 and 13, Township 4 South, Range 4 East (as listed in the Appendix); traffic striping; and all appurtenant work. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder, and reject all other bids, as it may best serve the interest of the City. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class "A" OR "C-12" OR "C-32" Contractor license at the time of submitting bids. N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage ' rates at the project site. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. 2010/2011 SLURRY SEAL CITY PROJECT No. 10-09 NOTICE INVITING BIDS December 1,2010 PAGE 1 N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $15.00 per set by cash, check or credit card and are obtainable from the City of Palm Springs Engineering Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. Make checks payable to "City of Palm Springs". (c) An additional mailing fee of $5.00 will be charged for sets of documents sent by mail. Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. If you have a FedEx No. or an On-Trac No, include that in your correspondence. If you do not have either of these, please include the mailing fee in your check for Bid Documents to cover the cost of shipping. If you have any questions, please call the Engineering Secretary at (760) 323-8253 x 8738 Or by e-mail at kim.licon@palmspringsca.gov. (d) Obtaining Bid Documents and registration as a Bidder: If you are interested in submitting a bid, Bidders shall contact Kim Licon, Engineering Secretary, by e-mail at kim.licon@palmspdngsca.gov, or by phone at (760) 323-8253 x 8738, to officially register as a Bidder for this project with your company name, address, phone, fax, contact person and e- mail address. Bidders must be registered to submit a Bid; failure to register may be cause to find a Bid non-responsive. (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be removed from the bound Bid Document and used to submit a bid. (f) This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the City's webpage at www_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@paimspringsca.gov. Questions must be submitted by 2:00 PM, January 5, 2011. Questions received after this date will not be accepted. 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 NOTICE INVITING BIDS December 1,2010 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 Date David J. Barakian, PE Director of Public Works/ City Engineer City of Palm Springs 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 NOTICE INVITING BIDS December 1,2010 PAGE 3 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder' shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE — a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidders observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 INSTRUCTIONS TO December 1,2010 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 furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where. feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures Of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 INSTRUCTIONS TO December 1,2010 BIDDERS-PAGE 2 Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein. ' Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict between the words and figures, the words shall govern_ The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand comer with the name and address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM 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. I 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place I 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 I of bids, no matter what the reason. r 1 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the 1 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 1 unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the I 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 1 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 1 by said correction, subject to the provisions of Section 5100 et seq. of the California 1 Public Contract Code. 1 1 1 2010/2011 SLURRY SEAL 1 CITY PROJECT NO. 10-09 INSTRUCTIONS TO 1 December 1,2010 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 it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The 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 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 INSTRUCTIONS TO December 1,2010 BIDDERS-PAGE 4 annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION -- The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, i 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 I of this subsection. The City Council or Director may reject as non-responsive the bid of I any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. 1 I - END OF INSTRUCTIONS TO BIDDERS - 1 I I 1 1 I 1 I 1 I 1 1 I 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 INSTRUCTIONS TO 1 December 1,2010 BIDDERS-PAGE 5 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 Schedule(s) List of Subcontractors Local Business Preference Program Good Faith Efforts Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 December 1,2010 COVER SHEET BID FORMS-PAGE 1 I BID I ` BID TO: CITY OF PALM SPRINGS, CALIFORNIA I 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: 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: 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. 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 BID AGREEMENT December 1,2010 BID FORMS-PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion 1 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 I Schedule(s). Dated: 1 I 1 Bidder: I I 1 I By. (Signature) 1 I I Title: 1 I 1 1 I I I 1 1 1 I I I I I I i 1 2010/2011 SLURRY SEAL CITY PROJECT No. 10-09 BID AGREEMENT December 1,2010 BID FORMS-PAGE 3 I BID SCHEDULE Schedule of Prices for the Construction of the: 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 Various City Streets in Sections 1, 11 and 13 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Traffic Control - -- LS $ Crack-sealing, crack-filling, and construction of Rubber Polymer Modified Slurry (RPMS), including 2. mobilization, and all appurtenant work 1,889,441 SF on various streets in Sections 1, 11 and 13, Township 4 South, Range 4 East, as listed in the Appendix Removal and replacement of all existing traffic striping (including all non- 3. reflectorized and reflectorized raised --- LS $ pavement markers) and pavement markings. TOTAL OF ALL ITEMS OF THE BID SCHEDULE: (Price in figures) (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Name of Bidder or Firm 2010/2011 SLURRY SEAL CITY PROJECT NO.10-09 BID SCHEDULE December 1,2010 BID FORMS-PAGE 4 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50%of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive. Bidders shall list the total %of Work to be performed by the Prime Contractor here: (shall not be less than 50%) Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1. 2. 3. 4. 5. 6. 7. 8. 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 December 1,2010 LIST OF SUBCONTRACTORS BID FORMS-PAGE 5 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 10-09 Bid Opening Date The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. 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: 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 December 1,2010 LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS BID FORMS-PAGE 6 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 r 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 I 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.): P Names of Date of Follow Up Methods 1 firms Initial and Dates Solicited Solicitation 1 P 1 1 I 1 I I I I I 1 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 1 December 1,2010 LOCAL BUSINESS PREFERI=NCE PROGRAM GOOD FAITH EFFORTS I BID FORMS-PAGE 7 I I 1 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) 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. 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 December 1,2010 LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS BID FORMS-PAGE 8 i a NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID i State of California ) ss. County of ) I, , being first duly sworn, deposes and says that i he or she is of I the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder By Title Organization Address 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 NON-COLLUSION AFFIDAVIT December 1,2010 BID FORMS-PAGE 9 I I a ALL-PURPOSE ACKNOWLEDGMENT I atate of ounty of i Dn before me, Date Name,Title of Officer I ; 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 I instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and ;orrect. i Witness my hand and official seal. Signature of Notary t ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of !s' this certificate to unauthorized document. 9 THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above Y2011 SLURRY SEAL PROJECT NO. 10-09 NON-COLLUSION AFFIDAVIT—NOTARY ACKNOWLEDGMENT ember 1,2010 BID FORMS-PAGE 10 1 I 1 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, I That as Principal, and 1 as Surety, 1 are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: 1 dollars 1 (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, 1 administrators, successors, and assigns,jointly and severally, firmly by these presents. 1 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: I 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and i in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND SEALED, this day of , 20_ PRINCIPAL: Check one: individual,_partnership, ____corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: 2010/2011 SLURRY SEAL BID BOND(BID SECURITY FORM) CITY PROJECT NO. 10-09 BID FORMS-PAGE 11 December 1,2010 I BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: 2. CONTRACTOR'S Telephone Number: ( ) Facsimile Number: ( } 3. CONTRACTOR'S License: Primary Classification State License Number(s) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address Surety Company Telephone Numbers: Agent ( ) Surety ( ) 5. Type of Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 BIDDER'S GENERAL INFORMATION December 1,2010 BID FORMS-PAGE 12 I 1 1 1 BIDDER'S GENERAL INFORMATION (Continued) I I 8. Number of years experience as a contractor in this specific type of construction ► work: 1 1 9. List at least three related projects completed to date: 1 I ► a. Owner Address I Contact Class of Work ► Phone Contract Amount Project Date Completed I Contact Person Telephone number I ► b. Owner Address I Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number ► C. Owner Address I I Contact Class of Work Phone Contract Amount Project Date Completed I Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 11. Is full-time supervisor an employee contract services ? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 BIDDER'S GENERAL INFORMATION December 1,2010 BID FORMS-PAGE 13 I I I AGREEMENT I THIS AGREEMENT made this day of , 20 , by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the ► City, and ► hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set I forth, agree as follows: I I 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: I 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 The Work is generally described as follows: I I Installation of hot asphalt-rubber sealant material in designated pavement cracks on various streets; installation of asphalt concrete in designated pavement cracks on various ! streets; construction of Rubber Polymer Modified Slurry (RPMS) on various City streets in I Sections 1, 11 and 13, Township 4 South, Range 4 East (as listed in the Appendix); traffic I striping; and all appurtenant work ARTICLE 2 -- COMMENCEMENT AND COMPLETION 1 I The Work to be performed under this Contract shall commence on the date specified in I the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. I I 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 I 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 ► 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. I 2010/2011 SLURRY SEAL AGREEMENT FORM CITY PROJECT NO. 10-09 AGREEMENT AND BONDS-PAGE 1 December 1,2010 I I I I ARTICLE 3 -- CONTRACT PRICE I The City shall pay the Contractor for the completion of the Work, in accordance with the I Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid 1 and Bid Schedule(s). I ARTICLE 4-- THE CONTRACT DOCUMENTS I 1 The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the I 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 I Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment 1 Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers to , inclusive, and all Change Orders and Work Change Directives 1 which may be delivered or issued after the Effective Date of the Agreement and are not 1 attached hereto. I I ARTICLE 5 -- PAYMENT PROCEDURES I The Contractor shall submit Applications for Payment in accordance with the Standard 1 Specifications as amended by the Special Provisions. Applications for Payment will be I processed by the Engineer or the City as provided in the Contract Documents. 1 ARTICLE 6 -- NOTICES 1 1 Whenever any provision of the Contract Documents requires the giving of a written I 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 I 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. 1 ARTICLE 7 -- MISCELLANEOUS 1 1 Terms used in this Agreement which are defined in the Standard Specifications and the I Special Provisions will have the meanings indicated in said Standard Specifications and I 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 I that may become due and monies that are due may not be assigned without such 1 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 I assignment will release or discharge the assignor from any duty or responsibility under I the Contract Documents. 1 1 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 1 representatives, in respect of all covenants, agreements, and obligations contained in the 1 Contract Documents. 2010/2011 SLURRY SEAL AGREEMENT FORM 1 CITY PROJECT NO, 10-09 AGREEMENT AND BONDS-PAGE 2 I)er-.emhar 1.2010 I 1 I I IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be I executed the day and year first above written. I 1 ATTEST: 1 CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: 1 CALIFORNIA 1 Date I BY I City Clerk 1 Agreement No. I APPROVED AS TO FORM: I I 1 By City Attorney I I Date 1 I CONTENTS APPROVED: 1 1 BY 1 City Engineer Date 1 1 1 BY I City Manager I I Date I I I 1 1 I I 1 2010/2011 SLURRY SEAL AGREEMENT FORM 1 CITY PROJECT NO. 10-09 AGREEMENT AND BONDS-PAGE 3 December 1.2010 I I Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any I Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. I CONTRACTOR: Name: Check one:_,,,_Individual Partnership Corporation I Address: I I I By: By: Signature (notarized) Signature (notarized) I Name: Name: I I Title: Title: I (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 I Board, President or any Vice President) Financial Officer or any Assistant Treasurer) ( State of I State of i. I County of ss County of I ss On On I before me, before me, 1 personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory 1 evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) 1 is/are subscribed to the within instrument and is/are subscribed to the within instrument and 1 acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed 1 the same in his/her/their authorized capacity(ies), 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 the person(s), or the entity upon behalf instrument the person(s), or the entity upon behalf 1 of which the person(s) acted, executed the of which the person(s) acted, executed the 1 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 1 paragraph is true and correct. paragraph is true and correct. I WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: 1 1 Notary Seal: Notary Seal: I I I 1 1 1 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 AGREEMENT FORM December 1,2010 AGREEMENT AND BONDS-PAGE 4 1 1 I I I 1 I 1 I I 1 I I I WORKER'S COMPENSATION CERTIFICATE I I (AS REQUIRED BY SECTION 1861 ► OF THE CALIFORNIA LABOR CODE) 1 1 I I 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 1 commencing the performance of the Work of this Contract. I I I Contractor I ► BY I Title I I 1 I I I I 1 1 I I I 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 WORKER'S COMPENSATION CERTIFICATE I December 1,2010 AGREEMENT AND BONDS-PAGE 5 I I I ► PERFORMANCE BOND ► KNOW ALL MEN BY THESE PRESENTS, I That as Contractor, and as Surety, 1 are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the ► County of Riverside, California, hereinafter called the"City," in the sum of: dollars, ► for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, I administrators, successors, and assigns,jointly and severally, firmly by these presents. 1 WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement 1 with said City to perform the Work as specified or indicated in the Contract Documents entitled: 2010/2011 ANNUAL SLURRY SEAL 1 CITY PROJECT NO. 10-09 I I 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, I then this obligation shall be null and void, otherwise it shall remain in full force and effect. I 1 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 1 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 I SIGNED AND SEALED, this day of , 20—. ( CONTRACTOR: Check one: individual,_partnership, _corporation ( (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). 1 By SURETY: 1 signature ( (NOTARIZED) I Print Name and Title: 1 1 By By I signature signature 1 (NOTARIZED) (NOTARIZED) 1 Print Name and Title: Print Name and Title: I 2010/2011 SLURRY SEAL PERFORMANCE BOND ( CITY PROJECT NO. 10-09 AGREEMENT AND BONDS-PAGE 6 December 1.2010 1 I I I PAYMENT BOND 1 1 KNOW ALL MEN BY THESE PRESENTS, I That as Contractor, I and as Surety, 1 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: I 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. 1 WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement 1 with said City to perform the Work as specified or indicated in the Contract Documents entitled: I 2010/2011 ANNUAL SLURRY SEAL 1 CITY PROJECT NO. 10-09 I NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, I successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or 1 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 I 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 I pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code 1 of the State of California and acts amendatory thereof, and Sections of other Codes of the State I 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, I appliances, or power used in, upon, for, or about performance of the Work contracted to be I 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 I benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or I changes in the time of completion, which may be made pursuant to the terms of said Contract I 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 1 Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby I waived by said Surety. I SIGNED AND SEALED, this day of , 20_. 1 I I 1 2010/2011 SLURRY SEAL PAYMENT BOND CITY PROJECT NO. 10-09 AGREEMENT AND BONDS-PAGE 7 I December 1,2010 I I I I CONTRACTOR: I Check one: individual,_partnership, _corporation I (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). I By SURETY: I I signature (NOTARIZED) ( Print Name and Title: I 1 I By By I signature signature 1 (NOTARIZED) (NOTARIZED) 1 Print Name and Title: Print Name and Title: I I 1 I ! 1 1 I I 1 I I I 1 1 1 I 1 I I ( 2010/2011 SLURRY SEAL PAYMENT BOND CITY PROJECT NO. 10-09 AGREEMENT AND BONDS-PAGE S December 1,2010 i CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A r B C D TYPE OF WORK PERFORMED AND LOCATION r TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS(x1000) 1 EACH OCCURRENCE AGGREGATE 1 COMPREHENSIVE GENERAL LIABILITY Including: r LJ EXPLOSION AND COLLAPSE BODILY INJURY $ $ r ❑❑II UNDERGROUND DAMAGE PROPERTY DAMAGE $ $ 1 IF11 PRODUCTSICOMPLETED OPERATIONS or I 1 CONTRACTUALINSURANCE ❑ BROAD FORM PROPERTY DAMAGE ' ❑ INDEPENDENT CONTRACTORS BODILY INJURY AND PROPERTY 1 ❑ PERSONAL INJURY DAMAGE COMBINED $ $ PERSONAL INJURY $ r COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON $ I Including: EACH ACCIDENT ' U OWNED PROPERTY DAMAGE $ ❑ HIRED ar ❑ NON-OWNED 1 BODILY INJURY ❑ MOTOR CARRIER ACT AND PROPERTY DAMAGE COMBINED $ I EXCESS LIABILITY BODILY INJURY 1 lncluding: AND PROPERTY DAMAGE COMBINED $ ` ❑ EMPLOYER'S LIABILITY I WORKER'S COMPENSATION STATUTORY Iand EMPLOYER'S LIABILITY Including: EL $ (EACH ACCIDENT) ❑ LONG SHOREMEN'$ANb IHARBOR WORKERS ' OTHER ADDITIONAL INSURED ENDORSEMENT--CITY OF PALM SPRINGS The undersigned certifies that he or she is the representative of the above-named insurance companies,that he or she has the authority to execute and issue this certificate to Certificate Holder,and accordingly,does hereby certify on behalf of said insurance companies that policies of insurance listed above have been issued to the insured named above and are in force at this time. Notwithstanding any requirement,term,or condition of any contract or other document with respect to which this certificate may be I issued or may pertain,the insurance afforded by the policies described herein is subject to at the terms,exclusions,and Conditions of such policies. Copies of the policies shown will be furnished to the Certificate Holder upon request. This Certificate does not amend,extend,or alter the coverage afforded by the policies listed. Cancellation:Should any of the above described policies be cancelled before the expiration date thereof,the issuing company will mail 30 days written notice to the below- named Certificate holder: 1 NAME AND ADDRESS OF ADDITIONAL INSURED DATE — ISSUED ' BY, ,uiiHixtvinwnn f.Hr�rrv[.p Nsuurx:t sorviwts4r��Mn=ov[RM;C I 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 December 1,2010 CERTIFICATE OF INSURANCE AGREEMENT AND BONDS-PAGE 9 r r r r r r r r CITY OF PALM SPRINGS I ► PUBLIC WORKS AND ENGINEERING DEPARTMENT I I PART II -- SPECIAL PROVISIONS I 2010/2011 ANNUAL SLURRY SEAL CITY PROJECT NO. 10-09 1 I Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work I Section 4 - Control of Materials I Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor 1 Section 8 - Facilities for Agency Personnel 1 Section 9 - Measurement and Payment I Section 10 - Construction Details I I 1 1 1 I 1 I 1 1 1 M 2010/2011 SLURRY SEAL PART II--SPECIAL PROVISIONS CITY PROJECT NO. 10-09 GENERAL CONTENTS-PAGE 1 December 1,2010 r 1 r r CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT 1 1 SPECIAL PROVISIONS r 1 2010/2011 ANNUAL SLURRY SEAL 1 CITY PROJECT NO. 10-09 1 SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS I 1 1-1 GENERAL I 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Green book"), 2009 I 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 I apply to, and be in accordance with, the following Special Provisions. In case of conflict between the Standard Specifications for Public Works Construction 1 ("Greenbook") and these Special Provisions, the Special Provisions shall take I precedence over, and be used in lieu of, such conflicting portions. I 1-1.2 Supplementary Reference Specifications. - Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions only of said reference I specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans," it shall mean the Standard Specifications for Public Works ' Construction ("Green book"), 2009 Edition, as previously specified in the above paragraph. i 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. 2010/2011 SLURRY SEAL TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 December 1,2010 1 1 1 Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor. 1 1 1-3 DEFINITIONS AND TERMS 1 1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: 1 1 Agency - The City of Palm Springs, a charter city organized and existing in the 1 County of Riverside, State of California. Engineer - The Director of Public Works/City Engineer of the City of Palm Springs, California. 1 I Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Goverment Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole Or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of 1 Palm Springs. 1 Owner- The Owner shall be the Agency, as defined above. I 1 Working Day- A Working Day is defined as any day, except as follows: 1 1 (a) Fridays, Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: 1 1 New Year's Day (January 1) I Martin Luther King Jr. Day(Third Monday in January) 1 Lincoln's Birthday(February 12) President's Day(Third Monday in February) I Memorial Day(Last Monday in May) I Independence Day(July 4) 1 Labor Day (First Monday in September) I Veteran's Day(November 11) Thanksgiving Day (Last Thursday in November) 1 Day after Thanksgiving Day l Christmas Eve Day(December 24) 1 Christmas Day(December 25) (a) When a designated holiday falls on a Friday or Saturday, the Thursday before I the holiday shall be a designated legal holiday. When a designated holiday falls l on a Sunday, the Monday after the holiday shall be a designated legal holiday. 1 1 2010/2011 SLURRY SEAL TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 December 1,2010 (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 - 1 I I 1 I 1 I I I I ( I I I F 2010/2011 SLURRY SEAL TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 December 1,2010 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. 1 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 shall be diligently prosecuted to completion before the expiration of: 1 20 WORKING DAYS 1 from the day specified in the First Notice to Proceed issued by the City. This Work shall be scheduled independent of any work located at the Airport, and shall commence as 1 soon as is practicable upon Contractor's receipt of an executed contract. 1 As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum set forth in the Agreement per day for each and every calendar day's 1 delay in finishing the Work in excess of the number of working days prescribed above. 2-2 CONTRACT BONDS 1 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION 1 The following shall be added at the end of Section 2-4 of the Standard Specifications: 1 1 "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 1 written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes 1 or modifications of the Contract, or of extensions of time, or of decreased 1 or increased Work, or of cancellation of the Contract, or of any other act 1 or acts by the City or any of its authorized representatives." 1 2-2.2 EXECUTION OF BONDS 1 Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) 1 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 1 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 1 Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. 1 I 2010/2011 SLURRY SEAL SCOPE AND CONTROL of WORK CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 2-PAGE 1 ' December 1,2010 ' 2-3 PRECEDENCE OF CONTRACT DOCUMENTS ` The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders 1 8. Plans (Contract Drawings) 1 9. Standard Plans 10. Standard Specifications 11. Reference Documents 1 With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govern over scaled dimensions 1 2. Detail drawings govern over general drawings 1 3. Addenda or Change Order drawings govern over 1 Contract Drawings 4. Contract Drawings govern over Standard Drawings 1 5. Contract Drawings govern over Shop Drawings 1 1 2-4 SUBSURFACE DATA 1 Section 2-7 of the Standard Specifications shall be revised to read as follows: r r "2-7.1 Limited Reliance by Contractor. - Sails reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE 1 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 1 Engineer, nor any of the Engineer's Consultants with respect to any of the following: I 2-7.1.1. Completeness. - The completeness of such reports and I drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures 2010/2011 SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 2-PAGE 2 I December 1,2010 r r r of construction to be employed by Contractor and safety precautions and r programs incident thereto, or r 2-7.1.2. Other Information. - Any other data, interpretations, r opinions, and information contained in such reports or shown or indicated r in such drawings, or r 2-7.1.3. Interpretation. - Any interpretation by the Contractor of r such "technical data," or any conclusion drawn from any "technical data" r or any such data, interpretations, opinions or information." 1 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY r 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. 1 2-6 PROTECTION OF SURVEY MONUMENTS 1 It shall be the Contractor's responsibility to protect all the existing survey monuments, 1 bench marks, survey marks and stakes. Removal of such monuments, or displacement 1 thereof, shall require their resetting per City requirements, including corner record filing, 1 for the existing type of monument in question at the Contractor's expense. 1 Any existing monument shall not be disturbed. The Contractor shall maintain a survey 1 location check on the monument without cost to the City. The Contractor is advised that 1 any resetting of monuments will be the responsibility of the Contractor, to be reset by a California licensed Land Surveyor. Should the Contractor anticipate the removal of any 1 survey monuments, it shall notify the Engineer prior to removal. The Contractor shall be 1 financially responsible for reinstalling the existing monument well, after resetting of the 1 disturbed monument. 1 2-7 AUTHORITY OF THE ENGINEER 1 The Engineer will decide all conflicts which may arise as to (1) the quality or 1 acceptability of the materials or equipment furnished, (2) the performance of the Work, 1 (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 1 Contract on the part of the Contractor, and (6) compensation of the Contractor. The 1 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. 1 2-8 INSPECTION 1 1 The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that 1 the materials and the workmanship are in accordance with the Specifications, the I 2010/2011 SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 2-PAGE 3 December 1,2010 r r Special Provisions, and the Plans. All labor, materials, and equipment furnished shall r be subject to the Engineer's inspection. r When the Work is substantially completed, a representative of the Engineer will make r the final inspection. r 2-9 SITE EXAMINATION r r The Contractor shall have the sole responsibility of satisfying itself concerning the r 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. r The failure of the Contractor to acquaint itself with all available information regarding r any applicable existing or future conditions shall not relieve it from the responsibility for 1 properly estimating either the difficulties, responsibilities, or costs of successfully r performing the Work according to the Contract Documents. 2-10 FLOW AND ACCEPTANCE OF WATER 1 Storm, surface, nuisance, or other waters may be encountered at various times during 1 construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby 1 acknowledges that it has investigated the risk arising from such waters, and has 1 prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all 1 said risk. 1 1 _ END OF SECTION - 1 1 1 1 1 1 1 1 1 1 1 I 1 1 I I 2010/2011 SLURRY SEAL SCOPE AND CONTROL OF WORK CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 2-PAGE 4 December 1.2010 ` SECTION 3 -- CHANGES IN WORK 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided that ' the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3.2.3 of the 2006 edition shall be deleted in its entirety and the following substituted therefore: 3-2 PAYMENT I 3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to I read as follows: (a) Work b Contractor. The following I y g percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit. I 1) Labor 24 percent (includes bonding) 1 2) Materials 15 percent 3) Equipment rental 15 percent 1 4) Other items and expenditures 15 percent 1 5) Subcontracts (1 st tier only) 5 percent 1 6) Lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for 1 labor, one percent shall be added as compensation for bonding. 1 1 3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2.1 of the Standard Specifications shall be revised to read as follows: 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts: In the event 1 of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract I Documents, wherever such unit price has been established; provided, that an 1 adjustment in the Contract Unit Price may be made for changes which result in I an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. 1 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate therefore by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefore will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made as provided in Section 3-3.2 of the Standard Specifications, ' as amended in these Special Provisions. 2010/2011 SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 10-09 December 1,2010 SPECIAL PROVISIONS-SECTION 3-PAGE 1 Such adjustment of the Contract Unit Price will be the difference between the ` Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable 1 to such item of work include fixed costs, such fixed costs shall be deemed to ' have been recovered by the Contractor by the payments made for 125 percent of the Engineers Estimate of the quantity for such item, and in computing the actual 1 unit cost, such fixed costs will be excluded. Subject to the above provisions, such 1 actual unit cost will be determined by the Engineer in the same manner as if the 1 work were to be paid for as extra work as provided in Section 3-3.2 Of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. 1 1 When the compensation payable for the number of units of an item of work 1 performed in excess of 125 percent of the Engineers Estimate is less than $5,000 at the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will 1 be made if requested in writing by the Contractor. 1 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts: On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineers Estimate therefore, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefore, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if i the work were to paid for as extra work as provided in Section 3-3.2 of the i Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City; provided however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. 1 I Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. I The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineers Estimate of the quantity for such item at the original Contract Unit Price. I 2010/2011 SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 3-PAGE 2 December 1,2010 t 3-2.2.1(d) Eliminated Items on Unit Price Contracts: On unit price contracts, t should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such t eliminated contract item if incurred prior to the date of notification in writing by the ' Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such ` material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor, and if the Engineer so directs the Contractor; 1 the material shall be returned and the Contractor will be paid for the actual cost ' of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for. 1 The actual costs or charges to be paid by the City to the Contractor as provided 1 in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3.2 of the Standard Specifications, 1 as amended in these Special Provisions, or such adjustment as will be as agreed 1 to by the Contractor and the City. 1 - END OF SECTION - r r r r r I' I I I I I I 2010/2011 SLURRY SEAL CHANGES IN WORK CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 3-PAGE 3 December 1,2010 ' SECTION 4 -- CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard ' Specifications shall be amended to read as follows: Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal." A Contractor may offer any material, process, or equipment considered as equivalent to ' that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to 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, 1 or equipment for that which was originally specified. Unless otherwise authorized by the 1 Engineer, the time for submission of data substantiating a request for substitution of an "or equal" item shall be not more than 20 days after bid opening. 1 1 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request 1 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 1 include complete calculations, technical specifications, samples, or published 1 documents relating to the performance and physical characteristics of the proposed 1 substitute. The appearance of manufacturer and product names or trademarks, details 1 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 1 the City. I 1 4.2 MATERIALS 1 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 I Schedule. I 4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead I supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic I control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendors) 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. I - END OF SECTION - I 2010/2011 SLURRY SEAL CONTROL OF MATERIALS CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 4-PAGE 1 December 1,2010 ' 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 1 provisions of Section 5-5, subparagraph 4, of the Standard Specifications: 1 "In accordance with the provisions of Section 4215 of the California 1 Government Code, any contract to which a public agency as defined in 1 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 1 any construction project that is a subject of the contract, if such utilities are 1 not identified by the public agency in the plans and specifications made a 1 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 1 Contractor to exercise reasonable care, and removing or relocating such 1 utility facilities not indicated in the plans and specifications with 1 reasonable accuracy and for equipment on the project necessarily idled during such work. 1 1 The Contractor shall not be assessed liquidated damages for delay 1 in completion of the project, when such delay was caused by the failure of 1 the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. I 1 Nothing herein shall be deemed to require the public agency to 1 indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the I construction; provided, however, nothing herein shall relieve the public I agency from identifying main or trunk lines in the plans and specifications. I If the Contractor while performing the contract discovers utility I facilities not identified by the public agency in the contract plans or I specifications, he or she shall immediately notify the public agency and utility in writing. I The public utility, where they are the owner, shall have the sole discretion I to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price." I (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions shall be added to the end of Section 5-5 of the Standard Specifications: 2010/2011 SLURRY SEAL UTILITIES CITY PROJECT NO. 10-09 SPECIAL.PROVISIONS-SECTION 5-PAGE 1 December 1,2010 ' "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." 1 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. 1 I - END OF SECTION - I I I 1 I I I I 2010/2011 SLURRY SEAL UTILITIES CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 5-PAGE 2 December 1,2010 1 r ' SECTION 6 — PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES 6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the r Standard Specifications shall not apply, but shall be as stated in the Agreement. 6-2 TIMES OF OPERATION 6-2.1 Hours of Operation. - It shall be unlawful for any person to operate, permit, 1 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, 1 Sundays, or City-observed holidays, unless otherwise approved by the Engineer: 1 1 1. Powered Vehicles 2. Construction Equipment 1 3. Loading and Unloading Vehicles 4. Domestic Power Tools _ 6-3 NOTIFICATION I I The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work, The following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS Mike Lytar, Senior Public Works Inspector (760) 323-8253 George Herrera, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Marrow (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 2010/2011 SLURRY SEAL PROSECUTION,PROGRESS, CITY PROJECT NO. 10-09 AND ACCEPTANCE OF THE WORK December 1,2010 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 1 at the Pre-Construction Conference. - END OF SECTION - 1 1 1 1 1 1 1 1 I 1 1 r I i 1 i I I I I 2010/2011 SLURRY SEAL PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 6-PAGE 2 i December 1,2010 SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future 1 laws, ordinances, regulations, orders, and decrees of bodies or tribunals 1 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 1 not limited to, the City Engineer, against any claim or liability arising from, 1 or based on, the violation of any such law, ordinance, regulation, order, or 1 decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or I Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the I Engineer in writing." I 7-2 Hours of Labor. — Eight hours labor constitutes a legal day's work. The i Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours. The Contractor shall forfeit, as a penalty to the City, $25.00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which ' such worker is required or permitted to work more than 8 hours in any one calendar day I or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. 7-3 Prevailing Wage. - As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the Engineer, which copies shall be made available to any interested party on request. The Contractor shall post a copy of such determination at each job site. The Contractor shall, as a penalty to the City, forfeit $50.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it. 2010/2011 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 7-PAGE 1 December 1,2010 ' 7-4 Apprentices on Public Works. - The Contractor shall comply with all applicable provisions of Sections 1777.5 and 1777.6 of the California Labor Code relating to employment of apprentices on public works. 1 7-5 Unpaid Claims. - If, at any time prior to the expiration of the period for service of ' a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the 1 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 1 the State of California, said moneys shall not thereafter be withheld on account of such 1 Stop Notice. 1 7-6 Retainage From Monthly Payments. - Pursuant to Section 22300 of the 1 California Public Contract Code, the Contractor may substitute securities for any money 1 withheld by the City to ensure performance under the Contract. At the request and 1 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 1 Contract. Deposit of securities with an escrow agent shall be subject to a written 1 agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid 1 to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice ' of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to I bank or savings and loan certificates of deposit. I 7-7 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 I Contractor for a time extension, payment of money, or damages arising from the work I done by or on behalf of the Contractor pursuant to this Contract, or payment of an I amount which is disputed by the City, shall be processed in accordance with the I provisions of said Section 20104, et seq., relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. I I 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. I Within 30 days of the receipt of the claim, the City may request additional I 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. 2010/2011 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR ' CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 7-PAGE 2 December 1,2010 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 1 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 1 Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50,000. If the claim is more than $50,000, but less than 1 $375,000, and further documentation is requested by the City, the City shall respond 1 within the same amount of time taken by the Contractor to respond, or 30 days, 1 whichever is greater. 1 If the Contractor disputes the City's response, or the City fails to respond, the Contractor r may demand an informal conference to meet and confer for settlement of the issues in r dispute. The demand shall be served on the City, within 15 days after the deadline of r 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. r r If the meet and confer conference does not produce a satisfactory request, the r Contractor may pursue the remedies authorized by law. I 7-8 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules r and Regulations. - The Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, ' straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by 1 him or her in connection with the public work. I I The payroll records, enumerated under paragraph one of this Section 7-8, shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: I I 1. A certified copy of an employee's payroll record shall be made available for inspection, or furnished to the employee, or his or her authorized representative on I request. I 2. A certified copy of all payroll records, enumerated herein, shall be made i available for inspection, or furnished upon request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California Department of Industrial Relations. I 3. A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for inspection, or copies thereof made, provided, ' however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to Section 7-8, paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, sub- 2010/2011 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 7-PAGE 3 December 1,2010 1 ' contractors, and the entity through which the request was made. The public shall not be ' given access to the records at the principal office of the Contractor. 1 The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-8, herein, with the entity that requested 1 the records within 10 days after receipt of a written request. 1 Any copy of records made available for inspection as copies, and furnished upon 1 request to the public or any public agency by the awarding body, the Division of 1 Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, f address, and social security number. The name and address of the Contractor 1 awarded the Contract or performing the Contract shall not be marked or obliterated. 1 The Contractor shall inform the body awarding the Contract of the location of the 1 records enumerated under said Section 7-8, paragraph one, herein, including the street 1 address, city and county, and shall, within 5 working days, provide a notice of any 1 change of location and address. 1 In the event of noncompliance with the requirements of this Section, the Contractor shall 1 have 10 days in which to comply subsequent to receipt of a written notice specifying in 1 what respects the Contractor must comply with this Section. Should noncompliance still 1 be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars 1 for each calendar day, or portion thereof, for each worker, until strict compliance is 1 effectuated. Upon the request of the Division of Apprenticeship Standards or the 1 Division of Labor Standards Enforcement, these penalties shall be withheld from 1 progress payments then due. 1 A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain the full name, address and social security number of each employee, his or her correct 1 classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee's address and social security 1 number need only appear on the first payroll on which his or her name appears. The I payroll shall be accompanied by a "Statement of Compliance," signed by the employer I or its agent, indicating that the payrolls are correct and complete, and that the wage rates contained therein are not less than those required by the Contract. The I "Statement of Compliance" shall be on forms furnished by the City, or on any form with I identical wording. The Contractor shall be responsible for the submission of copies of I payrolls from all subcontractors. If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all I work performed during the monthly period ending on or before the 1 st of that month, the City will retain an amount equal to 10 percent of the estimated value of the work i performed during the month from the next monthly estimate, except that such retention shall not exceed $10,000, nor be less than $1,000. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the I 2010/2011 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 7-PAGE 4 December 1,2010 ' Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. 7-9 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: • be written on a per occurrence basis; and 1 • 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 law requiring auto liability insurance is mandatory and cannot be waived. At a minimum this policy 1 shall: 1 • be written on a per occurrence basis; and 1 • include coverage for Bodily Injury and Property Damage, Owned, Non-owned and Hired Vehicles; and 1 • include coverage for owned, non-owned, leased and hired vehicles. 1 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 1 should be made to the City's Risk Manager. 1 3. Workers' Compensation and Employer's Liability Insurances is required for 1 any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete I a Request for Waiver of Workers' Compensation Insurance Requirement form available from the City's Risk Manager. At a minimum, this policy shall: 1 • provide statutory requirements of the State of California; and 1 • include $1,000,000 Employer's Liability. 1 2010/2011 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR 1 CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 7-PAGE 5 ' December 1,2010 ' 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: r 1. Insurance carrier is to be placed with duly licensed or approved non-admitted insurers in the state of California. ' 2. Insurers must have a Best's rating of B+, Class VII, or higher(this rating includes those insurers with a minimum policyholder's surplus of $50 Million to $100 Million). Exceptions to the Best's rating may be considered when an insurance 1 carrier meets all other standards and can satisfy surplus amounts equivalent to a 1 B+, Class VII rating. 1 3. Certificate must include evidence of the amount of any deductible or self-insured 1 retention under the policy. 1 1 D. Verification of Insurance Coverage 1 All individuals, contractors, agencies, and organizations conducting business for the i City shall provide proof of insurance by submitting one of the following: (1) an 1 approved General and/or Auto Liability Endorsement Form for the City of Palm 1 S rin s or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated 1 on the certificate: 1 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 I performed with the City" may be included in this statement). I 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have" ("as it relates to a specific contract" or "for any and all work performed with the City" may be included in this statement). See Example A below. As an 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: i "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." 2010/2011 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 7-PAGE 6 December 1,2010 1 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 r agents or representative" is not acceptable and must be crossed out. See Example B below. 1 r The Workers' Compensation and Employer's Liability policies shall contain waiver of r subrogation clause in favor of City, its elected officials, officers, employees, agents and volunteers. See Example C below. r r In addition to the endorsements listed above, the City of Palm Springs shall be I named the certificate holder on the policy. r 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 r person with authority to bind coverage, whether that is the authorized agent/broker r or insurance underwriter. Failure to obtain the required documents prior to the commencement of works hall not waiver the contractor's obligation to provide them. I r E. Acceptable Alternatives to Insurance Industry Certificates of Insurance The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form specific to a particular insurance company that has similar wording) as long as the form is accompanied by a CG 20 37 10 01. In addition, the City will accept the following: • A copy of the full insurance policy which contains a thirty (30) days' cancellation I notice provision (ten (10) days for non-payment of premimium) and additional I insured and/or loss-payee status, when appropriate, for the City. • Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of approval F. Endorsement Language for Insurance Certificates I Example A: I THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN I CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE I MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF I THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. 1 I I 2010/2011 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 7-PAGE 7 December 1,2010 ► Example B: ► SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ' ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS" WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN SAJT FAILURE TO AAA11- SUGH NOT-ICE SH.A.1-1- IMPOSE, NQ OBLIGATION OR LIABILITY OF ANY KIND WPQN THE INSURER, ITS AGENTS QR PRESE.iTeTiv R. 'The broker/agent can include a qualifier stating "10 days notice for nonpayment of premium." Example C: IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES 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. 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 1 insurance programs and self-insurance programs as verification of insurance r 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, r 1 The City has recently joined SPARTA (Service Providers & Artisans Trade Activities Program) to accommodate smaller contractors and service providers who have 1 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 1 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 I 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. 1 1 A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. Type of work covered: I A. Personal services contracts; 1 B. General contractors and their subcontractors (certain specialty trades excluded); C. Consultants; and D. Providers of goods. 2010/2011 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 7-PAGE 8 December 1,2010 i i ► H. Waiver of Modification of the Insurance Re uirements ► Any waiver or modification of the insurance requirements can only be made by the i 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. I 7-10 PERMITS 7-10.1 Business License. The Contractor and all of its subcontractors shall possess a i current City business license issued by the City prior to commencement of the Work, in i accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. I I 7-10.2 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and sign a City of Palm Springs Construction Permit prior to commencement ► of the Work, but the fee for this permit shall be waived. The Construction Permit can be I obtained from the office of the Engineer. I I 7-11 SITE CLEANUP ► Throughout all phases of construction, including suspension of work, and until final I acceptance of the project, the Contractor shall keep the work site clean and free from I rubbish and debris. The Contractor shall also abate dust nuisance, as required in I Section 10-1.1 of these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. I Materials and equipment shall be removed from the site as soon as they are no longer I necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. I All cleanup costs shall be absorbed in the Contractor's bid. Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation I will be allowed therefor. I I - END OF SECTION - I 2010/2011 SLURRY SEAL RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 7-PAGE 9 December 1,2010 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - 2010/2011 SLURRY SEAL FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 8-PAGE 1 December 1,2010 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1.1 Payment. - Payment for the various items of the Bid Sheet(s), as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Sheet(s), and all costs therefor shall be included in the prices named in the Bid Sheet(s)for the various appurtenant items of work. 9-1.2 Partial and Final Payments. - Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgement by the Contractor that the number of accumulated contract days shown on the associated ` statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings I shall be directed to the Engineer. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. Payments shall be processed in accordance with Section 9-3 "Payment" of the Greenbook Standard Specifications for Public Works Construction, provided, however, that the Contractor shall make an approximate measurement of the work performed prior to the closure date of each month to serve as the basis of an invoice for making I 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 i rejected, the Contractor shall revise the monthly measurement of work according to the Engineer's measurements, and resubmit for approval by the Engineer. The Contractor shall receive payment by mail to the Contractor's business address within 30 days of the Engineer's approval of the Contractor's monthly measurement of the work. Payments shall not be made more frequently than once per month. I 2010/2011 SLURRY SEAL MEASUREMENT AND PAYMENT CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 9-PAGE 1 December 1,2010 The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices. Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien I for the Contractor's work, together with releases of lien from any subcontractor or material-men. 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall ' be DELETED and the following substituted therefor: i At the expiration Of 35 days after acceptance of the Work by the City Council, or as prescribed by law, the amount deducted from the final estimate and retained by the City will be processed for payment to the Contractor, except for such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE i 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheet(s) for the respective items of work. The quantities of work or material stated ' as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that I the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of ' work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. I 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be considered as included in the bid item(s), and no additional payment will be made I therefore. - END OF SECTION - I i i I I I 2010/2011 SLURRY SEAL MEASUREMENT AND PAYMENT CITY PROJECT NO. 10-09 SPECIAL PROVISIONS-SECTION 9-PAGE 2 December 1,2010 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 Dust Control And Site Cleanup I Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall be responsible for project site maintenance as per section 7-8 of the Standard Specifications. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. I Materials and equipment shall be removed from the site as soon as they are no longer I necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be absorbed in the Contractor's bid. I I Payment for dust control and site clean up shall be considered as included in the various bid I items of work, and no additional payment will be made therefore. I 10-1.2 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. 10-1.3 Location and Progression of Work - The Work is located on various City streets in Sections 1, 11 and 13, Township 4 South, Range 4 East as listed in the Appendix. The Contractor shall progress with the work as necessary to complete the Work as required by these specifications. ` 10-1.4 Order of Work. - Order of work shall conform to the Standard Specifications and these ! Special Provisions. The first order of work shall be to: 1 1. Prepare, route, and clean all pavement cracks greater than '/" in width. 1 2. Install crackfilling and joint sealant material within all pavement cracks greater than 1/" but less than 11/2" in width. 1 3. Install asphalt concrete (Type E-AR4000) within all pavement cracks greater than 1'h" in 1 width (for those streets specifically listed for crackfilling in addition to an application of slurry 1 seal). ( 4. Grind built-up excess asphalt concrete pavement adjacent to existing concrete surfaces where the finish surface of the asphalt concrete pavement exceeds 1 inch over the 1 adjacent concrete surface. 1 5. Remove existing traffic striping and markings as required by these specifications. 6. 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 1 2010/2011 SLURRY SEAL CONSTRUCTION DETAILS ' CITY PROJECT NO. 10-09 SPECIAL PROVISIONS—SECTION 10—PAGE 1 ' December 1,2010 i i I I (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. I 7. Following sufficient time allowed for curing of Rubber Polymer Modified Slurry (RPMS), replace all existing traffic striping and markings as required by these specifications. I 10-2 TRAFFIC CONTROL I F 10-2.1 Maintaining Traffic. --Traffic must be maintained to allow normal operations of the Palm Springs Airport to complete the contract work. A traffic control plan must be submitted by the contractor showing restricted lane closures and phasing of work within roadways and parking lots. Changes to the approved traffic control and phasing plan must be approved by the City I Engineer and Traffic Operations staff. Attention is directed to Sections 7-10, "Public Convenience and Safety," of the Standard Specifications. 10-2.2 Field Operations. -- The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions. Contract work within the Palm Springs Airport will be completed at night to allow for normal operations during the day. See Section 6-2.1 for hours of operation. 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 I 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 California Manual on Uniform I Traffic Control Devices (MUTCD) for Streets and Highways (FHWA's MUTCD 2010 edition, amended for use in California, or subsequent editions in force at the time of construction. Part I 6 of the California MUTCD is available on line at: http://www.dot.ca.gov/hq/traffops/signtech/mutcdsupp/pdf/cam utcd20l O/Part6.pdf. I All signs, barricades and other temporary traffic control devices required for the work shall be I 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 I 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 shall be provided by the Contractor. All signs shall be removed within 24 hours I after the effective date. I 2010/2011 SLURRY SEAL CONSTRUCTION DETAILS CITY PROJECT NO. 10-09 SPECIAL PROVISIONS--SECTION 10-PAGE 2 December 1.2010 I 10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the property owners or occupants of affected properties with a written notice 72 hours prior to the beginning of construction. Said notice shall be prepared and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties. I 10-2.6 Travel Lanes, - In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times. In public streets, during non- working hours, the Contractor shall leave the work site in a safe condition and allow for the full I use of two lanes of traffic. Flaggers shall be utilized to ensure the safe flaw of traffic at ` intersections and businesses that may be affected. 10-2.7 Parking and Access. - Access shall be maintained to all driveways within the I construction zone, unless other prior arrangements have been made with the Engineer and the I affected property owner. 10-2.8 Measurement and Payment. - Measurement for payment for traffic control will be based I upon the completion of all planning, design, engineering, furnishing, and construction, and I maintenance and removal, of all traffic control as a lump sum item, complete, as required under I the provisions of any permits, and in accordance with the Standard Specifications and these Special Provisions. I I Payment for traffic control shall be made at the lump sum bid item price for "Traffic Control", I and no additional compensation shall be allowed therefore. I 10-3 CRACKSEALING I I 10-3.1 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'/2" in width prior to routing. Cracks 1 Y2" and wider shall be cleaned and filled with asphalt concrete material in accordance with Section 10-4 1 "Crackfilling". The Contractor will be required to thoroughly complete preparation of all cracks 1 at least '/ in width no matter the number of or how widespread the existing cracks extend 1 across the asphalt pavement, to the satisfaction of the Engineer, prior to scheduling slurry seal. 1 10-3.2 Delivery and Storage - All materials shall be delivered to the site in an undamaged 1 condition. The materials shall be protected against damage and stored in a location approved by 1 the Engineer. Defective or damaged materials shall be replaced by the Contractor at no expense to the City. 1 1 10-3.3 Materials - Asphalt-vulcanized rubber crack sealant material for pavement cracks greater 1 than '/4", but less than 1'/2" in width, shall be CrafcoTm PolyFlex Type 3 sealant or approved equal 1 and shall conform to the following requirements: 1 1. Asphalt shall be AR 4000 viscosity grade conforming to the provisions of Section 203 of the 1 Standard Specifications. 1 1 2010/2011 SLURRY SEAL CONSTRUCTION DETAILS 1 CITY PROJECT NO. 10-09 SPECIAL PROVISIONS—SECTION 10—PAGE 3 December 1,2010 1 I I ► 2. Sealant material when heated in accordance with ASTM D5078 shall have the following characteristics: I ► Test Limits ► Cone Penetration (ASTM D5329) 20 —40 I Resilience (ASTM D5329) 30% Min. I Softening Point (ASTM D36) 210' F Min. I Ductility, 77' F (ASTM D113) 30 cm Min. Flexibility(ASTM D3111 Modified) Pass at 30' F Flow 140° F (ASTM D5329) 3 mm Max I Asphalt Compatibility(ASTM D5329) Pass ► Bitumen Content (ASTM D4) 60% Min. 1 Tensile Adhesion (ASTM D5329) 400% Min. Safe Heating Temperature 4000 F ► Recommended Pour Temperatures 380" F ► Unit Weight at 60° F 10.0 lbs./gal. I 3. The sealant material shall have no water or volatile solvents and shall cure immediately upon I cooling to a sufficient viscosity to prevent tracking by traffic. I 4. The material will be packaged in approximately 60 lb_ boxes with a polyethylene liner. The I boxes shall be placed on pallets weighing approximately 2200 lbs. and shall be covered with a weather resistant covering. I 5. The asphalt-rubber crack sealant material shall be accompanied by a certificate of I compliance with these specifications from the manufacturer. I The Contractor shall submit the manufacturer's material certification for the asphalt sealant to 1 the Engineer for review and approval at least fourteen (14) days prior to commencing any work. Crack sealant material for pavement cracks greater than 1'/2" in width shall be type E-AR 4000 I asphalt concrete in accordance with Section 203-6 of the Standard Specifications. Cracks 1'/2" ► and wider shall be cleaned and filled with asphalt concrete material in accordance with Section I 10-4 "Crackfilling". I 10-3.4 Equipment - The equipment to mix and apply rubberized asphalt crack sealer shall be I CrafcoTM Model BC-220 or approved equal of current manufacturer. I The joint and crack routing and cleaning machine shall be CrafCOTM Model 200 or approved ► equal of current manufacturer. 1 The joint cleaner attachment shall be CrafcoTM Model 110 or approved equal of current I manufacturer. I ► 2 01 012 01 1 SLURRY SEAL CONSTRUCTION DETAILS CITY PROJECT NO. 10-09 December 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 4 1 i I I I 10-3.5 Preparation of Cracks - All cracks to be sealed shall be routed, swept, and cleaned with two passes of hot compressed air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. I I 10-3.5.1 Weed Killer- All cracks and joints shall be treated with an approved weed killer at least I 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. 1 I 10-3.5.2 Routing — All cracks between '/4" and 11/" in width prior to routing shall have a routed reservoir created with a rotary impact router. The completed reservoir shall comply with the I following dimensions; I I 1. The router shall remove at least 1/8" from each side of the crack and cut back to sound pavement. I 2. The minimum reservoir width is and the maximum width is 1%". 1 3. The reservoir depth shall be 3/". I I 10-3.5.3 Crack Cleaning and Drying — The crack and routed reservoir shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance I capable of delivering hot air at 3000OF and 3,000f/s. Care shall be taken to avoid overheating I the pavement. The first pass, should be made along the crack in a steady fashion, and should I clean and heat, but not burn, 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. I I The second pass should completely remove all the dislodged crack particles from the roadway I and shoulder. The hot airblasting operation shall be conducted immediately prior to the sealing operation to ! limit the amount of dust and debris blown into the cleaned crack channel, maximize crack I warmth, and minimize the potential for formulation of moisture condensation in the crack channel. I 10-3.5.4 Construction - The asphalt rubber sealant material shall be applied immediately I following the heat lance operation that cleans and dries the crack and routed reservoir. The I sealant applicator should stay within 50 yards of the heat lance during its second pass, and in no event shall the sealant be placed more than five (5) minutes after the crack has been heated by the heat lance. I I The sealant material shall be melted in a jacketed double boiler type melting unit, which is I equipped with both agitation and re-circulation systems, and applied at temperature of 380' F, using a pressure feed wand application system. 1 I Joints and cracks shall be sealed from the bottom up and sealant material shall be applied so it I 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 2010/2011 SLURRY SEAL CONSTRUCTION DETAILS I CITY PROJECT NO. 10-09 SPECIAL PROVISIONS—SECTION 10—PAGE 5 December 1,2010 1 I I 1 1 smooth after the cracks have been filled. Traffic shall not be allowed on the material until it has been sanded to prevent tracking. I In addition to these specifications, the crack preparation and application of crack sealant material shall be in accordance with the manufacturer's recommendations or as outlined in the booklet, "Sealing and Resealing Cracks the Crafco Way," as published by Crafco Inc., 420 N. 1 Roosevelt Ave., Chandler, Arizona 85226; 800-528-8242. 1 I 10-3.7 Measurement and Payment- Payment for preparation of cracks and application of weed 1 killer and asphalt-rubber sealant shall be considered as included in the unit bid item price per square foot for construction of Rubber Polymer Modified Slurry (RPMS), and shall represent full 1 compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. 1 10-4 CRACKFILLING 1 10-4.1 Description - The work shall consist of the preparation of cracks and placing of asphalt 1 concrete material in all transverse, longitudinal and block pavement cracks greater than 1'/2" in width. 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 I asphalt pavement, to the satisfaction of the Engineer, prior to scheduling slurry seal. I 1 10-4.2 Material - Crack filling material for pavement cracks greater than 1'/2" in width shall be 1 type E AR 4000 asphalt concrete in accordance with Section 203-6 of the Standard Specifications. 1 I 10-4.3 Preparation of Cracks - All cracks to be crack-filled shall be swept and cleaned with two I passes of hot compressed air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. 1 10-4.3.1 Weed Killer - All cracks and joints shall be treated with an approved weed killer at least I two (2) days before sealant application if weeds or other plant material are present in the I pavement cracks. The Contractor shall apply weed killer to all plant material prior to their removal, according to the manufacturer's specifications. I I 10-4.3.2 Crack Cleaning and Drying —The crack shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering hot air at 3000°F and 3,000f/s. Care shall be taken to avoid overheating the pavement. The first pass, 1 should be made along the crack in a steady fashion, and should clean and heat, but not burn, I the crack sidewalls. The heat lance should be held approximately 2 inches above the crack I channel. Proper heating is manifested by a slightly darkened color; burning is apparent by a 1 black color and a very gritty texture. I The second pass should completely remove all the dislodged crack particles from the roadway I and shoulder. I 1 2010/2011 SLURRY SEAL CONSTRUCTION DETAILS CITY PROJECT NO. 10-09 December 1,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 6 I 1 I I 1 The hot airblasting operation shall be conducted immediately prior to the sealing operation to limit the amount of dust and debris blown into the cleaned crack channel, maximize crack 1 warmth, and minimize the potential for formulation of moisture condensation in the crack 1 channel. 1 10-4.4 Asphalt Concrete Placement - Installation of asphalt concrete pavement as crack filling 1 material shall be made by a method that achieves a complete and thorough placement of 1 asphalt concrete without segregation and voids, and achieves required density and compaction. 1 10-4.5 Payment - Payment for preparation of cracks and installation of Type E AR 4000 asphalt 1 concrete pavement shall be considered as included in the unit bid item price per square foot for 1 Rubber Polymer Modified Slurry (RPMS), and shall represent full compensation for furnishing all 1 labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, 1 and no additional compensation will be allowed therefore. 1 10-5 Asphalt Concrete Grinding 1 1 10-5.1 Grinding Built-Up Excess Asphalt Concrete Pavement. — The following section 1 applies to areas where the finish elevation of the asphalt concrete pavement adjacent to existing concrete surfaces (i.e. edge of gutter, cross-gutter, concrete pavement, spandrels) exceeds one 1 inch. 1 I Prior to installation of Rubber Polymer Modified Slurry (RPMS), the Contractor shall grind the existing asphalt concrete pavement at all locations where systematic build-up of asphalt 1 concrete pavement has occurred adjacent to existing concrete surfaces. Such work shall 1 include, but not be limited to, edges of gutters, cross-gutters, spandrels, and edges of concrete 1 paving. 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 1 elevation of the asphalt concrete pavement surface to be higher or lower than the adjacent 1 concrete surface at the completion of the work. 1 1 SPECIAL NOTE: Included in this contract is the grinding and removal of built-up asphalt concrete pavement at the southwest and southeast corners of Ramon Road and every 1 intersecting street between and including El Cielo Road and Vella Road (10 intersections); and at the northeast corner of Gene Autry Trail and Vista Chino (adjacent 1 to the bus stop outside of Caltrans right-of-way). Approximately 1,000 square feet of I asphalt concrete pavement shall be ground in these areas, which are on streets not included in the list of streets to receive slurry seal as identified in the Appendix. I I 10-5.2 Measurement and Payment. — Payment for grinding asphalt concrete pavement, I including all compensation for furnishing all labor, materials, tools, equipment, cleaning and 1 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 1 directed by the Engineer, shall be considered as included in the unit price bid for Rubber I Polymer Modified Slurry(RPMS), and no additional compensation will be allowed therefore. I 2010/2011 SLURRY SEAL I CITY PROJECT NO. 10-09 CONSTRUCTION DETAILS December 1,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 7 I I I I Payment for grinding asphalt concrete pavement at the various intersections along Ramon Road between and including El Cielo Road and Vella Road, and at the northeast comer of Gene Autry Trail and Vista Chino, shall also be considered as included in the unit price bid for Rubber Polymer Modified Slurry (RPMS), and no additional compensation will be allowed therefore. No additional quantity for this grinding will be added to the total quantity of streets to be slurry sealed, and the cost for this additional grinding shall be appropriately reflected in the unit price bid. I 10-6 RUBBER POLYMER MODIFIED SLURRY (RPMS) I 10-6.1 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 I the Engineer. 1 10-6.2 Materials. The materials for Rubber Polymer Modified Slurry (RPMS) immediately prior I to mixing shall conform to the following requirements: I I 10-6.2.1 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 I Emulsions shall conform to the following requirements when tested in accordance with the specified test method: I Emulsion I I Quality Tests Test Requirements I AASHTO T59 Residue after Distillation 60% min. 1 ASTM D244 1 AASHTO T49 Residue 40-90 1 ASTM 2397 Penetration at 77F (25C) I In addition, quick setting Type CQS-1 h Asphaltic Emulsion shall test Positive for Particle Charge I when tested in accordance with ASTM Designation: E70. If the Particle Charge Test result is I inconclusive the Asphaltic Emulsion shall meet a pH requirement of 6.7 maximum. I I 10-6.2.2 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 1 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 1 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 1 and oversized particles. 1 I The percentage composition by weight of the aggregate shall conform to the following gradations I 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. I 2010/2011 SLURRY SEAL � CITY PROJECT NO. 10-09 CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS—SECTION 10—PAGE 8 I 1 I I 1 Sieve Size Percentage Passing Stock ile Tolerance 1 -No. 3/8 100 5% I No. 4 90-100 5% No. 8 65-90 5% 1 No. 16 45-70 5% 1 No. 30 30-50 5% No. 50 18-30 4% 1 No. 100 10-21 3% No. 200 1 5-15 2% 1 I 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 1 than the stockpile tolerance. I I The aggregate shall also conform to the following requirements: I Test California Test Requirements 1 Sand Equivalent 217 45 min. I Durability Index 229 55 min. I I 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 1 when there is a difference in specific gravity of 0.2 or more between blends of different I aggregates. If the average of the five tests is within the gradation tolerances, then the material I will be accepted. If the tests show the material to be out, the contractor will be given the choice I 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 consistent gradation. 1 I 10-6.2.3 Water. Water shall be of such quality that the asphalt will not separate from the emulsion before the slurry seal is in place in the work. If necessary for workability, a set-control 1 agent that will not adversely affect the Rubber Polymer Modified Slurry (RPMS) material may be I used. Pre-wetting of streets will not be required unless streets are subject to high temperatures I and/or dust. I 10-6.2.4 Crumb Rubber. The crumb rubber shall be ambient granulated or ground from whole 1 passenger and/or truck tires only. Uncured or de-vulcanized rubber is not acceptable and may I not be used. Rubber tire buffings from either recapping or manufacturing processes may not be 1 used as a supplement to the crumb rubber mixture. I 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 1 shape and individual particles shall not be greater than 1/20 of an inch in length. The crumb 1 rubber shall be free of contaminants including: fiber, metal and mineral matter, to the following tolerances: I 2010/2011 SLURRY SEAL I CITY PROJECT NO. 10-09 CONSTRUCTION DETAILS December 1,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 9 I 1 I I I A. The fiber content shall be less than 0.30% by weight I B. The crumb rubber shall be free of metal particles. Metal imbedded in rubber particles will I not be allowed. The amount of mineral contaminant allowed shall not exceed 0.10% by 1 weight. I C. The crumb rubber shall be dry with a moisture content of less than 0.75%. I Crumb rubber shall meet the following specifications: 1 I Property Specification Limits Specific Gravity 1.15 +/- .05 1 Percent of Carbon Black 35.0 Maximum I Percent of Rubber Hydrocarbon 55.0 Maximum I Percent Ash 6.0 Maximum I Percent of Acetone Extract 10.0 Maximum Percent of Chloroform Extract 3.0 Maximum 1 Percent Natural Rubber 40 Minimum I I The crumb rubber shall conform to the fallowing gradation and chemical properties: I Sieve Size Percent Passing I No. 30 100 1 No. 40 90-100 1 No. 50 75-85 1 No. 100 25-35 No. 200 0-10 The crumb rubber shall conform to the following test methods: 1 I Property Test Method 1 Specific Gravity ASTM D-1817 Carbon Black ASTM D-297 1 Ash ASTM D-297 I Chloroform Extract ASTM D-297 1 Natural/Synthetic Rubber ASTM D-297 I Sieve Analysis ASTM D-1511 or ASTM DC-136 I 10-6.2.5 Polymer. The Polymer additive shall be SBR Latex or approved equal, which is added I at a minimum of 4.5 percent by weight of the asphaltic emulsion. 1 1 10-6.2.6 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 I being used. 1 I Specification Tolerances Total Solids 40- 44 I % Black by Weight 35-37 I 2010/2011 SLURRY SEAL I CITY PROJECT NO. 10-09 CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS—SECTION 10—PAGE 10 I I I I Type Black Medium Furnace Color Type Dispersing Agent Non-ionic 1 H 0.5- 4.5 I 1 10-6.2.7 Mineral Filler. Portland cement, hydrated lime, limestone dust, fly ash or other I 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. 1 I 10-6.2.8 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 1 design. I 1 10-6.3 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. I 10-6.3.1 Mix Design. The proposed Rubber Polymer Modified Slurry (RPMS) mix design shall I verify compatibility of the aggregate, emulsion, mineral filler, set-control additive and rubber 1 blend. Recommended tests and values are as follows: I Test Description S ecification ISSA T-106 Slurry Seal Consistency Pass 1 ISSA TB-109 Excess Asphalt 50 /sf max. ISSA TB-100 (Type II Wet Track Abrasion 100 /sf max. 1 ISSA TB-113 Mixing Time Controllable to 150 1 seconds min. 1 ISSA TB-114 Wet Stripping Pass I The Mixing Time test should be done at the highest temperatures expected during construction. 1 The original lab report shall be signed by the laboratory that performed the mix design and shall 1 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. 1 I All of the component materials used in the mix design shall be representative of the materials 1 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. I I The component materials shall be within the following limits: I Residual Asphalt Type 1 10%-16% Based on dry weight of aggregate 1 Residual Asphalt Type II 7.5%-13.5% Based on dry weight of aggregate ' 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 CONSTRUCTION DETAILS December 1,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 11 I 1 1 1 1 Crumb Rubber The crumb rubber will be added to the slurry mix at a rate of 5% by volume to the asphalt cement 1 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 1 Mineral Filler 0.5%- 2.0% (if required) based on dry weight of aggregate Additives As needed 1 Water As needed to achieve proper mix consistency. 1 (Total mix liquids, should not exceed the loose aggregate voids) 1 1 10-6.3.2 Proportioning. Note: Proportioning equipment of equal capacity to that described herein will be considered by the City prior to time of award. i Aggregate, asphaltic emulsion, water, polymers, additives, including set-control agent, if used, 1 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. 1 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 1 traffic on the slung 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 1 bleeding, excessive raveling, separation or other distress within 7 days after placing the Rubber Polymer Modified Slurry(RPMS). 1 Asphaltic emulsion shall be added at a rate within the following ranges of percent by weight of I the dry aggregate. The exact weight will be determined by the mix design and the asphalt solids 1 content Of the asphaltic emulsion furnished. 1 Type II 12-20 % r The aggregate shall be proportioned by a belt feeder operated with an adjustable cutoff gate. 1 The height of the gate opening shall be readily determinable. The emulsion shall be introduced 1 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. 1 The bitumen ratio (pounds of asphalt per 100 pounds of dry aggregates) shall not vary more I than 1.5-pound of asphalt above or 0.6-pound asphalt below the amount designated by the mix 1 design and approved by the Engineer. I 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 1 1 2010/2011 SLURRY SEAL CONSTRUCTION DETAILS CITY PROJECT NO. 10-09 SPECIAL PROVISIONS—SECTION 10—PAGE 12 December 1,2010 I 1 1 1 1 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 1 following manner: 1 1 Each Rubber Polymer Modified Slurry(RPMS) unit shall be equipped with a computer controlled automatic sequencing system that initiates each material delivery at the precise moment 1 necessary to insure proper proportioning. I Each Rubber Polymer Modified Slurry (RPMS) unit shall be equipped with independent storage 1 capabilities for the aggregate, emulsion, crumb rubber, polymer, set-control additives and the carbon black. 1 1 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 1 and shall be sequenced through the computer controlled auto-sequencing system. The polymer 1 additive and the carbon black shall be blended and mixed prior to their introduction into the 1 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 1 introduction of the asphalt emulsion. The polymer additive and the carbon black delivery r systems shall each be equipped with digital electronic flow metering devices that read in gallons per minute. 1 The crumb rubber delivery system shall be equipped with an air suspension unit designed to 1 prevent clumping or bridging of the rubber material. The air discharges shall be sequenced to r 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 controlled auto-sequencing system. 1 1 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. 1 The emulsion shall be introduced into the mixer by a positive displacement pump. The emulsion 1 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 is lowered to within two inches of the suction line. r 1 A temperature-indicating device shall be installed in the emulsion storage tank at the pump ( suction level. 1 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. ( r 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 1 the aggregate to the pugmill shall be equipped with a device to monitor the depth of the 1 2010/2011 SLURRY SEAL ( CITY PROJECT NO. 10-09 CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS—SECTION 10—PAGE 13 1 1 I 1 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 device shall monitor movement of the aggregate belt by detecting revolutions of the belt feeder. The devices for 1 monitoring no flow or belt movement, as the case may be, shall automatically shut down the I 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. 1 I 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 1 good working condition and functioning and all metal guards are in place. All indicators required ► by these specifications shall be operational at all times. 1 The Rubber Polymer Modified Slurry (RPMS) mixture shall be spread by means of a controlled I 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 I 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 I uniform surfacing coat. Flexible drags, to be attached to the rear of the spreader box, shall be I 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 I clean, free of all slung and emulsion, at the start of each work shift. I 1 10-6.4 Placing - Rubber Polymer Modified Slurry (RPMS) shall be placed on the public streets listed in the appendix, and as directed by the Engineer. The cured Rubber Polymer Modified Slurry (RPMS) shall have a uniform appearance, fill all cracks, adhere firmly to the surface and 1 have a skid-resistant surface. 1 1 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 I Polymer Modified Slurry (RPMS). The application of Rubber Polymer Modified Slurry I (RPMS) shall be scheduled to commence after 7:00 A.M. and shall be completed by 2:00 I P.M. No Rubber Polymer Modified Slurry (RPMS) shall be applied when the weather forecast indicates a probability of rainfall or when the air or pavement temperature is lower than 60 1 degrees Farenheit. I I 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 the Contractor by washing, heating, scraping, sweeping, blowing, vacuuming, or other means as necessary to I 2010/2011 SLURRY SEAL ( CITY PROJECT NO. 1Q-09 CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS—SECTION 10—PAGE 14 I I I I 1 remove moisture, dirt, grease, or other foreign matter which would reduce the bond between the slurry and the pavement. 1 The Rubber Polymer Modified Slurry (RPMS) shall be properly proportioned, mixed, and spread 1 evenly on the surface as specified in the Standard Specifications and these Special Provisions, and as directed. The cured Rubber Polymer Modified Slurry (RPMS) shall have a homogeneous 1 appearance; it shall fill all surface voids and penetrate cracks, shall adhere firmly to the surface 1 and shall have a skid-resistant texture. Each slurry crew shall be composed of a coordinator at the project site at all times, a competent 1 quick-set mixing man, a competent driver and sufficient laborers for any handwork and clean up. I 1 Metal lutes will not be permitted for spreading slurry by hand methods. 1 If required by local temperature or dust conditions, the surface shall be pre-wetted by fogging 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 1 kept to a minimum under all conditions. I The Rubber Polymer Modified Slurry (RPMS) shall be spread at 12 to 15 pounds per square 1 yard of dry aggregate. The spread rate will be sufficient to fill all voids in the existing pavement 1 and to place sufficient material to embed the largest size aggregate particles. The maximum 1 speed of the slung machine shall not exceed 270 feet per 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 1 shall be uniform and homogeneous after spreading on the surface and shall not show separation I 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 1 squeegees or other approved methods. 1 1 Following application of Rubber Polymer Modified Slurry (RPMS), loose aggregate shall be 1 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 1 later. r ( Pneumatic rolling is re uired on all streets. Rolling shall commence as soon as the Rubber 1 Polymer Modified Slurry (RPMS) has set sufficiently to prevent any material from adhering to the tires. The slung surface shall be rolled by two to five complete coverages, as directed by the I Engineer. Rolling shall continue until all ridges have been ironed out and a uniform smooth 1 surface is obtained. Pneumatic rollers shall be operated at a minimum tire pressure of 60 psi. 1 Payment for providing pneumatic rolling 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. 1 1 10-6.5 Cleaning 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. 1 2010/2011 SLURRY SEAL 1 CITY PROJECT NO. 10-09 CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS—SECTION 10—PAGE 15 I I I 1 10-6.6 Hand Tools - Hand squeegees, shovels, hand burlap drags and other equipment shall 1 be provided as necessary to perform the work. 1 ` 10-6.7 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. 1 Joints between asphalt pavement and portland concrete pavement and/or concrete gutters shall be completely and neatly sealed without excessive slop-over onto the concrete; any unsightly 1 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 1 the work. Approved squeegees or lutes shall be used to spread Rubber Polymer Modified Slurry 1 (RPMS) in areas inaccessible to the machine. Care shall be exercised to insure the maximum 1 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 driveways, sidewalks, etc. 10-6.8 Smoothness - The finished surface of the Rubber Polymer Modified Slurry(RPMS) shall 1 be at least as smooth as the original pavement surface. Any corrugations on the surface I creating vibrations noticeable by passengers in an automobile driving over the Rubber Polymer 1 Modified Slurry (RPMS) at legal speeds will result in rejection of the material. 10-6.9 Cleanup - During performance and upon completion of work on this project, the 1 Contractor shall remove all unused equipment and instruments of service, all excess or I unsuitable material, and all trash, rubbish, and debris and shall legally dispose of all such items. 1 The Contractor shall leave entire area in a neat, clean and acceptable condition as approved by Engineer. The cost for this work shall be included in the prices for all bid items in the Bid 1 Schedule and no additional payment will be made therefore. I 10-6.10 Removal and Resealing - Any Rubber Polymer Modified Slurry (RPMS) application 1 that has been rejected shall be removed by cold planing to the original pavement. A new Rubber Polymer Modified Slurry (RPMS) application shall then be placed on the pavement. Any I placement of Rubber Polymer Modified Slurry (RPMS) that has been rejected shall be removed and replaced at the Contractor's expense. 1 10-6.11 Protection of Uncured Slurry - The Contractor shall provide such flaggers and I barricades as may be required to protect the uncured Rubber Polymer Modified Slurry (RPMS) from vehicular traffic. All damages to the uncured Rubber Polymer Modified Slurry (RPMS) shall be the responsibility of the Contractor. 10-6.12 Measurement and Payment - Payment for Rubber Polymer Modified Sluny (RPMS) I 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 2010/2011 SLURRY SEAL 1 CITY PROJECT NO. 10-09 CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS—SECTION 10—PAGE 16 I I 1 I materials, pavement cleaning, crack-sealing and crackfilling, rolling, posting of notices, masking I and cleaning utility covers, and all other incidental work. I 10-7 MISCELLANEOUS APPURTENANT WORK I 10-7.1 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. I I 10-7.2 Removal of Raised Pavement Markers - All existing raised pavement markers (reflective or non-reflective) shall be removed prior to installation of Rubber Polymer Modified If Slurry(RPMS) in accordance with Section 312-3 of the Standard Specifications. I I 10-8 PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS I 10-8.1 General -All existing traffic striping or markings on streets to be slurried shall be removed I by the Contractor. The Contractor shall replace all markings on City streets with thermoplastic I markings, and all traffic striping shall be replaced as follows: I For all streets with existing paint or thermoplastic traffic striping, the contractor shall replace the I traffic striping with the corresponding raised pavement marker traffic striping details from the I State of California "Caltrans" Standard Plans. For all streets to be slurried that have existing traffic striping in accordance with raised pavement marker traffic striping details from the State of California "Caltrans° Standard Plans, any missing or damaged raised pavement markers shall be replaced by the Contractor with new raised pavement markers. 1 I For all streets, all existing raised pavement markers shall be removed and, after slurry I 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 slung application. All new non-reflective raised pavement markers shall be ceramic; no plastic pavement markers shall be used. I 10-8.2 Pavement Markings - Pavement markings shall conform to the provisions in Section 210-1.6.1 "General", 210-1.6.2 "Thermoplastic Paint, State Specifications" and 210-1.6.3 "Rapid I Dry White, Yellow, or Black Traffic Line Paint" of the Standard Specifications and these Special I Provisions. I Whenever the Contractor's operations obliterate pavement delineation (lane lines, either I pavement markers or painted lines or both), such pavement delineation shall be replaced by I Contractor before completion of project. Either permanent or temporary delineation shall be I installed by Contractor before opening the traveled way to public traffic. Temporary delineation I shall consist of reflective raised pavement markers (Type "T") which shall be applied in accordance with the manufacturer's printed instructions. Temporary delineation shall be the I same color as the permanent delineation. Full compensation for temporary delineation shall be I included in the prices paid for the contract items of work that obliterated the existing delineation I and no separate payment will be made therefore. 1 2010/2011 SLURRY SEAL I CITY PROJECT NO. 10-09 CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS—SECTION 10—PAGE 17 i Traffic striping and pavement markings may be installed at night after 8:00 p.m. or in the early morning before 6:00 a.m. with the prior approval of the Engineer. Payment for installing pavement markings and markers at night shall be considered as included in the unit price bid for (' the construction of Rubber Polymer Modified Slurry(RPMS), and no additional compensation will be made therefore. 1 The Contractor shall use Caltrans metric stencils for all legends and arrows on this project, 1 conforming to the latest standards. 1 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 I City of Palm Springs. I 10-8.3 Removal of Traffic Stripes and Pavement Markings - All existing paint, thermoplastic traffic stripes and pavement markings within the streets to be slurry sealed shall be removed as i indicated herein. I Where existing 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 shall be by sweeping concurrently with the erasing operation. 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. 10-8.4 Applying Pavement Markings - Traffic legends shall be applied in accordance with section 310-5.6 of the Standard Specifications. 10-8.5 Pavement Markers - Pavement markers shall conform to the provisions in Section 214, "Pavement Markers," and shall be removed and placed in accordance with Section 312, "Pavement Marker Placement and Removal," 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. Flexible bituminous adhesive, as specified by Section 214-7 of the Standard Specifications, or an altemative equal approved by the City Engineer, shall be used for installation of all raised pavement markers. 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 channelizers removed by the Contractor's operations shall be replaced in like kind, at its expense. 2010/2011 SLURRY SEAL CONSTRUCTION DETAILS CITY PROJECT NO. 10-09 December 1,2010 SPECIAL PROVISIONS—SECTION 10—PAGE 18 1 1 1 The Contractor shall install all raised pavement markers and reflectors, not less than 14 days after completion of slung seal as the job proceeds along, and shall rabbit track the proposed 1 project as the job proceeds before completion of work each day, and not at total completion of slurry seal. 1 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. 1 1 All additional work necessary to establish satisfactory lines for markers shall be performed by the 1 Contractor. I 10-8.6 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 1 perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each shall be placed 6 inches from the centerline of the half-street closest to the fire hydrant and on a line perpendicular to the fire hydrant. 10-8.7 Measurement and Payment — Payment for removal of existing traffic striping, 1 installation of temporary traffic striping, and installation of permanent traffic striping, markings and legends, shall be considered as included in the lump sum bid item price for removal and 1 replacement of existing traffic striping, and shall include full compensation for 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 1 be allowed therefore. I - END OF SECTION - I I 1 1 I 1 1 I 1 I 1 I I 1 2010/2011 SLURRY SEAL I CITY PROJECT NO. 10-09 CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS—SECTION 10—PAGE 19 I 1 1 CITY OF PALM SPRINGS 1 I PUBLIC WORKS AND ENGINEERING DEPARTMENT 1 I I 1 PART III -APPENDIX I I 2010/2011 ANNUAL SLURRY SEAL 1 CITY PROJECT NO. 10-09 I Listing of Streets Street Maps City of Palm Springs Standard Drawing No. 624 and 625 Cal Trans Standard Plan No. A20A, A2013, A20C, A20D, A24A, A24C, A24D, and A24E 1 CrafCOTM Polyflex Type 3 Sealant Product Data Sheet Henry"HE184-- Flexible Dotstick" Technical Data Sheet 1 CrafCOTI Hot-Applied Flexible Pavement Marker Adhesive Product Data Sheet 1 CrafcoTm Hot-Applied Flexible Pavement Marker Adhesive Application Instructions 1 I 1 I 1 1 1 I I 1 I I I I I I 1 ! 2010/2011 SLURRY SEAL CITY PROJECT NO. 10-09 CONTENTS O PART II December 1,2010 I 0144156 WHITEWATER CLUB DR FARRELL DR Gate 32 124 4,046 SgFt M ' 1144005 VIA MIRALESTE VISTA CHINO 135'S.OF THE PALMS 32 1,295 52,146 SgFt ' 1144010 VIA MIRALESTE 135'S.OF THE PALMS PASEO EL MIRADOR 61 517 30,906 SF 1144015 VIA MIRALESTE PASEO EL MIRADOR TACHEVAH DR 49 774 37,926 SF 1144020 VIA MIRALESTE TACHEVAH DRIVE 318'S.OF TACHEVAH 60 318 19,080 SF 1144025 VIA MIRALESTE 318'S.OF TACHEVAH DRIVE TAMARISK ROAD 46 955 43,930 SF ' 1144030 VIA MIRALESTE TAMARISK ROAD ALEJO ROAD 36 1,300 46,800 SF 1144040 TACHEVAH DR INDIAN CANYON DR VIA MIRALESTE 48 1,253 63,747 SF i 1144045 TACHEVAH DR VIA MIRALESTE AVENIDA CABALLEROS 49 1,319 65,079 SF 1144065 TAMARISK ROAD AVENIDA CABALLEROS VIA MIRALESTE 37 1,304 48,248 SF 1144080 CHUCKWALLA ROAD VIA MIRALESTE AVENIDA CABALLEROS 37 1,275 46,188 SF ' 1144085 OPUNTIA ROAD CHIA ROAD CHUCKWALLA ROAD 33 622 20,526 SF 1144090 VAQUERO ROAD CHUCKWALLA ROAD CHIA ROAD 33 626 20,658 SF ' 1144095 RODEO ROAD CHIA ROAD CHUCKWALLA ROAD 33 623 20,559 SF 1144100 FIESTA ROAD CHUCKWALLA ROAD CHIA ROAD 33 626 20,658 SF ' 1144105 THE PALMS VIA MIRALESTE W END 25 512 14,895 SF ' 1144110 CHIA ROAD VIA MIRALESTE AVENIDA CABALLEROS 32 1,257 40,224 SF 1144115 COTTONWOOD ROAD AVENIDA CABALLEROS VIA MIRALESTE 33 1,278 42,174 SF 1144120 COTTONWOOD ROAD VIA MIRALESTE CHAPARRAL ROAD 33 822 27,126 SF 1144125 CHAPARRAL ROAD VISTA CHINO COTTONWOOD ROAD 32 479 13,032 SF 1144140 MEL AVENUE(PARTIAL) VIA MIRALESTE INDIAN CANYON DR 25 1,257 29,718 SF 1144150 STEVENS ROAD INDIAN CANYON ROAD AVENIDA PALMS VERDES 20 696 19,791 SF ' 1144175 PASEO EL MIRADOR VIA MIRALESTE AVENIDA CABALLEROS 37 1,268 46,916 SF ' 1144205 PASEO DE ANZA PASEO EL MIRADOR CHIA ROAD 28 529 13,644 SF 1144225 LINDA VISTA ROAD PASEO EL MIRADOR PASATIEMPO ROAD 33 904 29,832 SF 1 1144230 VIA DONNA PASEO EL MIRADOR DEEPAK ROAD 36 850 30,600 SF 1144235 DEEPAK ROAD E END W END 36 505 23,220 SF ' 1144240 DIANA CIRCLE VIA DONNA W END 36 214 10,314 SF 1144245 CHRISTINA WAY VIA DONNA N END 36 567 23,733 SF ' 1144250 SERENA CIRCLE CHRISTINA WAY N END 36 120 6,651 SF ' 1144255 OLIVE WAY AVENIDA CABALLEROS MARSHALL WAY 32 652 21,312 SF 1144260 MARSHALL WAY OLIVE WAY AVENIDA CABALLEROS 32 656 21,438 SF 1144280 HERMOSA DR TACHEVAH DR TAMARISK ROAD 37 1,298 44,964 SF I 1144285 HERMOSA DR TAMARISK ROAD ALEJO ROAD 37 1,279 47,323 SF 1144300 BUENA VISTA DR AVENIDA CABALLEROS ARQUILLA ROAD 37 612 22,644 SF 1144305 BUENA VISTA DR ARQUILLA ROAD HERMOSA DR 37 618 22,866 SF 1144330 BUENA VISTA DR HERMOSA DR PASEO DE ANZA 37 618 22,788 SF ' 1144315 BUENA VISTA DR PASEO DE ANZA SUNRISE WAY 37 610 22,570 SF 1144320 SAN JACINTO WAY SUNRISE WAY PASEO DE ANZA 37 614 22,718 SF ' 1144325 SAN JACINTO WAY PASEO DE ANZA HERMOSA DR 37 616 22,792 SF 1144330 SAN JACINTO WAY HERMOSA DR ARQUILLA ROAD 37 622 23,014 SF I 1144335 SAN JACINTO WAY ARQUILLA ROAD AVENIDA CABALLEROS 37 605 22,385 SF 1144360 VERBENA DR SUNRISE WAY PASEO DE ANZA 37 612 22,644 SF �. 1144365 VERBENA DR PASEO DE ANZA HERMOSA DR 37 616 22,792 SF ' 1144400 AVENIDA CABALLEROS TACHEVAH DR PASEO EL MIRADOR 46 845 39,051 SF 1144405 AVENIDA CABALLEROS PASEO EL MIRADOR VISTA CHINO 60 970 58,200 SF 1144410 VIA ALTAMIRA AVENIDA CABALLEROS ARQUILLA ROAD 36 615 22,140 SF 1144415 VIA ALTAMIRA ARQUILLA ROAD HERMOSA DR 36 615 22,140 SF 11"420 VIA COLUSA HERMOSA DR ARQUILLA ROAD 36 615 22,140 SF 1144425 VIA COLUSA ARQUILLA ROAD AVENIDA CABALLEROS 36 615 22,140 SF 1144430 PLAZA AMIGO ALEJO ROAD GRANVIA VALMONTE 36 618 22,248 SF ' 1144435 PLAZA AMIGO GRANVIA VALMONTE TAMARISK ROAD 36 621 22,356 SF 1144440 PASEO DE ANZA TAMARISK ROAD GRANVIA VALMONTE 36 620 22,320 SF 1144445 PASEO DE ANZA GRANVIA VALMONTE ALEJO ROAD 36 616 22,176 SF 1144450 CALLE ROLPH ALEJO ROAD GRANVIA VALMONTE 36 616 22,176 SF 1144455 CALLE ROLPH GRANVIA VALMONTE TAMARISK ROAD 36 620 22,320 SF 1144460 CALLE MARCUS TAMARISK ROAD GRANVIA VALMONT 36 620 22,320 SF 1144465 CALLE MARCUS GRANVIA VALMONTE ALEJO ROAD 36 616 22,176 SF ' 1144470 GRANVIA VALMONTE SUNRISE WAY HERMOSA DR 37 1,271 47,027 SF 1144475 GRANVIA VALMONTE HERMOSA DR ARQUILLA ROAD 37 615 22,755 SF 1144480 GRANVIA VALMONTE ARQUILLA ROAD AVENIDA CABALLEROS 37 613 22,681 SF 1144490 LOS NIETOS ROAD ALEJO ROAD GRANVIA VALMONTE 32 625 20,000 SF 1144S40 AVENIDA OLIVOS TAMARISK ROAD 320'5.OF TACHEVAH DR 25 959 21,984 SF ` 1344056 BARISTO ROAD 243'E.OF CL FARRELL DR CIVIC DR 50 1,288 64,400 SF 1344205 ANDREAS ROAD AIRLANE DR LOUELLA ROAD 36 480 17,910 SF 1344210 ANDREAS ROAD LOELLA ROAD FARRELL DR 36 949 34,164 SF tOAL toBOA41 $F. 1 1 1 1 1 CITY OF PALM SPRINGS 1 SECTION 1-T4S-R4E 1 JOYCE W`BRIVE�' 1PALM SPRINGS 1 �1 FINLEY ROAD COUNTRY � a CLUB 1 Of � � RODGERS ROAD HILDY LANE FRANCIS DRIVE Q BELLAMY ROAD Lo ¢ (5 (n z � " _ �" o POWELL ROAD uj WAYNE ROAD 1 ..DEL. LAGO ROAD A. RACQUET---£ttf8 R VERONA ROAD a ROCHELLE ROAD VICENTIA Q Of R D VENE'TIA RD I. Of Of CLI } VVALENCIA RD o C=) 1 Q HUDSON RD VENTURIA ROAD 1 VIA Q ESCUELA VIA ESCUELA ck� o W c' SAN AN;lELO RD c �= Lu 0-1 SANDIA RD DESERT PARK AVE o a SAN' MARINO' RDLL o SAHARA RD SAN JUAN ROAD I � � 111 I I U jst-&Cl tv o mctu dew . 1 1 1 1 1 CITY OF PALM SPRINGS 1 SECTION 11-T4S-R4E V15tA Nno 1 vi� iv\e,1uAed 1 r. 1 w wf D_ _ RAYMOND CREE Q MIDDLE SCHOOL 1 E CHU 1 EVE1+iS E MIRALESTE! 1 CT DEEPAK RD IINO MONTE VISTA w_ DIANk o a `COLD WAYS E CHIA RD NY '. ..; I€ E MEL AVE �' Q Li m E MEL AVE— omit ft ..... MIRADOR txvso w E PASEO EL . I f` IRADOR I E VERADA SURD PASATIEMPO ,; .., .`.� ,:. TACH DRIVE o y.WELLNESS VIA EYTEL s GARDEN KATHRYN FINCHE Encia � � ELEMENTARY SCHOOL :: ....� JA�CttT4._ WN , DA :: RUTH J EL ' y . UJ �`' ALAMEDA HARDY ► Q PARK ' z D�� `rA�V�+R►SK RJ)MD E Q TAMARISK ROAD RIS Y VIA ALTA MIRA , _ N W VALMONTE NORTE 5 ` A VALMONTE ..E AlilllIL .ill ll� cn c3 IL.<E VALMONTE SURD VALAcolf NTE NORTE .{ " W ALb ALE�JO " ` 0O, i i 1 1 1 1 1 CITY OF PALM SPRINGS 1 I SECTION 13-T4S-R4E 1 ALEJO ROAD ALkJO HOAR 1 4 BELDING DRIVE 1fm I PARK AVE CD DESERT 1 PALMS D DESERT PALMY DRIVE z 1 -- ,� MCMANUS f DRIVE AVIATION ;1A4' 1 AMADO ROAD : CIVIC DR W o PLAIMOR DR n�12, TERRY IN o -r `3 co �� 'EL.ORa aM� W LNMOROf � DR w N ANDREAS w o z w U � U < ROAD'' ANDREAS RD UPS,?...... . HALL 1 UITZ CANYON Li 0 PALM 12 4 PASEO.DE ROSETA SPRINGS � .� POLICE E CALLE fEUCIA DEPT RD, ARENAS.RD , ' ARENAS RD 1 E CALLE LILETA 13 c ..Q .PASEO DE GRACIA i cn BARISTO RD PS PS PUBLIC STADIUM LSSENIOR: PALM SPRINGS SUNRISE E VIA VAQUERO RD 4 PARK PS HIG ,SCHOOL RS E RANCHERO RD y'� CTR RA ON I I RD RAMON I RD ' NO.1 REVISIONS APPROVED DATE ' STOP BAR LOCATED AT MIDDLE OF CURB RAMP SIDE SLOPE NEAREST THE B.C.R. I I I , I 8' 12 CURB DAMP I SEE DWG. 212 i BCR I I FACE OF CURB 7"Lloil I STREET CENTERLINE 1 ' 4 1 8 I 12 1 ' 1 NON - RAMPED I 1 I FACE OF CURB 1 I STREET I CENTERLINE I NOTE: I ALL STENCILS TO BE CALTRANS: - THROUGH ARROWS TYPE I I = LEFT/RIGHT ARROWS TYPE IV DROP ARROWS TYPE VI I CITY'- OF PALM SPRINGS APPROVED: DATE: 26A31 PUBLIC WORKS & ENGINEERING DEPARTMENT I CITY ENGINE R.C.E. I STOP BAR AND LEGEND DETAIL DRAWN BY: G.F.F. FILE NO. STANDARDS CHECKED BY: M.L.F. DWG. NO, 625 CENTERLINES LANELINES fC iT) Dill`.Wwy •°"„ _, we (2 LANE HIGHWAYS) N€1 PASSING ZONES-TY10 DIRECTION DETAIL 1 H TILANE HlMIWLY%) DETAIL 12 - DETAIL 21 01 11 -� 1 DETAIL 2 4a-o• DETAIL 13 DETAIL 22 za a' n-o F.o#fA E0W .odk9.Is 0W Q 0000 © �— '0' " f-'ib 3. Orrei3 3 daMt-e! DETAIL tou o0- i a-o0v �4 � 00 ® 0000 a pETAIL 23 - - DETAIL 4 �• a DETAIL 14A - • wee®®v®® ®®®®i— ®0® PO 0 0 o I>t y TYPICAL LANE LINE DEUNEATION ~' � 4._v,. � �•-v —► its--+�- RAMPNAnW DETAIL s NO PASSING ZONES-ONE DIRECTION ND TML E OF EXIT RA Fays 14 or 1 dj 36•-o , a DETAIL 15 h•�g 1 O TYPE A tthFte%on-reflectlre �� 1T'-D• _I® }7`-G°r!�—f ® TYPE AY Yellow Non-r-fleatSve ' �• DETAIL 6 -7 ® TYPE t pw-et-or rt-rrx-f*"fr --► � � z is ® TYPE 0 Two-wa4 Yettow RafrprrfNutiw O DETAIL 16 •_0' 31, © TYPE G On--way cww MtrorefI ctwe mn mile m �� ( TYPE H One-way Y-Ilaw a.rronrl.aw■ — OEtau tt DETAIL 7 _ LOU 44'-O• or 13 ea - _ _ �� F4•-O• iwl 4'NRife it Del 1 14 le to Ee uNd In eawbhwtkn a ®�®"® DETAIL-1 7 4•Yellow with Detalt 13.pilrtltl r4a la t,be ow.a 2 '�� I 1•_C" f• -'- • • In comat.wtla+with 60t011 12. i� Ol reation of Travel .LINES ® ® ®® tf ®e sA 5 I^LANE 31b DETAIL 8 (MULTILANE HIGHWAYS) 0 a®00 silt e A a®a®It—{ MAR-MR DETAILS Al � r-o• I r._a.' T•-o" Ir-a' r-o• DETAIL 18 10 3W-4'A" DETAIL 9 T DETAIL 19 IN DETAIL tD 24•-W u,_v, 07 TYPE A•& TYPE AY TYPE C & TYPED TYPE G & TYPE H II 0 0 0 000 3 DETAIL 20 o�weAiea >1w ATgN —a � 4-_O, � 4-0" RetrarefieotF.ve FOoe 1a•-G• t2'-O" te'•c" - - DETAIL 11 a�.���a�17SlL .. �— 12•-�• 36._01, 12•-T 0 a a 0 0 a Q a a 0 a 0 v1 © -A T i/i'.E —� NO SCALE FAOM Return to TaNle ofC-ontents LEFT E©GELINES e+eprr e+uec Te,� IVfEflIAN I�LAl�S �� +DETAIL 24 ID[rS➢E� NFs Arsl TYPE AY rAllor ITlte N� DETAIL 28 #MA-rsnaetlw Eli= r^Yell" .::� Tif. !�� D1rAMiM of T[ I F. Edge of irmwl.d raY Y � _ lvtkaw DETAIL 25 Tr►E" r.n°"'-tQ� ar IdfrorefF.oilN. y• INTERSECTION �§► -EApa Of trdrsied Wary .NMI �T rL9LaAiferw nEslt/ ♦e'-a' DETAIL 34 TtAfi1T5 DETAIL 25A =� DETAIL 29 z+'-o^ DETAIL 4A ;I #-tip'a-°" DETAIL 26 Ed90 of trow].d way NNW a Edge of traveled*a5` _. _ 100 a I DETAIL 35 - f e• 1—��•.f�A�+E DETAIL 27 DETAIL 36 -LT � Edqe o;tror.lW +W 6ETAIL`35A T T-o' RIGHT EDGELINES ' e Ta• TWO—WAY LEFT TURN LANIE5 i ,Q �+. Detail zrA wi.f.d DETAIL 31 MiER DETAILS DETAIL 278 ' 12'-Cr - •, i # Tay � 3iY'-+'dr 3,ii'-4Y• E.g.of+rdv.Nd roy —{ RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 � 03-1 INTERSECTIONS DETAIL 27C = TYPEAY T`PPE D TYPE H' � a ��2'a��- �e'-C �rf as-e• 1 tag a^ n.rrerefl.eriw voo. 11:ZJ III -4 DETAIL 33 smt of ca>�mm a or+u mk of tailoEtFi w*m Wk�VWMRS AM TSA VVTA4#S. NO SCALE Relurn ro Table of Contews EXIT RAMP NEUTRAL AREA (GORE) TREATMENT Otis co' oft" DETAIL 36 • �'- Eige of troweled m' (maim I") ■ r Clra:fdgf ER - white See Detail 279�. ine. SYtl Pion A2fww 4'Wte Ile. -aeni.;rwo i - see De4oll 2SA � Fa/IHaYFwRr.+abaaaEis-y.*ijwibeyyq. std wan A200 LW MP AT F5fi7 Re3�S ° DETAIL 37 of*Yhj w.Nh tn+IBYd{e SN DlYQIi 36 ° Edge of +reveled way(romp} 1"Yellow Ilne - - - ENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT 0 9 L] ED I p p 1p � 0 0 1 0 DETAIL 36A �"wn>1te lrlw -� }� yI r wm+e tine Edge of trawled way(mainline( " :�_„�d !es_,F. [,. « - gee 061,6 C6El 3 SM Prtn A2W ssitf PPiientI' DETAIL 37A - Repeal at 9re amlie tk+rrvala - see Delon 38 4"white Oft Set - - Set Drtoii!,9 or 10 d'whlie One st'd Plan A26A a -4 TYPO A marker.op+tonol 89 a 88 88 9 89 88 B 8 9 8 8 9 8 8 8 8 9 8 8 4'YHlar Itne 12 a y" pea �p 11 � Edte of traveled ray(ramp) L � MYkI kAtl� a See Deem la 25e ;Fke iaf gllwwN eEywn a!ey eddtYea an � -Kf�'wnf-1wpNi'+s critical. Ste wan Atop LAW M—W AT !M� TKUS ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENT DETAIL 37B DETAIL 368 e"white Ifna Edge w frow led ray (makulnel © 9 C7 O 9 II O11 I101 1 9 p 8 0 0 0 See Plan a 2TB l I+I F�-� D S+d Plan AYdb LFs�-1�1 IFw=--,Y,. e"ate ltra a 9w Oeleti 3[l T}fre.lpl Yrefflo�► 9Yd Plan A200 a b"Whl+e lone a"chi+e tine .DETAIL 37C a"yellow line Edge or+reretea way[rbmpl s a MARKER KTAILS 88 9 88 8;8� Be Be 1 88 Be 8 88 88 9 Be "IBe ¢ see Detail 25A See Men 4 M Mray� S+d Plm A200 ', •� S '-4ye" T +I a ra—0. S�Men W LEGEND T � f o� SSE OF TAU-41M non YARNEPIS •a _ ePlAsof Q TYPE A white Non-reflea+iva - -". �. ® TYPE C flea-clear laerrararlec+Iva �+ T 0 TYPE G one-way near Re+rorefhc+lre TYPE A TYPE C TYPE G NO SCALE -111— airea+lan of Trawl ® Retrorefled+Tue Face R_ Return to Table oj'Contexts CHANNELIZING LINE LEGEND n taan.• xoyr.- MAKERS DETAIL 38 a"Knits Line O TYPE A Ilhlh Man-rofleatlW • • _S � TYPE AY Y&lior Ken-Wyeaetlre 0 TYPE G One-way Clear Aetrorefteetiw j Through TrofflC P'Yellow Line e DETAIL 38A a'*hire Line Direction of Trawl MARKER DETAILS r`�`�'�'•�' Retraref,faslw 336 a of � W.Sao Note3 « rfe�il t o-j(i•,s.a ret• s DETAIL 38B • b"�rh Lin. • SECTM A-A—� SECT[011 B-B � • • �� Il�a�- aTRefl�ne t �,� llesrarelsaetiw r DETAIL 38C -am of raoaes and of 4 � TYPE A do TYPE AY TYPE a 8 s a a $ 8 s a a s .Aatrarof lee+We Fuca —F_,'-fl" r--yr- jiff,-[---_jpjr= « +}•jn.� w Finished Repdeay swfaa A PLIkN P g- dY Surface Twa; T ftc pw-lkry Truffle _ frYP• t] C IOTA L FQft a BIKE LANE LINE D t"y' co �:• :- RETR FLECTIVE EAWAENT i14A. RUR 30 DETAIL 39 �6"pnih OnoTnermoplest(c Material f RETAIL FOR RECE25Ep � '-�° " � •- - RECESSED m49yzg NoTEs. HEldJa40PtASTIC TRAFFIC STRIPE Lam- �� INTERSECTION LINE T ® ,.ses tyPlfo rraffld ff �•, Sae NatM A and b. T- ® f*h le for warl�er geltern. BIKE LANE RECESSED THERMOPLASTIC NOTES ,EV ® hPe. se,arhsr2�, ,.A Z th DETAIL 39Azoo - 't€ rpu7raa a type z rkwa, Intersection A.Sea typ rcai troff,d IkM detal is for 'X Aetroreftec-Ove Face 'X pavementz.The rrtrarrflsetiW maminp patterns. The ret�Esthete�learl )Ib b.I)e top of tlr fhwrmop,aetFe inetalkad ® E r � lane 6"mite L1M beIr•ae ed PaWmenr sga[I be O to ys- ®- hen-recessed Irletw1cwone. paVN11Mf surface. 3.The tell of p'OefAent .SIT rrwwawe LANE LINE EXTENSIONS THROUGH INTERSECTIONS TYPE C & TYPE D TYPE G & TYPE H paveelrrt surface. DETAIL 40 DETAIL 40A sme pores , oft Z. 0 4 ❑ L7 0 0 �00 0 0 0 FOR IRE 1V D INSTALL-4r 1'an rfa Lind - Type A N*n~14-ttW CENTER LINE EXTENSIONS STATE CALFODU WAR"WO OF TRARSPMArOM THROUGH INTERSECTIONS PAST MAMMM DETAIL 41 DETAIL 41A AM Tfk%Pf;*P* LOWS iaw-, f C, -"r r==0` TYMAL DETAMS t f !\ i • • "_• • • • NO SCALE r•Ysllo.L,ns type AY pan-Aaflactlw Return to Table of Contents Ills I[ MEW. .e IAEN L v. . iR fwiRf -iI w,.WO o �s AglA#rRkG�s+n6,IlApla NryVe6wgYaiF' o e 10 I E - 7Z-- c - ! k e e I } `I N ImIDq �i �• �y= 1 A-14 aQ ft 6 i' TYPE I i 0'-0" AFC e` Y 5'd f 4fl- --———— JK also A 36.aq fr 1'-0•GRID ,._Q. & Tx a A-25 eq f t z ,1-01,(AID T,_3• - TYPE I i 8'-0" ARROW r 1'-0"GRID A=42�q f+ _{ TYPE RAMM +1.31 aq ft MORT LAW-BABP ARA69IT TYPE 124`-0" }YI ARf "-a'Glrla (FOR LEFT LAIIE, USE Y1RRaR J TYK 1 A•�i(_5ea ft f fARRow {USE f1 R R(PJAC OW' r l A-i8.a ft TYP£ Y PaPM NOTE: MINOR VARIATIONS IN DIUMt7NS STAN GE Olk'� WAY BE ACCEPTED BY THE ENGWER. - D9iNIB@IF 1S1 T,A. 8'CR16 _I �6 1'-G"QFIa RAVMN . A Taq ft , BM LA f a.dH lh NO SCALE - YSE IfO1rlBR NNBEI - - Return to Table of Contents ON MEN NONE N 0 ■■■■■■■■ ■■■■UMBER■ ■��■t��■rt�i��■ ■■■■ ■IfI�L�■ a�feia�i�i ie�l� ■■■■ V ■■■. ■■■EES■■■ NONE �I�■S1■�■■�� ■■■■ ■■■■■►■■■■ ■t1 '! ■■■.A■■;.■■■ ■■■r, VAFA%111 '�■■��II ` ■I� WORN II■ill ■■■►■■s■■■■ 11■5 ��■■■II�r .� ■■■1■►■■■■ ■ll��ll1 � � !.!!!lEtea!lEEai ■LINE■■111 ■■■MMUMM■■ ■UFAM. �I■1«i�,�■■ � ....l...a.i..... L►■■A■�■11 ■A\r�I�tr��■�■ �, !i!lEiE.iE:E..s! ..►�...�.. .■.R,.�I.M.■. ■..►■RIVAIN � in -no i� ...ililii.i..aE ■.Ea.aii...i...! T I .ls.E.lEiilEi.i! ■■L1■■III■ ■■��rr�■�■r>Ir�■■ ■■1■ '' � :::::::�: :::::: �1►��■�I/. �i■11111i1�111�■i1 11■��•���■ , :is.aa.�, a.'l.+r■ ■■IAIRKWA1L1■fi ■■�L�II.►■■ IIIV/>■■■■ilrl ,, .. a ■���!•���I•■ .E.iaa OEESE ■\L►■III■■ \\J■■■■\■r :y:;::mvw[Et.E,:::.: 1111■■■I1111 ::���� - �: 5- IC[f■I\■GRIFA [� Illll■■■/1l111 EEC -. k=��. ■ER7e --fife✓. •a�ai ■■■■�►�■■ 1111►111111111 1111,111111111 Iii1,11N 1/1111 aE'iNCURENUM aal.rEis■Ela1li■ ■1/1■■�L�■ 1111111111n1111 1111ig11111i11 111110111111111 ■iEEEEEE7iEEiiEE r� 111UNVUH:a� ■■��■■��■■ ii111t1i1f���� 11��111111���� 1111111111 Bit �►■►!�■��■■ i1i1111111i11111 ii11111i1�11111 111�1�'1t11i1�lii�ll rl■■■■�■�� IIIIiIJ11111111 111111,IIIii:�11 1111��IIi111�I11111 �y■■■��� lillill1111i11 1�111111111111 1111►1j1li1ii1� 1 a ���- r' 1111,IIIi:111111 ILIIIIII:Ii11N 111i��1111111#Il��i a ._ ¢ . � fi/1►111111111�1i 111►11'111111'tiL !111�1�111�111�11 ■■■■■�■■ 'i1i11111!!Illil !111I111!!!�1111 111i111111iili ■■■■■■■■ IL�n!111l1111. 11111i 1111111i 1��!111111111lf ■■■■■�■■' Illlllnll�11111 �IIII�IIIIl111iI11 11i1[!i1�1111111/II ■■■■■■■■ 111111111►Ilei 1►Ile/111►11e1 11111311111i►11e1 - a SEE e r i quill llfll111ii1i!1lilIrirl!i1!rNew till fill y s lillai[##1!!4!#1113'1lIfllllll'rr:ill.l 111TIE11l11#llflili r e1I•G1##lI•:#5;za#1T 1®#111?'AlIl1I1! 11l11111i11fE111111fillillFllll!!II# tFf ;fitf1l11#1111l11l� 1111###Ill#+t1?1#1T# 1111I1f`s'l#[Il11I Mile 1lIlIl'1!lI11I1111111EI11HUf11l II6i1i11111IiIifi#fi1111111f111111I11! lii:';.`lilillll11�4i11111i1 fl3llID1iT?Egsl#11! ##i1111&IIIIII?! little 11lii#11111!#N1llilfllil'1"1'I Ifhi111I1111IIB11#11111I1llfilillFlUf 1 r1!#l111N#II#Ill1! 111l11If1I!!11! 11#1lfl#IIB1[Iif?I ,� illllU1111I1lIIIIr1111I!llf11iI11 1II!?I'IlfllillllllllllllFl!lIIIIIB fill 1111114111111lIHEIII 1!l11F1ilflilifl?11 #991!itl11I1144 !1►l111i1111iIr1lill!'illlf111fFtI 1'I"l'1Ilg11I111I1FE1111111IN!liI11C# lfllllllfl#11l11!#ill 11E 1#llllllfll#P H IVi INE11111111`1'11i!Ii:11111111111:1.11mill E1#11[1l1111111##IIliNllllllllllelC lSVit13TE#11R1i1 ilI1I11I111#llliVl!l.11alli 111�1AV1111V?il liNfll11111f1111111iH1ilIN11111IN ►1 Ii'"IIIIlE1111I11IIlII IVIIIIIi I1111 1111i tell IM111111111lHII 1111rFIrlIIIFII?i?fi111rilfllli!!?IiiNlllV!II Ifllfflllfllllliilll5gllllllllhlfl 1!i!?Il11#11i111Hf111[ PITIf1111111911€!#il f111!1!II1i11111111111! 111,f1111,I111'111'llli'11I!lAlY11l'11lIIll Itlll111!#Hill1f11111f111N1!llllll !1!11l1l111111!!!1lllPt F11,I1f111El1tl1':€t1li 111111li1111111i?II! I1V?I'Il#lii11F1!#Illi?1UII11!!lllIIII 1.11illlll III llllll!!1llfllllgllllElt ri1111111i1111111H111!E 111t11lIIIilltl!U1il iirlllllll#l11i??II1 1111111111111119@'llll#1!!NIlilfllll1lp1111111 1111l11111lIE1IIIIl1Ellliiff1111f11111 IVI!i111FIf11IAINII.1 Cq�lll1i111lA11!1:•.€I? iiilllil1lfl111#li!!1! GOIISE111E11 1111►,111#INI IIVVI111111[!!l11111V!ll!!91 111111111111i#M11 llfl#1111[1i 11llll zl "+�sa"'• HIM lilllllif11111111i111i1 1'11!tlt11l111li#la lilElU 1' fll11#il#1111M.41 1110111111 € I11 l Bill il'111 1i11111l1I11I111iii1111 Iilllili[111l1111111#I9! Ilil!llIllilllillll'#1 11011 pill IVIVlf1 I TtTi831 NiilllHlfilfi#111111111r11! IfllllllFllf1i1111f11FI! 1!'.':fl11111fl111111# !11#lllfi#='IIi 1##F! Ia41M; alli 1�111#iilElliilll11111i111111 I111l1#l1111i1l11111f111 1 ,I11#IE1l11ifi# 11# #1111ai#1# TcFIli11 11911#111f11#![I1111I111#Ilfl I1111111#11i111l111111111 1' °ffllf s611;--g1 ,sl #llll#lElf�1.1111ri 1 ;ll1 9tl11 l�1111111fIH11llllhlllllil! F11?1l1111#f111111 R Mill1 i,"i111#Tr#11 li "1 1111##111 AIII #1li'.17!! Ilil1I11111f1l1[II#11111#fill f !1111l1f1#111#1V '1!!!11 l+"Itl#11i 511:"111r i 111i11111f11F 1 [d5i13+1 «f 11i �IEllllf�fEllf!llfii111f11111 1ff1!I!111i!##lllt+' fill l'!'ilf#lItll c9111i1 1111�!1111181 ��i111! rF1' lli*Fllfi! I11!111111111111111,I111111f111 l!!I'111#Ef#11i1'1lEi'1!!;! !ii!If11'"1lrs:?',111.11 T11#1111111#`:l[III f:li£:�l3 TT,311i'it! 1HT11INII1111111I1FIINIOI loi1i1111lIlllllllllllll� 11111111i1l1F1':l#il!1 illfll111i�1V'!Vi111# i "l 1ilp'11all 1I1111111lIfU1C11111#1111111 1111!l1111!!11l1l1il11;1 IVVI!IIC1171l1ii1fRl 11111111I1$1lMil# V111 11#Filllltii � 11iiHtlit itl!l1►111?i1311G11111111 ►#Ilfll►11�111f1lI'11111F111 llii!!1#Iffllllf111 f1�##=1�ii 1R1i�?=' #11i "yi `fillllflill€[.$Ilrlr�lili'fi111111!!! 11111#I11!#119111!!1'IItNI 1111#11111111111111 ill';iFll#4i1i.Fi�#1 Ilil1l'H1S119h 1i1f111111i11i!'M 1i111111t111l1`#111111111l1 IIi111#1!#il#1V1i;'s1'I ilFlili#5�1�9Vti��ll 7 lflil#lil lll"1#Illllrlllfitllif 11111! Illill#Ili[11111iE1lllllll 11111ORKININl1111!;.'s! IHI#iI#11i11i1111i'1!11111111111I##lllllifllFllllll!!l!11 IgIH1111ilI#4111f1#HIH f oil ll pill II11111 It 1lii111##1153#11i1'"1 IIIIIl11EI1111111►.f1li11111111111l11 11►#11111lIIf: glEltlflflB Ililllllili1911!?:fH 11;!li11111#1l111i!'!it IH1111111l41111f11�11!rr#111H11![VIV! l"qI1!#!#IRAN 11111iI.III III I fill 111111111Hi1111 IIIGF11111ifir11111i'!il II[IN 111111111111 India i11iit1111111111! 1101111111111111 rifil 1itIin 1111N#111IIIIIIH 1! 111EI III III]11111lme 111911111111'1111r1liil1111111111-111i11it P111f#111f1111111?iV1!I1III II111111INI III IF1111 1##111I11tUM111!'1€1 illl1l11iilllliI III I 11f Ph11111it 11PlIIIIII tell III Ifir'Itlli I#IIIIIflII111111;I11 !If{11i#+111?i141#' 'f 111[1Il1l111111111111111111111111111 fI1T111#i1T111Ii11l11El1111 11I11111ff1lIllf?!!lf !#1ll##1 III ii?ii,! 1'll'11C111111I11111!l1I111111111ii!II 1`i11111111'i11I11i11i111111 11iNf1!!li##Ilh.iili 1111111�i1j111#illi?111 11i11111!!!I1#I1 fIi11111!Illlilf1111 ►li+llll#11 Ileil#11 iliii ��MAIMIM� 111311a 1� MII�Ii7'7111IMWZZ11 111Cf1l11'1`111111 1111111111111111111 If!##!#!#illlll#li" !!l'#11111 11: I T]I1i37s"^ 71 7pr �Si� 11911111T111111! little gill 11'1111111 Ifcfil �1#1i11111ii lliiliiiiill l�l ��g �� �-� g 11111111�IIIiIl11 lillilllllllllllfil 1!l+ellE''111111#IlI1 I111lI11f15i1f 1irmum f1;11i111iiI1111 11!!1!1#1#!#1FII11! 1sI!!I '1111#11!!11 Ill#hill#iVI11 �BIEN 111!l111[1!llili f1111I� €T1 'tl#fBl lip##t 111111Fk1,1 lor'41111"11! 1111E1RA11111111 1b11 1l1511l1ii: lll'J1I>l11tlll Fldll111#f11111I lull 81;,1illli 1 � It111 M R11111f lfaiE! 'lilil ii1$1 1l.Ilallif4 It IlllllioUiilllll ait =111I1i11ill fi!!11#ll€=a11 11;1111Eiiili#Ill IIIElIf1I'111=1l11111 #rriil. i1i11',1[lll# lill##1!1l31sd1 — c Ililalllfl1H111 [1111111i5111`, 1!1lI1!!!##fl1lllll 1!!T1l�';if1llTfllll -<s' 11►lI111111l1i11 llilllllll#fllll111 illllii!!?111#!�i#Ilf i111#f1111i1=# 1111i1�!!!!l111li11l1 ►ilelll1111111#1'i!'IlliCl 11�1lltYl�illlll ►EITliiii4+111! �P4 , �I�f1+:r ■�!�=��� Ill11111'ltl,ill11111 ; lifslt l4 �i�4 . -. 1lt11•al11 I1i111111113'1111lI! MUlllillll#1111I1111f► Ill if !Y'.Y1111 # iYYA111 ���_�� Ilfllilll111iiiE11! Ililllllltlllllllll111�1 Ilslii b�'3lllidli !l � ■'�� ���} : 1llllN tliililflll! Illil1t11i11111111IfF111 !!1€iM MAIM] lfllrlc�� tl/li 1 i�a31i1 "-'n,� _-•& 13Yt 'Sli3llll e7I11�1ilil E!1llELEiIE1� 1I1#Illllllll!!!llIl II'a 111i1i�4��tllY1!'e�l s IRIII 4AIl II!!!11!li1f11IIIIIIII;! lllrlll3 mill llli !l113#1 i� �a�1111 1lllldd II111'E'I1111! I IIll11 6 rlll!# IIIH!!lI;1l111111f11! IllElEllll11111i.3.4dY111!j IIl11IaY,r 111id�' iilffi.F:1 4�".,;1lil! 111111!'!l1d1N1i111111 llllllliillllfl�tl:llil1i1L1 llilliil'i.,sillil IlitLaa9c.=>l+e111"s!! I1l.qI1111I1If11'!'!!!i!1llll l!!llillf'li111l1 Y11111l1111I1fi':li1 I�IY31f13 I11114111'1i1411i111 f14!11III11Y1111'il14iUl,1 ll:ii1l1'"ill11 Ilililk:'lli11li1":?I EI1#!1#11 lIIIIIIIIl11D11l1li tillilllllllllllfllJill`E+ 111[lI#I1441111! 1111I1lE'.til11l11'�!!I fllEllllPl 11i111ililll11111!! C11111!ll1EBllltllllill QI�IIalillidll#1 ►ilEfllilii1111#i''.'I liE111Y1!! fllCI1i11►11I1IEl11#1�l1111 11I.T1lfllMINIiiil 11�ili31ll�il� illi�Fit-� pia :.t!1;1i''i�i�A$1 IIi l I$ElilkI11111 INIIIIi1111' I11tYiYiilllll IIi1:F,F ili�iF 1■ilar+ 11 liE� iilll 1#I11I1l11111IIIIi t1 ;klillllil !11llil ii3=.� V ;M 1111t1111ilIIliltll 1";111l111111iil1111 II`1 ' iLbi�lail1 l!!3#;`' i Eil�r� di� iii Illflilllllllllllil r r IY111' �a'l Islllli+i,11=�Ii 11►I1111111111!!!11 lillllllll!!Itli111 YI<f1Y1111l,•lf Milt' Il114111HIIIill!!1 tlfllllEllf111iY1,# 1111111111y1►f 11;111lIIltillilill U11lfl!!!!IYlI11111 IfIM1119.0 C l'411 _ `i 11i9i ` Y!l1s, !! 'lllllllllilfl;l Il.lillillilel Hitll€-0 �} :i Yl1f 911FI 11111111HIIi11111i fly,; r 3l1113i0 l� ;1 1!►' '� IgillDiliIRIIIIII '1311111IfII1111 111110111 !il 0 13��a7i€3lCiZ7 lllj`IIllllfllllilll 11,11111i PY'l Hill I1+11 4 Ier1 silFUU1; i! 3Yi®1�3�1 11i11fE1!l111#111E! 11111111111f111!!li IIl11IilF11111 11111 1111l11111Cllllflll llliltlllllfllillll II�lIs11i1s111 11fi1,��:!'+11�!'!1 131r1i1E111i1i i�ppQ �1ii1G�,!Il� i■►■■i■■i /■Nr■V:Isr: ■■■/i■/■■ ■IIIi\■!1llii■l#■\■1i/Jlli■■►■//■tr!!�i\ ■■►!■F1l■/iii!■!►o■!i■E!►■■■i/i■ , , ► ► ■errRi►,111■RSi.■!!it■■!■fit■■MPF ■Ill�iltlll']I!/■L'\��/■il►1■i i■lilt�/f■Ll - ■!i■'a1'i■'1!i!■lt'ii/■1►1iE■■■►ii►`!��/J 1 1 `INC 420 1:. 4ye.°Chandler AZ 85226 JAWA KY 2004 Wrt 276-0406•FAX(480)961-0513 ago t I 00MRAL Crafco PolyFlex Type 3 is a single component,het flied;petroleum based product which is used to fill conchs and joints in both malt and Portland cement concrete pavements fin hot otimmas.PoWFlox Type 3 is supplied in solid form which wh¢tt melted:and properly applied forms a highly 4dhesive and flexible compound that tgsists cracking in the winter and is resistant to flow and pick-full at summer temperatures.Polyflex Type 3 can be used in highway,sftW,airliefd and parking lot pavements.It should be applied to paveritint- craoks uslag either pressure feed melter applicators.or pour pots. At application temperature, PolyFlex Type 3 is-a medium viscosity product vMoh flows and penetrates cracks. PolyFlex Type 3 is fbrmulated as an economical yet effective pavement maintanance crack filler product.Compared to products based on reclaimed rubber, PoyFlex Type 3 otters lower viscosity for easier application,improved setmm0r to r*M, pick-up resistance,quicker set-up(nines and!Loved low tcmpeiatut !"ibili , US"WE,QUIDELl'NES PolyFlex Type 3 pavement Winperature performance limits High Temperature Grade(°C) are 704 for araek fltlirtg.Usage recommendations are shown ni Wco pavement l emporslure ij °C 26 82 grade charts shown at the right.Refer to Cigfeo Product Selection Proeadmes to determine 4 1 mutant or filler use and pavement temperature grades. _1 1 .t6 1 Suited for Un Rxommmded _x ' IPtxformtnce�wtr F" Not Reeoupnended � . Pavement Temp for Filler Usage SPECIFICATION CONFORMANCE The Crafco recommended specification limits for PolyFlex Type 3 when heated in accordance with ASTM D5078 to the safe heating temperature are as.follows: I iaau m d S 1 r tion Cone Penetration(ASTM D5.329) 26-40 I Resilience (ASTM D5329) 30%min. Softening Paint(ASTM D36) 2101-F(99°C)min. Ductility,77F(25C)(ASTM D 1 I3) 30 cm thin. I Flexibility,(ASTM D3111 Modified) Pass at 30°F(-1°C) Flow 140°F(60°C)(ASTM D5329) 3 min max i Brookfield Viscwisty,4000F(204nC)(ASTM D2669) 100 Poise max. Asphalt Compatibility(ASTM D5329) Pass Bitumen Content(ASTM D4) 60%min Tensile Adhesion(ASTM D5329) 400%min. Safe Heating Temperature 400°F(204°C) Recommended Pour Tem rature 380°F 193°C APPLICATION The unit weight of Crafco PolyFlex Type 3 is 10.0 lbs.per gallon(1.20 kg/L)at 60°F(15.5°C). Prier to use,the user must read and follow Application Instructions for Hot.Applied RoadSaver,PolyFlex, Parking Lot and Asphalt Rubber Products(January I 2002)to verify proper product selection, heating methods,pavement preparation procedures,application geometry, usage precautions and safety procedures. These instructions are provided with each pallet of product. PACKAGING Packaging consists of individual boxes of product which are palletized into shipping units. Boxes contain a non-adheront film Which I permits easy removal of the product. Each pallet contains 72 boxes which are stacked in six layers of 12 boxes per layer. The weight of product in each box does not exceed 40 lbs. (I8kg)and pallet weights do not exceed 2,880 lbs. (1310kg)- Pallets of product are weighed and product is sold by the net 1 weight of product. Product boxes are manufactured from double wall kraft board producing a minimum bursting test certification of 350 psi(241 N/cm') and using water resistant adhesives. Boxes use tape closure and do not contain any staples. Boxes are labeled with the product name,part number,lot number,specification conformance,application temperatures and safety instructions. Palletized units are protected from the weather using a three mil thick plastic bag,a weather and moisture resistant cap sheet and a minimum of two layers of six month u.v-protected stretch wrap. Pallets are labeled with the product part number,lot number and net weight. Application Instructions are provided with each pallet in a weather resistant enclosure. WARRANTY CRAFCO, Inc. warrants that CRAFCO products meet applicable ASTM, AASHTO, Federal or State specifications at time of shipment. Techniques used for the preparation of the cracks and joints prior to sealing or filling are beyond otu control as are the use and application of the ' products;therefore,Crafco shall not be responsible for improperly applied or misused products. Remedies against Chafed,Inc.,as agreed to by CrafcO,are limited to replacing nonconforming product or refund(fall or partial)of purchase price from Crafco,Inc. All claims for breach of this warranty must be made within three(3)months of the date of use or twelve(12)months from the date of delivery by Crafco,Inc.whichever is earlier. There shall be no other warranties expressed or implied. For optimum performance,follow Crsfco recommendations for product installation 1 020K cmfw,Inc.,All IUtdns neearvad I I I I TECHNICAL DATA SHEET I F. n HE184 - FLEXIBLE DOTSTICK at c or wRor€ u.S. I Last Rev Gale:0tvo92004 I I I Appearance Flow 140°F Resiliency I Black solid 0 mm 50 @ 770 F I Application Temperature Maximum Heating Temperature Softening Point 350-3900 F 4000 F 215e F Brookfield Viscosity Maximum VOC Specific Gravity @ 771 F 1 2800 CPS @ 3750 F 0 calculated 1.12 I Color Maximum VOS Weight Per Gallon Black 0 calculated 9.2-9.4 Ibs I Ductility @ 77°F, 5cm1min Penetration 150g per 5 sec Weight Per Gallon Calculated I 45 cm 20 9.3 lbs 1 Flas.h Point F�)claimed Rubber Content 550e F 1 I NE184-FLEXIBLE D OTSTIC'K is a hot melt asphalt adhesive,which securely bonds pavement markers.to asphalt concrete and portland cement concrete.This bituminous marker adhesive has superior bonding characteristics because of its high virgin ( polymer content and low amounts of filler. HE184-FLEXIBLE DOTSTICK is a hot melt asphalt adhesive,which securely bonds pavement markers to asphalt concrete and ' portland cement con arete. I - NE184-PLEXIBL.E D OTSTICK comes in 35 pound boxes(3 blacks/box) 1 _ 1 Pavement Surface should be dry and free from all loose material,dirt,and dust. 1 HE184-FLEXIBLE DOTSTICK should be heated in a temperature-controlled applicator with agitation. The application I temperature is approximately 3801 F. Apply the marker immediately after dispensing HE184-FLEXIBLE DOTSTICK, and allow to cool for one minute or more before exposure to traffic. 1 1 Do no allow material to exceed 400e F. 1 1 ' 1 Asphaltic stains can be removed with non-hazardous, biodegradable cleaners. Use waterless hand cleaner on skin. 1 1 1 Henry Company-2911 Slauson Avenue,Huntington Park,CA 90255 Technical Services-Phone(800)-486-1278 Fax:(972)-494-4865 Emall:techservices(Mhenry.com 1 The Henry Company is'the parent company of Bakor,Inc. www.henry.aom I CAUTI,QN! Keep Ooxes out of direst sunli ht and rein. (if t> d g p Is not a ple,cover with�I�)• Doxtvt take intorrially. Use to sv&d ooftd wig acts tom. Ifs.. �rf ,CALL PHY€�ICli�N I IIDIATGLY! In 1 #+►' e ral�ures oase of eye oojttl*,open eyelids wide and flush In dl with.plenty ofw er for at least 15 minutes. GET MEDICAL 1 ATTIFNTIQNI,Chi�o se of container and unused oon*f in�rrdanoo,with Local,State,and Federal regulations" For exterior use only. KeEP OUT OF LEACH OF CWILDRaN. PAW FlAdW L I NG. ( ( This product contains detectable amounts of chemicals known to the State of California to cause cancer, birth defects,or other reproductive harm. I 6111lPLOYER4 should obtain a copy of the Material Safety We Shoat(MSDS)from your supplier or directly from Henry at the I toll free number or website below. I I � We,the m21nu 41tutti r,W4"nt erli that this:prodwtt.�,free of dWec , $JOG#rn�ipy�1%vl�tbh afl�@t ret�lts clll�ined from I this preduet-M>tuoh aA w ior,wa rnansho,equ*WWnt u0IW,and.pNor of eta trrsl;Iil kaoY +dour control. 1 we Wi1I r�llt ;ild of t t tes any product pmved''to t defame wig 12 more �f Ike:flirONWOd s best applied in a rdA wl t:ats 0ecdons for uses we end as b*Ie for t1 product. Prof of purchase must be provided. I TheLtmilted Warranty is W any AW,warranties express Or implied including but Tali We te y " wa my of M911,0NANTASWTY or Anezu ftr a pa"aular purpOso,and we.the manurodurer,shall 1 have no furtherliablllty,of any kind including liability for consequential or incidental damages resulting from any defects or any ( delays caused by replacement or otherwise. I I 1 I I 1 1 I I 1 I Henry Company-2911 stauson Avenue,Hunth&n Park,CA 90255 Technical Services-Phone(800)-486-1278 Fax:(972)-494-4865 Email:techservicesohenry.00m I The Henry Company is the parent company of Bakor,Inc. www.henry.com I 1 1 1 1 4 INC 1 t OM<.Qh9ndlbr Ali 06446 ( 7 INO (601 1( 6-I OG•FAX(400)961-0513 ; WW '."L Crafco UQt-Applied Flexible Pavement A AW.va is a hot-applied thcm opt>fad'k;ftiioovi adlieaive which,when Property OW and appllod,bonds market's and refleoWX to:both asphalt and concrete pavement sWfolles.HOt,Appllied'Flexible Pavement I Marker Aitesive is su f&ed as an.cast'to use single owoonea watoriai *Mob is easily melted and poured or pumped onto pavement s?urfices. Since it is a licit melt composition,Hot-AWliedexible Ntatker Adhesive seta up on cooling and is ready for traffic in less than I five minutes: Hot Applied Flexible.Mii*w Adhesive is formulated with premium asphalt, polymers*W additives to produce a unique material which holds matters in place and remains flexible at temperatures down to 20-F(-7°C). Hot:Applied Flexible PavementMa rker ( Adhesive has Been a topporft ining,quOty Crafco produ of for over 20 years. Several states have adopted adhesive specifications based on ( e &kWUqd Hexi a Pa t Ad$erstve. Vt7C=0 SP I.CATIO CON M- R04M The recommended speoification for Flexible Marker Adhesive when heated to the safe heating temPcmwm in aceordi soli-VOth ASTM Dr167 is: bojficatiog I eLimioid Viscosity,400°F(2040C)(ASTM D4402) cap max. H 1 A Miq Point(A$.IM Dab) 20OF(93C)min. lknh ftatlon,7rF(25'C)(A D5) 25 max. 1 l t tllity+,77°F(29•C)(A I DI 13) 15 cm min. ow duty,39.rP(4eC)(ASTM D113) 5 cm min. PA"ity, 90de&lOwm(Crafeo�Ptocedlme) Pass at 20°F(-7°C) Minimum Application Temperature 380°F(193°C) Maximum Heating Temperature 400°F(204eC) I IN'STALL,AMN The unit weight of Hot-Applied Flexible Marker Adhesive is 10.8 lbs.per gallon(1.29 kg/L)at 60OF(15.50C). Hot-Applied Flexible Marker Adhesive must be melted in jacketed, double boiler type melting units with an effibctive agitation system. I Prior to use,the user must-read and understand the Installation.Instiuctions for Hot-Applied Pavement Mur1u�r Adhesives to verify proper pmduet sales doo, heating methoels, pavement preparation procedures, application geometry, usage precautions,and safety procedures- Th. are RMvided wi!ft1!Ap&at of adhesive. PACKAGING Hot-Applied Flexible Marker Adhesive is supplied in self-release three compartment disposable boxes which contain 44VoxiUU taly 35 pounds(15.9 kg)of material. The bones are palletized into shipping units weighing approximately 1,680 pounds(762 14,). Material is sold by the net pallet weight. WARRANTY CRAFCO,Inc.warrants that CRAFCO products meet applicable ASTM,AASHTO,Federal or.State specifications at time of shipment. Techniques used for the preparation of the cracks and joints prior to sealing or filling are beyond our control as are the use and application of the products; therefore,Crafco shall not be responsible for improperly applied or misused products. Remedies against Crafeo,Inc„as agrmd to by Crafco,are limited to replacing nonconforming product or refund(full or partial)of purchase price 1 fiom Crafco,Inc. All claims for breach of this warranty must be made within three(3)months of the date of use or twelve(12)months ( from the date of delivery by Crafco, Inc. whichever is earlier. There shall be no other warranties expressed or implied. For optimum performance,follow Cralco recommendations for product installation 1 I 1 1 I ( 1 020M.Cmilce.kw.All Ruts Reserved I 1 I I I . I CWANVWC 'IMC I 420 N.Roosevelt Ave.•Chandler AZ 85226 JANUARY IM 1-800-62"242•(602)276-0406•FAX(450)961-0613 1 .,c fcta. .t9n 1 Crafco Hot Applied Fext a pavW"t-Witter pallets of boxed product curs protected wil a Adhesive is a hot melt thermoplastic material wifilch when weather resistant covering. During storage,the protective wrap 1 properly used and applied bonds markers and reflectors to both must be kept on the pallets to prevent boxes from getting wet. If asphalt and concrete pavement surfaces. Being a. hot melt boxes are subjected to moisture,they may lose strength and crush 1 composition,Crafco Marker Adhesive sets up on cooling and is resulting in pallet leaning. If rips in the pallet covering occur 1 ready for traffic in less than 5 minutes. For detailed product data daring handling, they should be repaired to help maintain and specifications, refer to the Crafco Product Data Sheet for packaging integrity. Pallets should be stored on a level surface 1 Flexible Pavement Marker Adhesive. which is dry and has good drainage. Product material properties are not affected by packaging deterioration. 1 �I iG Crafco Marker Adhesive should be melted and heated in either thermostatically controlled double boiler type §AFEIY AND IVS49C P C : Since Hot-Applied 1 units utilizing heat transfer oil or thermostatically controlled Flexible Murkier Adhesive must be heated to elevated electric beating pots. Direct flame roalting units must not be temperatures to prepare for use,it is essential that operations be used. Contact Crafoo for recommendations rgWding other types conducted in manners which assure safety of the application I of melters. Marker Adhesive should be heated to between 3751F personnel and others. All personnel associated with use of the and 4250F(190'C—2180Q for application. For best results,use material need to be aware of the hazwds of using hot-applied ' a Crafco melter/applicator to melt and apply product. materials and safety precautions. Before use, the crew should read and understand product and safety information in on the box WIy U TEWERA11MM: To achieve best and all sections of the product Material Safety, Data Sheet. This performance,pavement surface temperature during application is sheet which is supplied with each shipment, describes the recommended to be at.least 50OF(10*C). If markers are to be characteristics of the product as well as any potential health 1 applied in cooler temperatures, the pavement surface may be hazards and precautions for safe handling and use. User shoulll gently heated with an open flame or other approved method check D.O.T. requirements for transportation of adhesive at 1 immediately prior to marker application. elevated temperatures above 212OF(100°C). PAVEAUNT CL�11 M(i PROCEPEW; The pavement on UWARMA LE A which markers or reflectors are being applied should be clean, MA ` S: Skin contact with hot-applied materials causes free from dust, oil, dirt or other contaminants and dry. Air burns. Over exposure to fumes may cause respiratory tract blowing, wire brushing or sandblasting may be required to irritation,nausea,or headaches. Appropriate precautions need to adequately prepare the pavement surface. be taken to prevent contact with the hot material and to avoid inhalation of fumes for everyone in the vicinity of the work area. ArMICATION OF MAR KM: Hot-Applied Flexible Safety precautions should include: 1. Protective clothing to I Marker Adhesive should be applied to the pavement surface in a prevent skin contact with hot material. 2. Care when adding puddle approximately two-thirds to three-fourth the diameter of blocks of product to welters to reduce splashing. 3. Careful ' the marker. Markers should be applied to the adhesive operation and control of wands or pour pots which are used to immediately (within 10 seconds) to assure bonding. Markers apply product. 4. Traffic and pedestrian control measures which should be pressed down to force the adhesive out beyond the meet or exceed local requirements to prevent access to work perimeter of the marker and to limit the thickness of the adhesive areas while product is still in a molten state. 5. Avoidance of between the pavement and the marker. material fumes. 6. Proper application configurations with a I minimum amount of excesses of material. 7. Appropriate clean AA ff UCATION LIEK. Application life at application up of excessive applications or product spills. 1 temperatures is approximately 12 to 15 hours in indirectly heated type melters. Application life may be extended by adding fresh AVDITIQNAL INFORMA1192t Additional information is blocks of adhesive as quantity in the kettle decreases. The available by contacting your distributor or Crafty, Inc. This adhesive should be agitated while being applied. The adhesive information includes 1) Product Data Sheets,2) Material Safety may be reheated to application temperature once, after the initial Data Sheets,3)Safety Manual. I heat up. Additional reheating of the material may result in degradation of properties. When the application life has been ' exceeded, the adhesive will begin to thicken, become .stringy" and may then gel, If this should occur, the adhesive should r immediately be removed from the kettle and discarded. rLEAN Q.0 I: If the equipment being used is a type that requires clean out of pumps and plumbing, follow the manufacturers 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.