Loading...
HomeMy WebLinkAbout06062 - HARDY & HARPER INC 2010-11 ANNUAL ASPHALT OVERLAY CP 10-08 O� pA�hS ��� • City ®f Palm Springs u '^ Department of Public Works and Engineering ' 3200 E.Tahquitz Canyon Way • Palm Springs, California 92262 Tel: (760)323-8253 • Pax:(760) 322-8360 • Web: www.palmspringsca.gov c4<JFORN�P k -�Z&R International Fidelity Insurance Company May 9,2012 Attn: Claims Department One Newark Center,20th Floor Newark,New Jersey, 07102-5207 Re: Performance Bond No. 0535646 ,for Hardy&Harper 2010/2011 Annual Asphalt Overlay, for City Project No,10-08 International Fidelity Insurance Company: In addition to our March 15,2012,Notice of Potential Warranty Claim letter,the City is extending the 1 year warranty period until the pavement failures are addressed by the contractor; and that the city reserves its right to file a claim against the performance bond for these failures. Sincerely, GL David J. Barakian Director of Public Works City Engineer Attachment: Notice of Potential Warranty Claim cc: Doug Holland Jay Thompson Marcus Fuller Mrilce Lytar Hardy&Harper File Chron Post Office Box 2743 0 Palm Springs, California 92263-2743 i OF PALM S4 City of Palm Springs V m Department of Public Works and Engineering 3200 East Tahquitz Canyon Way•Palm Springs,California 92262 _ c911 FO RN�P Tel:(760)323-8253•Fax:(760)322-8325•Web:www.paimspringsca.gov March 15, 2012 Via Email: skisschner@hardyandharper.com Via US Mail Mr. Steve Kirschner Vice President Hardy& Harper, Inc. 1312 E. Warner Avenue - Santa Ana, CA 92705 Re: 2010/2011 Annual Asphalt Overlay, City Project# 10-08 Notice of Potential Warranty Claim Dear Mr. Kirschner, We have reviewed many of the City's streets that were reconstructed with an asphalt overlay last year by Hardy & Harper. As you recall, the City undertook several measures to ensure the asphalt overlay was successful. These measures included requiring crack-sealing and crack-filling, and installation of a pavement fabric, all as a means to prevent reflective cracking into the new pavement. Unfortunately, - - - we have observed reflective cracking on most of the streets completed over the last two years by Hardy - & Harper. This project was completed by Hardy & Harper.on April 27, 2011, and subsequently accepted by the City on May 4; 2011 The Notice of Completion was recorded on June 27, 2011 `In accordance with the Special Provisions for this project, Hardy & Harper is obligated to warranty the improvements for 1 year following completion of the project (reference Section 6-8 of the Greenbook- `Standard Specifications). Accordingly, this letter is providing you a Notice of Potential Warranty Claim regarding defective workmanship and/or materials provided by Hardy&Harper on this project. We are discouraged by the appearance of reflective cracks in our new asphalt overlay, despite our efforts at significant expense to ensure these cracks would not reappear. Please have your staff contact Michael Lytar at (760) 323-8253 x8734 to schedule a meeting to discuss the apparent problem with reflective cracking, and appropriate solutions to repair the work. If you have any questions, please feel free to contact me at (760) 323-8253, extension 8744, or by e- mail at Marcus.Fuller@palmspringsca.gov. Sincerely, (/ M4 Marcus L. Fuller, P.E., P.L.S. Assistant Director of Public Works/ Assistant City Engineer CC., Dave Barakian James Donich Mike Lytar file \ (J \ CITY OF PALM SPRINGS �OV,\ \� CONTRACT CHANGE ORDER To: Hardy and Harper, Inc. Date: August 1,2011 1312 E.Warner Avenue Project No.: 10-08 Santa Ana, CA 92705 Project: 2010/2011 Asphalt Overlay Change Order No.: One(1) Contract Purchase No.: 11-0595 : 0 Account Numbers: 1334298-50292 133-4298-50295 134-4498-50225 Agreement No.: 6062 Changes to Contract Bid Items: 3. Cold Mill A.C. Pavement -16,794 SF @ $0.13/SF -$2,183.22 4. Install Pavement Fabric -162,892 SF@ $0.33/SF -$53,754.36 5. 1.5"A.C. Overlay 27,304 SF @ $0.66/SF $18,020.64 6. Adjust Sewer Manhole -9 EA @ $350.00/EA -$3,150.00 7. Adjust Water Valve -119 EA @ $525.00/EA -$62,475.00 New Items: A. 'skin patching' deteriorated A.C. Time and Materials $6,819.85 B. Additional Striping Lump Sum $2,068.50 C. Overlay Ramon at Calle Encilla Time and Materials $11,912.05 D. Drainage Repair Tamarisk/Caballeros Time and Materials $887.00 E. Shoulder Filling Time and Materials $6,538.05 Total — Contract Decrease Amount -$75,316.49 REASONS FOR CHANGES: Bid Items 3,4,5,E and 7: The actual quantity required to complete the work was less or exceeded the original estimates by the amounts indicated above. A. Some streets scheduled for overlay were in very poor condition and required repair in order to support the overlay placement. B. Additional thermoplastic striping was required at the intersection of Ramon Rd. and Calle Encilla following the removal and replacement of A.C. Paving. C. Additional removal and replacement of A.C. pavement was performed at the intersection of Ramon Road and Calle Encillia. t ORIGINAL BID AN'DIOF AGREEMENT y D. Repairs to a drainage issue created by the new overlay were attempted at the Northeast corner of Avenida Caballeros and Tamarisk Road. E. In areas where pavement edges are un-improved the newly placed overlay created a drop off that needed to be addressed. The contractor was directed to fill pavement edges with aggregate base material. Items A, C, D and E were completed on a time and materials basis. The amounts indicated above are the actual costs of materials, labor and equipment necessary to complete the work and are inclusive of all allowable mark ups. Three working days were added for this additional work. SOURCE OF FUNDS Account No. 133-4298-50292 will be credited $75,316.49 Summary of Costs Contract Time Original Contract Amount: $1,345,000.00 Original Completion Date: April 27, 2011 This Change Order: ($75,316.49) Days Added for this C.C.O. 3 Previous Change Order(s): $0.00 Previous Days Added: 0 Revised Contract Amount: $1,269,683.51 Revised Completion Date: May 4, 2011 1 have received a copy of this Change City Approval: Order and the above AGREED PRICES are acceptable to the contractor. Submitted by �+ Date S- 3- I/ Senior Public Works Inspector ffL By Approved by Date « 'Haardy& Harper, Inc. City Engineer Date U l �� Approved by 04 'A. Date City Manager Atteste Date City Clerk Distribution: Original Executed Copies Conformed-File Copy Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) APPROVED BY CITY COUNCIL d.7 •kk l5b Kbob7 APROvEp BY TMEW WAD QL[Q�,iQf < �11h hb0il�t Rbabj 2 DOC # 2011-0280928 06/27/2011 11:03A Fee:NC Page 1 of 2 Recorded in Official Records County of Riverside Larry Y.Assessor, County Clerk & Recorder 7771 I IIIII IIIIIII III(IIII Ililll II IIIIIII III IIIII III IIII S R U I PAGE SIZE DA I MISC LONG RFD COPY Recording Requested By And M A L 465 426 PCOR NCOR ESMF NCWhen Recorded Return To: pCity of PalmSprings Attn:City Clerk T: UNI P.O.Box 2743,Palm Springs,CA 92263-2743 (SPACE ABOVE THIS LINE FOR RECORDING USE) (EXEWT FROM RECORDING FEE MROOV.CODE§6103) NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City Of Palm Springs,California,is a municipal corporation,organized and incorporated pursuant to the laws of the State of California. 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 Use City of Palm Springs is City Hall,3200 E.Tahgaitz Canyon Way,Palm Springs,Caldbmia(P.O.Box 2743,Palm Springs, CA 92263-2743). 4. The public work of improvement on the heremaller refeued to real property within the city was COMPLETED on Use 27th day of April, 2011. 5. The name of the contractor(if named)for such work of improvement was:Hardy&Harper,Inc., 1312 E.Warner Ave.,Santa Ana,CA 92705 6. The public work of improvement,which was completed in the City of Palm Springs,County of Riverside,State of California,is described as follows:201QI2011 Annual Overlay Project 7. Nature of Juiciest:Fee(honer 8. The property address or location of said property is:Various Streets within the City of Palm Springs 961r 6X(i t$1 T $W 1 9. City Project No.10-M Agreement Number.6062 CITY OF PALM SPRINGS: REVIEWED BY: DATED: G 7• !! Senior Public Works Inspector K.Lytar /1 BY: / DATED: z - Director of Public Works/City Engineer David J.Basalian JAMES THOMPSON,being duly sworn,says: That he is the City Clerk of die aforesaid City of Palm Springs,California,the corporation that executed the foregoing notice; that he makes this verification on behalf of said cerpcnabcn, 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. 0611 EXHIBIT "A" CP 10-08: 2010-2011 OVERLAY STREET LIST MEW 1544040 ALEJO ROAD PALM CANYON DR VINE AVENUE 1144290 ARQUILLA ROAD TACHEVAH DR TAMARISK ROAD 1144295 ARQUILLA ROAD TAMARISK ROAD ALEJO ROAD 1144270 ASHER DR TACHEVAH DR N END 1144541 AVENIDA OLIVOS 320'S.OF TACHEVAH TACHEVAH DR 1144525 AVENIDA PALMAS TAMARISK ROAD VIA EYTEL 1344060 BARISTO ROAD CIVIC DR EL CIELO ROAD 1044400 BELARDO ROAD MERITO PLACE CHINO DR 1044405 BELARDO ROAD CHINO DR ALEJO ROAD 1044390 CAHUILLA ROAD ALEJO ROAD CHINO DR 1044395 CAHUILLA ROAD CHINO DR MERITO PLACE 1144195 CALLE MARCUS PASEO EL MIRADOR TACHEVAH DR 1144200 CALLE ROLPH PASEO EL MIRADOR TACHEVAH DR 1144145 CAMINO MONTE VISTA INDIAN CANYON DR AVENIDA PALOS VERDES 2344165 CAMINO REAL CALLE PALO FIERRO SONORA ROAD 1144126 CHAPARRAL ROAD COTTONWOOD ROAD CHUCKWALL ROAD - 1144210 CHIA ROAD PASEO DE ANZA SUNRISE WAY 1144075 CHUCKWALLA ROAD CHAPARRAL ROAD VIA MIRALESTE 1044450 ELALAMEDA PRESCOTT DRIVE N PALM CANYON DRIVE 1144340 ELALAMEDA AVENIDA CABALLEROS ARQUILLA ROAD 1144345 ELALAMEDA ARQUILLA ROAD HERMOSA DR 1144350 ELALAMEDA HERMOSA DR PASEO DE ANZA 1144355 ELALAMEDA PASEO DE ANZA SUNRISE WAY 1144545 ELALAMEDA INDIAN CANYON DR E END 1144550 ELALAMEDA AVENIDA OLIVOS AVENIDA PALOS VERDES 1344175 HELENA CIRCLE ANDREAS ROAD N END 1344190 JILL CIRCLE ANDREAS ROAD N END 1344180 LESLIE CIRCLE ANDREAS ROAD N END 1344185 LYN CIRCLE ANDREAS ROAD N END - 1144265 MAY DR TACHEVAH DR N END 1144135 MELAVENUE AVENIDA CABALLEROS VIA MIRALESTE 1144215 MELAVENUE PASEO DEANZA SUNRISEWAY 1144130 MIRALESTE COURT VIA MIRALESTE WEND 1044380 MOUNTAIN VIEW PLACE MISSION ROAD PRESCOTT DR 1144220 PASATIEMPO ROAD PASEO EL MIRADOR PASEO EL MIRADOR 1144370 PASEO DE ANZA TACHEVAH DR TAMARAISK ROAD 1044075 PATENCIO ROAD CRESCENT DRIVE CHINO DRIVE 1044365 PATENCIO ROAD CANYON PLACE CRESCENT DRIVE 1144485 PHILLIPS ROAD ALEJO ROAD N END 1144500 PHILLIPS ROAD GRANVIA VALMONTE TAMARISK ROAD - 1044435 PRESCOTT DR MERITO PLACE HERMOSA PLACE 1044440 PRESCOTT DR MERITO PLACE PRESCOTT DR 2344190 RAMON ROAD I@ CALLE ENCILICA) INDIAN CANYON DRIVE CALLE SEGUNDO 2344560 SONORA ROAD CAMINO REAL CALLE PALO FIERRO 1144505 TAMARISK LANE TAMARISK ROAD S END 1144060 TAMARISK ROAD SUNRISE WAY AVENIDA CABALLEROS 1144070 TAMARISK ROAD _ VIA MIRALESTE INDIAN CANYON DR 1945265 VELLA ROAD MESQUITE AVENUE WWTP Road to West 1144275 VEREDASUR ASHERDR VIA MIRALESTE 1144005 VIA MIRALESTE VISTA CHINO 135'S.OF THE PALMS 1044085 VINE AVENUE ALEJO ROAD CHINO DR IIIIIIIIINIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINIIIIII 66 20/261f80�3R AGREEMENT THIS AGREEMENT made this day of �6WVL, in the year 20�, by and between the City of Palm Springs, a charter city, orgy zed 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 Hardy & Harper, 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 ASPHALT OVERLAY CITY PROJECT NO. 10-08 The Work is generally described as follows: Cold milling of existing asphalt concrete pavement; installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; installation of pavement reinforcing fabric; construction of 1'/z inch asphalt concrete overlay; traffic striping and markings; and all appurtenant work on various streets in Palm Springs. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $5,250.00 for each calendar day that expires after the time specified in Article 2, herein. 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 AGREEMENT FORM December 1,2010 AGREEMENT AND BONDS-PAGE 1 ARTICLE 3 -- CONTRACT PRICE $1,345,000 The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 01 to 01, inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 AGREEMENT FORM December 1,2010 AGREEMENT AND BONDS-WAGE 2 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. APPROVED BY THE CITY COUNCIL: ATTEST: CITY OF PALM SPRINGS, CALIFORNIA Date B Agreement No. ty Cle Cirk APPROVED AS TO FORM: APPROVED BY CITY COUNCIL - ,�•a•tip � h� P�oba By gL',City Attorn Date 1 CONTENTS APPROVED: By 91, City Engineer Date r B p� City Manag Date � 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO- 10-08 AGREEMENT FORM December 1,2010 AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name; Hardy&Harper. Inc. Check one:_Individual_Partnership X Corporation dress: 1312 E.Warner Ave. anta A CA 92705 By: By: Signs ur (no arized) Si nature (notarized) Name: Steve Kirschner Name: Kristen S Paulino Title: Vice President Title: Corporate 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 I State of County of 'ss County of ss On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/she/they executed the acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. the person(s)acted, executed the instrument. certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 AGREEMENT FORM December 1,2010 AGREEMENT AND BONDS-PAGE 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On February 9, 2011 before me, Jo-Ann Lyons, Notary Public Date here Insert Name and Title of the Officer personally appeared Steve Kirschner Names)of Signer(s) Kristen S. Paulino who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ie/are subscribed to the within instrument and acknowledged to me that hm/she/they executed the same in 4'#f5/Ww/their authorized capacity(ies), and that by Isis/bvr/their signature(s) on the instrument the person(s), or the entity upon behalf of JQ-ANN LYON5 If which the person(s) acted, executed the instrument. n`€ COMM.#1841329 .�'; •, �. Notary Public California r -c ORANGE COt1N1 Y = I certify under PENALTY OF PERJURY under the laws MyCunun.Lxpires.Apr.17.2013 ( of the State of California that the foregoing paragraph is true and correct. WITNESS y h d and offi seal. Signature Place Notary Seal Above Signature of Notary Puhlic 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: Agreement Document Date: February 9, 2011 Number of Pages: 4 Signer(s) Other Than Named Above: __ Capacity(ies) Claimed by Signer(s) Steve Kirschner Kristen S. Paulino Signer's Name: Signer's Name: 1-J Individual la Individual Vice President GGorp. Secretary >C Corporate Officer—Title(s): __.• X Corporate Officer—Title(s): lyf, Partner—❑ Limited ❑ General 0 Partner—f..l Limited ❑ General ❑ Attorney in Fact ❑Attorney in Fact • I� Trustee Top of thumb here rop of thumb here 0 Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ('] Other: ❑Other: Signer Is Representing Signer Is Repr a ti Hardy&Tla�per near y 02007 National Notary Association•9350 De Soto Ave.,RO.Box 2402•Chatsworth,CA 91313-2402•www.NallonalNotary.org Item 05907 Reorder:Call Tall-Free 1-800-876-6827 J • 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 ASPHALT OVERLAY CITY PROJECT NO. 10-08 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 9 Date I it Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 BID (PROPOSAL) December 1,2010 BID FORMS- PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: 1/10/11 Bidder: ardy & H perA Tnc. Steve schner (S nature) Title: vice President 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 BID(PROPOSAL) December 1,2010 BID FORMS- PAGE 3 BID SCHEDULE Schedule of Prices for the Construction of the: 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 Various City Streets in Sections 10, 11, 13, 19 & 23 in Palm Springs, California Item Estimated Unit No. Description Quantity Unit price Amount 1- Initial Mobilization - - - LS $ 2. Traffic Control - - - LS $ 1 , o0 o 3. Cold Mill Existing A.C. Pavement 340,000 SF $ ! $ (4 , �0 d: 4. Install Pavement Fabric 1,160,000 SF $ �b3 $ tcb Z r �l" 0 7 5. Construct 1'/2"A.C. Overlay 1,160,000 SF $ Ca(0" $ `� c" , (c�UCH 6. Adjust Sewer Manhole to Grade 113 EA $ 0 $$ '���,SS 7. Adjust Water Valve to Grade 120 EA $ SP--S $ 3/ 00 � f 8. Traffic Striping and Markings --- LS $ TOTAL OF ALL ITEMS OF THE BID SCHEDULE: (Price in figures) II �rn gee i�w i fe A k�' (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 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 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 g-t5 S 2. 1.�Ll I �/14 N Gc K 6,,,FF S- _ . 3. I N 5 + &V C►1em �r��"� (a• i C ter. ( o t. stfky- CA 4. , Are VOIr�) E- (6 Yo Cel(V\0- a C r4 — 5. 6. 7. 8. 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 LIST OF SUBCONTRACTORS December 1,2010 610 FORMS-PAGE 5 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 10-08 Bid Opening Date 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: 04 e Local firms that will furnish materials or supplies to the Bidder for this project: y LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS 2010/2011 ANNUAL ASPHALT OVERLAY BID FORMS-PAGE 6 CITY PROJECT NO. 10-08 December 1,2010 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement DBEGoodfaith. com 1/7/11 B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation See accompanying DBE Goodfaith documentation LOCAL BUSINESS PREFERENCE PROGRAM 2010/2011 ANNUAL ASPHALT OVERLAY GOOD FAITH EFFORTS BID FORMS-PAGE 7 CITY PROJECT NO. 10-08 December 1,2010 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 See accompanying No 100% Local. Sub See Bid Schedule DBE Goodfaith documentation. 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: See accompanying DBE Goodfaith documentation. If a bidder was not selected, either they were not a Union firm, their price was not the lowest for the portion of work, or they failed to submit a quote. Names, addresses and phone numbers of firms selected for the work above: S o T i ct on page NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. LOCAL BUSINESS PREFERENCE PROGRAM 2010/2011 ANNUAL ASPHALT OVERLAY GOOD FAITH EFFORTS BID FORMS-PAGE 8 CITY PROJECT No. 10-08 December 1,2010 Total Companies Solicited The following information is a summary of the different types of Business that have been solicited by DBE Good Faith Inc. on behalf of Hardy&Harper, Inc. DVBE(Disadvantaged Veteran Business Enterprises) - 0 DBE(Disadvantaged Business Enterprises) - 0 UDBE(Underutilized Disadvantaged Business Enterprise) 0 MBE(Minority Owned Business Enterprises) - 9 WBE(Women Owned Business Enterprises) 2 SBE(Small Business Enterprises) - 9 Total - 20 a Local Businesse Focus Journal Ad posted to website www.dbegoodfaith.com on 01/07/2011 at 1:32PM 1 Focus Ad Hardy&Harper, Inc. is Seeking Qualified Local Businesse Bid Due Date: 01/11/2011 at 4:00 P.M Bid No. 10-08 Contact Estimator:Corey Kirschner Project Name 2010/2011 Annual Asphalt Overlay Agency Name City of Palm Springs Project City Palm Springs Project County Riverside Project State California Project Details Hardy&Harper, Inc. is seeking qualified Local Business subcontractors and suppliers in the Coachella Valley for the 2010/2011 Annual Asphalt Overlay for the City of Palm Springs in Riverside County. We are soliciting quotes for the following.TRAFFIC CONTROL,COLD MILL,ADJUST UTILITIES,AND STRIPING. Contact Details Corey Kirschner 1312 E. Warner Ave. Santa Ana, California 92705 714-444-1851 714-444-2801 We are an equal opportunity employer.The plans and specs are available for your review at our office or we can fax you the proposal schedule. Bonds will not be required from qualified subcontractors. Local Businesse Trade Journal Ad posted to website trade.dbegoodfaith.com on 01/07/2011 at 1:32PM j Trade Journal Ad Hardy&Harper, Inc. is Seeking Qualified Local Businesse Bid Due Date:01/11/2011 at 4.00 P.M Bid No: 10-08 Contact Estimator. Corey Kirschner Project Name 2010/2011 Annual Asphalt Overlay Agency Name City of Palm Springs Project City Palm Springs Project County Riverside Project State California Project Details Hardy&Harper, Inc. is seeking qualified Local Business subcontractors and suppliers in the Coachella Valley for the 2010/2011 Annual Asphalt Overlay for the City of Palm Springs in Riverside County.We are soliciting quotes for the following:TRAFFIC CONTROL,COLD MILL,ADJUST UTILITIES,AND STRIPING. Contact Details Corey Kirschner 1312 E. Warner Ave. Santa Ana, California 92705 714-444-1851 714-444-2801 We are an equal opportunity employer. The plans and specs are available for your review at our office or we can fax you the proposal schedule. Bonds will not be required from qualified subcontractors. Recipient List (Fax/Email) Company Name/Specialty Fax Date Email Date Log Page# CONE ZONE, INC,CORONA,CA,Construction Zone Traffic Control 01/07/2011 01/07/2011 Contractor " ( � f�, Address-1128 QUARRY STREET VJ Phone-9517349535, Fax-9517342887, Email-elaine@aconezone.com P ENGINEERING CORPORATION,RIVERS IDE,CA,General Engineering 01/07/2011 01/07/2011 Address-1271 COLUMBIA AVE STE 10 q to Phone-9516862512, Fax-9516863845, Email-apengineeringcorporation@gmail.com f � SAP GENERAL ENGINEERING,PERRIS,CA,Highway,Street,and Bridge 01/07/2011 01/07/2011 Construction ddress-1747 BENEDETTO POINT Phone-9512295952, Fax-9519431692, Email-asapgeneng@aol.com ��(� AVIATION STRIPING,TEMECULA,CA,Parking and Highway Improvement 01/07/2011 01/07/2011 Address-PO BOX 890847 Phone-9513039914, Fax-9515412802, Email-aviation@roadrunner.comf BLANCO CONSTRUCTION,RIVERSIDE,CA,Highway,Street,and Bridge 01/07/2011 01/07/2011 Ci+ Construction ddress-4435 CARLSON PLACE Phone-9619061661, Fax-9516022050, Email-blancoconst@aol.com 7 CAPLINGER CONSTRUCTION INC,DEVORE HEIGHTS,CA,Earthwork and 01/07/2011 01/07/2011 Paving Contractor Address-15924 NORTH CAJON BLVD Phone-9098806200, Fax-9098806262, Email-sooners7@wildblue.net FATA CONSTRUCTION&DEVELOPMENTS,RIVERS I DE,CA,General No Faxno. 01/07/2011 Engineering ddress-19135 VINTAGEWOODS DR. Phone-9517808071, Fax-, Email-tony@fataconstruction.com I 1 FISH ENGINEERING INC,BANNING,CA,General Engineering 01/07/2011 01/07/2011 Address-300 S HIGHLAND SPRINGS AVE STE 6C#132 Phone-9518456795, Fax-9517694499, Email-fishengineering@hotmail.com Lore n o k (� lk\ GILBERT AYALA&SONS,INC.,SAN BERNARDINO,CA,Highway,Street,and Bridge Construction 01/07/2011 No Mail 1 ddress-P.O. BOX 1264 Phone-9098887390, Fax-9098880369, Email- 15� \(�()+ H P CONSTRUCTION&MANAGEMENT INC,RIVERSIDE,CA,General 01/07/2011 01/07/2011 Engineering r L j Address-6401 APPIAN WAY ,(1�� 1V1\+,� l Phone-9517885598, Fax-9517884974, Email-hpcon@msn.com HAL HAYS CONSTRUCTION, INC,RIVE RSI DE,CA,Earthwork and Paving 01/07/2011 01/07/2011 Contractor ddress-1835 CHICAGO AVE,SUITE C ql Phone-9517880703, Fax-951 7881 51 7, Email-hhaysconst@aol.com INDIAN CONSTRUCTION INC,DEVORE HEIGHTS,CA,Earthwork and Paving 01/07/2011 01/07/2011 Contractor L Address-15924 N CAJON BLVD Phone-9098806244, Fax-9098806262, Email-sooners7@wildblue.net •-J-B ENGINEERING,SAN BERNARDINO,CA,General Engineering 01/07/2011 01/07/2011 Contractor ddress-243 E. DUMAS STREET Phone-9098901256, Fax-9098905565, Email-otisclopton@ojbengineering.com / V ORTIZ ASPHALT PAVING, INC,SAN BERNARDI NO,CA,Earthwork and Paving 01/07/2011 01/07/2011 Contractor Address-382 EAST ORANGE SHOW ROAD Phone-9093861200, Fax-9093861288, Email-bruceatortiz@aol.com r ( V \ Parris Traffic Control,MEN I FEE,CA,Construction Zone Traffic Control 01/07/2011 01/07/2011 Contractor ddress-33961 Zeiders Rd ff11 I Phone-9516981050, Fax-9516981100, Email-ahighwayman@verizon.net PTM GENERAL ENGINEERING SERVICES INC.,RIVERS I DE,CA,General No Faxno. 01/07/2011 Engineering Address-P.O. BOX 7745 Phone-9517101000, Fax-,Email-elizabeth@ptm-eng.com v� ► a� caress-rubuxyou Phone-9613409590, Fax-9513409592, Email-s-sgrading@sbcglobal.net SOL CONSTRUCTION,INC.,RIVERSIDE,CA,Highway,Street,and Bridge 01/07/2011 01/07/2011 Construction Address-1600 CHICAGO AVE.,SUITE R#2 Phone-9517846209, Fax-9517845298, Email-pmendoza@sol-construction.com 0 a can n C + HE LOPEZ GROUP CONTRACTORS INC,NUEVO,CA,Highway,Street,and 01/07/2011 01/07/2011 Bridge Construction Address-29971 NUEVO RD I N�r Phone-9519280695, Fax-9519280989, Email-steve@thelopezgroup.net �. WHEELER PAVING INC,RIVERS IDE,CA,Excavation work and paving 01/07/2011 01/07/2011 Address-8432 63RD AVE Phone-9516857283, Fax-9516855023, Email-kwheel98@aol.com NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of Orange ) I, Steve Kirschner , being first duly sworn, deposes and says that he or she is Vice President of Hardy & Harper, 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. Bj a y Har r, Inc. By "UIPA teve Kirschner Title Vigg President Organization Corporation Address 1312 E. Warner Ave . Santa Ana , CA 92705 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 NON-COLLUSION AFFIDAVIT December 1,2010 BID FORMS-PAGE 9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On January 10, 2011 before me, Jo-Ann Lyons, Notary Public Date Here Insert Name and Title of the Officer personally appeared Steve Kirschner Names)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(v) whose name(40 is/= subscribed to the within instrument and acknowledged to me that he/ske/timy executed the same in his4arAft* authorized capacity(iep), and that by his/her/ter signature(o on the jo-ANN LYON5 instrument the person(o, or the entity upon behalf of which the person( acted, executed the instrument. ( JJ ,`y' Not try Fuilic C .litornit .� -// rn;co tr tt.rxu E cur 1 r ' I certify under PENALTY OF PERJURY under the laws �- --,--�-------�--�--- -- �.,- of the State of California that the foregoing paragraph is true and correct. WITNESS y nd and off' i I seal. Signature Place Notary Seal Above Signature of Notary Pu is 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 NonCollusion Affidavit Title or Type of Document: January 10, 2011 Document Date: Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Steve Kirschner Signer's Name: Signer's Name: ❑ Individual Vice President ❑ Individual I$ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner--❑ Limited ❑ General ❑ Partner—0 Limited ❑ General Attorney in Fact Mmun 2mlfigma ❑Attorney in Fact • ElTrustee Top of bomb here 11D Trustee Top of thump here ❑ Guardian or Conservator El Guardian or Conservator ❑ Other: ©Other: Signer Is Repres�r� & Signer Is Representing: 02007 National Notary Association•9350 Oe Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402•www.NationalNotary.org Item N5907 Reorder:Call Toll-Free 1-800-876-6827 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 64 9_ List at least three related projects completed to date: See Attachment B 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: Mike Amundson_'P_-r�A_+- A4anage, 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 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 BIDDER'S GENERAL INFORMATION December 1,2010 BID FORMS-PAGE 13 Attachment B .Ifardy GOfarper, Inc. Owner/Agency Contact Project (Amount & End Date) City of Pasadena Elvin Jiang, PE 2009 Resurfacing of Streets 100 N. Garfield Ave. (626)744-6912 $ 4,473,000.00 12/10 Pasadena, CA 91101 f. (626)744-7643 City of Irvine Reza Jarafi, PE Annual Slurry Seal & One Civic Center Plaza (949)724-7545 Rehabilitation—Phase II Irvine, CA 92623-9575 f. (949)724-6187 $ 2,100,000.00 11/10 City of Riverside Daniel Simmons, PE Harrison St. Reliabilitation- 3900 Main St. (951.)826-5591 Ward 6 & 7 Riverside, CA 92522 f. (951)712-4952 $ 399,000.00 9/10 Rancho Cucamonga Shelly Hayes, PE Calle Vejar & Avenida Leon 10500 Civic Center (909)477-2740 Rancho Cucamonga, CA f. (909)4,77-2849 $ 401,000.00 10/10 91730 City of Montebello Joe Boada, PE North Garfield Avenue 1600 W. Beverly Blvd. (323)887-1460 Montebello, CA 90640 f. (323)887-1464 $ 710,000.00 5/10 uiSE Goodfaith Inc. Good Faith Transaction Log Company Details Company Name Hardy&Harper, Inc. Department Contracts Address 1312 E.Warner Ave. Suite# City Santa Ana State California Zip 92705 Phone# 714-444-1851 Fax# 714-444-2801 Email# cKirschner@hardyandharper.com Solicitation Transaction Log (STL) Bid# 10-08 Bid Date 01/11/2011 Bid Description Hardy&Harper, Inc. is seeking qualified Local Business subcontractors and suppliers in the Coachella Valley for the 2010/2011 Annual Asphalt Overlay for the City of Palm Springs in Riverside County.We are soliciting quotes for the following: TRAFFIC CONTROL,COLD MILL,ADJUST UTILITIES, AND STRIPING. This document contains all information pertaining with solicitations made on behalf of/for Hardy&Harper, Inc.of Santa Ana, California by DBE Goodfaith Inc.(a California-based Corporation). These solicitations have been done in good faith. DBE Goodfaith has participated with Hardy&Harper, Inc. in communicating with selected Local Businesse firms. DBE Goodfaith has contacted the on 01/07/2011 on your behalf. Please write this information on the appropriate forms if required. Bond No. HARHA-246 BID FOND KNOW ALL MEN BY THESE PRESENTS, That Hard & Harper, Inc. as Principal, and International Fidelity Insurance Company as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: Ten Percent of the Total Amount Bid (10%) --------------------------------dollars (not less than 1 O 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 ASPHALT OVERLAY CiTY PROJECT NO. 10-08 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this?th day of January , 2011. PRINCIPAL. Hardy & Harper, Inc. Check one: individual,—partnership, __._Corporation (Corporations require two signatures. one from a -"of the following groups: A_ Chairman of Board. sz; nt: AND B. Secr , Assistant Secretary, Treasurer, Assistant Treasurer, or . SURETY"International Fidelity Insurance Steve Kirschner Company Vice President (NOTARIZED) Print Name and Tide: Steve Kirschner, Vice President By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Tide: Dwight Reilly, Attorney-In-Fact zola2oll ANNUAL ASPHALT ovERLAY — --- CITY PROJECT NO,1"8 December 1,2010 810 BOND(BiD SECURITY FORM) No FORMS-PAGE 11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of_ Orange On January 10, 2011 before me, Jo-Ann Lyons, Notary Public Date Here Insert Name and Title of the Officer personally appeared Steve Kirschner Name(s)of Signers) r who proved to me on the basis of satisfactory evidence to be the person(o whose name(e) is/am subscribed to the within instrument and acknowledged to me that he/sim/Vpy executed the same in hisA%rAMIRr authorized capacity(ilt), and that by hlsAWAtM signature( on the instrument the person($, or the entity upon behalf of JO-ANN LYONS which the person(p) acted, executed the instrument. QMy COMM.#1841329 NotaryORANGE COUNTY I certify under PENALTY OF PERJURY under the laws Commn.Expires Apr,17,2013 ( of the State of California that the foregoing paragraph is true and correct. WITNES my h d and off' eal. Signature ' Place Notary Seal Above Sig Signature of Notary Publi 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 Bid Bond Title or Type of Document: Document Date: January 7, 2011 Number of Pages: wig el y Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Steve Kirschner Signer's Name: Signer's Name: ❑ Individual vice President ❑ Individual Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner--❑ Limited ❑ General ❑ Attorney in Fact a-� - t Top Of tfi�. here ❑Attorney in Fact . - ❑ Trustee ❑Trustee Top of thumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Repress �++arper�ne— Signer Is Representing: 02007 National Notary Association•9350 De Soto Ave.,P.o.Box 2402-Chatsworth,CA 91813-2402•www.Nal-INotary.org Item#5907 Reorder:Gall Toll-Free 1-fi00-1111127 ACKNOWLEDGMENT State of California County of_ Orange On January 7th 2011 before me, Allison Ritto Notary Public (insert name and title of the officer) personally appeared Dwight Reilly who proved to me on the basis of satisfactory evidence to be the person(-"whose name(t) islaw subscribed to the within instrument and acknowledged to me that he/s*W executed the same in his94@rAVM4rauthorized capacity0", and that by hisft ft*signature f on the instrument the personM, or the entity upon behalf of which the personM) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ALLISCN RITT'Q WITNESS m hand and official seal. commission # 1824932 y ;F:: "nf{^''`' Public -California i Notary a z ee -Y*?•'a; Crange Gourlty F ( My comm.Expires Dec 23,2012 Signature (Seal) A ison Ritto TA(9 3):, 24 72f } R 'OFA T l O IDELI -AN NC IWEAMTIONAL IF ' I3C)ME'OPRIC 6n, NEWARK CRN;Th.R 2Q7H FLOOR N$WART ''IYTEW J1:RSY 471f)2 520'7 KNOW.ALL 14EN 8Y TI[ESE:kiS'ENTS. That INTERNATIONAL FIDELITY INSURANCE COMPANY;;a corporation organized atxd existing laws of the State of New Jersey,and having it&principal office in the City of Newark,New:;iersey,does hereby cotlstitt ie ana appoint WIGHT REILLY, RALPHEITIHM JR;, ARTURQ AYALA, DAIVIHL HLJrI{ABA Y Orange, CA its true aril lawful attgrney(s)m-fact to gxecute;seal and deliver For and on its behalf as surety any and all bonds and undertakings contracts of indevini and other writings obligatory in;the nattire''thereof,:which are or may be allowed rewired ar erm�tted la'.i law;Statm�e rule. rFNm tion,co>Xtraa or otherwise and the execetion of such instruments) ;in pursuance of.these presents, shall be as binding upon e said<INT RNA rAT. I+IUELITY WsbaNcE COMPANY, as fully and amply, to all intents: purposes,as of the,same had been duly;executed and acknowledged bts rcgulariy:elected officers at its principal office. This Power of Attorneyy is'executed;and�iayy be revoked pursuant to:and by authority of Article 3-Section 3,of the g�L ws adopted by the Board of Directors of INTERNA'll'IONAI,FIDELIII�iNSURANC COMPANY at a meeting called;and held on the 7th day cif "ebruary; I974. The President or arty 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 the Company thereto,bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and, (2)To remove,at any time.,any such attorney-in-fact;and revoke the authority:given. Further,this Power of Attorne is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of"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 trending 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. IT IN TESTIMONY WHEREOF,INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer,this lfith day of October,A,D.2007. SEAL� INTERNATIONAL FIDELITY INSURANCE COMPANY'.: �` STATE OF NEW 7ERSEY County.of Essex 0. Secretary On this 16th day of October 2007, before me came the individual who executed the precedi instrument to me ppeersonallyy known and, being by me duly sworn,said[lie be is the therein described aril authorized officer of the INTI=RNATIONAL IDELITY IrNNURANCE COMPAA-that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and hig signature were duly affixed by order of the.Board of Directors of said Company. ���*Wwara.�Mirrrrr' ' IN TESTIMONYWHEREOF,I have hereunto set my hand axed my Official Seal, .'*C1ti' r at the City of Newark,New Jersey the day and Year.:first above written. " •°° ` Rrrr�r rw w�" � A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION MY Commission Expires March;27,?014 T,the undersigned officer of INTERNATIONAL.k 1VELrrY INSX4A. NCE CO;MIRANV do hereby Certify(tat I have Compared,the foregoing coop of the Power of Attorney and:affidavit and the:.copy of the Section of the By Laws of said Company as set fgxth in said'Power of Attorney;with the',ORIGINALS ON. 1N THE IIOME OFFICE OF SAID COMPANY;'and that::the same<arc correct transcripts thereof,and of the::whole,of the said originals,and that the said Per uer of Attorney has not been revoked and is now in full force and effect IlV TESTIMONY ERBgF,I have;heteunta set my hand this day of January,r 20 ' 1 �..... Assistant Se Dietary Department of Consumer Affair Contractors State L11 oard Contractor's License Detail w License # 215952 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(S&P 7124..6.)If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per 8&P 7071,.1.7. , 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. s> Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. License Number 215952 Extract Date: 1/2 612 0 1 1 HARDY&HARPER INC 1312 E WARNER AVE Business Information SANTA ANA,CA 92705 Business Phone Number(714)444-1651 Entity: Corporation Issue Date 03/13/1963 Expire Date 12/31/2011 License Status T is c e. All information below should be reviewed, Additional Status: ............................. CLASS DESCRIPTION A GENERAL._ENGINEERIN...G... CONTRACTOR Classifications: C-8 CONCRETE C12 EARTHWORK AND PAVING CONTRACTOR'S BOND This license filed Contractor's Bond number WCL1244367 in the amount of$12,500 with the bonding company OLD REPUBLICSURETYCOMPANY,. ... . Effective Date: 03/04/2008 Con.tractor's Bonding Histo..ry Bonding: BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO)MAAS DANIEL THOMAS 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: 05/28/2009 BOL's Banding.History This license has workers compensation insurance with the ZURICH AM...ERICAN..INSURANCE,COMPANY https://www2.cslb,ca.gov/onlineservices/checklicenseIl/l,icensPnetnil q zny?T i-N11m=')150 1 /1n1 1 Policy Number:WC373645304 Effective pate: 10/01/2010 Workers'Compensation: Expire pate: 10/01/2011 Wa....rkers'Compe,nsation.._Hlisto.....ry.. Personnel listed on this license(current or disassociated)are listed on other licenses. Conditions of.Use.I Privacy..Policy Copyright©2010 State of California https://www2.cslb.ca.gov/onlineservices/checklicenseIT/T.icenceT)etail acny?T icNnm=?1 SQ n1 1 I 1 ' •i- ��'��0 6M.-rrwh��+� UNT .k pity Project No: MOO bn-re Dates published: pd�� Y. 'N . Bid Date & Time: i�ROJECT: 1 ' $UCCWFUL: 1 y�j� 1 h �• y' J T SS 9it S TP fequlr+ d Sir ► + 1 Aids�rit of 11ic�t�-Collusion'S;geed Idk ° ' lnf�vrrrtq regret ot'bidc� r`p ��;gc� i � �Y � �punt Of 1n nc� 1�equir+ad: �ar�tr����s l,���r►se N� �'c, ����, 1, �`����� � ivp.;ol drifC cprnplete worlC,. ►! p ieda�r lwsxma�ted Step.Date, td` tiC� pate: lvd.Pf d sin a+rhr��t t+ ;e�rec , Pertilre : ter Na#iCo b %4iN$�( 1� #KYM �rk trat� rrak� } ;� ran ,rnl,'. 4tde? Adderld yis�rs�dy Centret�r , N 11 dN +►NQiEOIq "� fOOND �IKOO, ' C 81� C . N CoI 'S CHECK? E"ITE " aAg l9nsuceiful lilders: sdot e farsrarit�aCt exeeutia `Vhlli Oh COgarC:ta+:( 1: ' �'�a�ided Previou�1y bra 0ECB c AGFtEFM£NT FORM,a6Fk��NCE: Public Dantr$ats Gdverh'n A Cade Sec. 22�b© Y �N i ibp� Cdde 1777.5 Y N . ,177fi Y "G Cn re ( +derd q t f0cetioris to elifor Standard $pec fic tiopt far Publie Cti on, •D�lTlr: "" w BY: D EPT' � City of Palm Springs,CA Procurement Contracting Division Bid Abstract B I D ABSTRACT Vendor&Bid Amount =Vendor&Bid Amount `Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount PROJECT NO CP 10-08 £ PROJECT NAME: 2010/2011 Annual Asphalt Overlay DUE DATE: 01-11-2011 i Total of all Items: ry ` ! _ _ i F TOTAL a I Whitnessed ey: Date: Q City of Palm springs,CA PEacamwt Gmbw5ng Division Bid Abstract 11 BID ABSTRACT Vendor&Bid Amount 7Vendor781dAmount Vendor s Bid Amount Vendor 8 Bid Amount Vendor&Bid Amount PROJECT NO CP 10-08 PROJECT NAME: 2010/2011 Annual Asphalt Overlay DUE DATE: 01-11-2011 Total of all Items: TOTAL G Whitnessed By: ©ate: 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 Hardy&Harper, Inc. 215952 4, MAIL ADDRESS(STREET NUMBER OR P.O. BOX) 5. CITY 1312 E. Warner Ave. Santa Ana 6, ZIP CODE 7. TELEPHONE NUMBER 92705 714-444-1851 8, ADDRESS OR LOCATION OF PUBLIC WORKS SITE(INCLUDE CITY AND/OR COUNTY) Various City Streets in the City of Palm Springs 9. CONTRACT OR PROJECT NUMBER 10. DOLLAR AMOUNT OF CONTRACT AWARD CID 10-08 $ 1,345,000.00 11. STARTING DATE(ESTIMATED OR ACTUAL) 12. COMPLETION DATE(ESTIMATED OR ACTUAL) MONTH DAY YEAR MONTH DAY YEAR 04 / 04 / 2011 yUSE NUMBERS) 05 / 05 /2011 / (USE NUMBERS) 13. TYPE OF CONSTRUCTION(HIGHWAY,SCHOOL,HOSPITAL, ETC.) 14. Streets = NEW CONSTRUCTION ALTERATIONS 15, CLASSIFICATION OR TYPE OF WORKER(CARPENTER, PLUMBER,ETC.) THAT WILL BE EMPLOYED BY THE CONTRACTOR(S) Striping and Marking Surveyor General contractor 16. Is language included in the Contract Award to effectuate the provision of section 1777.5,as required by the Labor Code? ...................... El Yes No Is language included in the Contract Award to effectuate the provislons of Section yes El No 1776,as required by the Labor Code?.................................................................. ED 17. SIGNATU 18. TITLE 19, DATE Manager 2/23/2011 20. PRINTED OR P D NAME 21. TELEPHONE NUMBERS Craig L. Gladders ger, Procurement&Contracting 760-322-8368 Duplication of this form is permissible DAS 13(rev,5/01) REQUEST FOR DISPATCH OF AN APPRENTICE Do not send this form to DAS You may use this form to request dispatch of an apprentice from the Apprenticeship Committee in the craft or trade in the area of the public work. Go to: http://www.dir.ca.gov/das/PublicWorksForms.htm for information about programs in your area and t Date: 2/8/2011 To Applicable Apprenticeship Committee: Operating Engineers LU.E.O. Local 12 Address: 100 East Corson Street Pasadena, CA 91103 Telephone: 714-827-4591 Fax: 714-827-0498 Contractor Requesting Dispatch: Hardy & Harper, Inc. Address: 1312 E. Warner Avenue Santa Ana, CA 92705 Telephone: 714-444-1851 Fax: 714-444-2801 Person making request: Mark Molina Number of Apprentice(s) Needed: N/A Craft or Trade: Operators Date Apprentice(s) to Report: N/A (48 hours notice required) Name of Person to Report to: Mark Molina- Address to Report to: 1312 E Warner Avenue Santa Ana, CA 92705 Time to Report: TBA 2010/2011 Annual Asphalt Overlay Palm Springs You may use this form, or make a verbal or written request, to ask for the dispatch of an apprentice. Please take note of the California Code of Regulations, 7title 8, § 230.1 (a) which says in part: if in response to a written request an Apprenticeship Committee does not dispatch any apprentice to a contractor who has agreed to employ and train apprentices in accordance with either the Apprenticeship Committee's Standards or these regulations within 72 hours of such request(excluding Saturdays, Sundays and holidays) the contractor shall not be considered in violation of this section as a result of failure to employ apprentices ... DAS 142(REV.9-03) ���:firL71�►l1'iL'll ardy & Harper, Inc 005 P �E�ES 1312 EAST WARNER AVENU ,�4 02 1 P $ 005.540 SANTAANA,CA9270006 0810 0000 6299 6510 MA LED9FROM ZIP CODE 92705 Construction Laborers Trust Funds for Sauthern California 4401 Santa Anita Avenue El Monte, CA 91731 ardy & Harper, Inc, VT a&A"&A4aaq ivauaulam r p1 NEygQ�W EB 1312 EAST WARNER AVENU 02 1 P $ 005.540 SANTAANA,CA92?a. 7006 0810 0000 6299 6503 MAILED 9FROM ZIPC,ODE92705 Operating Engineers Trust Funds 100 East Corson Pasadena, CA 91103 �I:N11FI:Il13F�i1Flt:FF1I=3�11�-fF/:111F'FMl•fF SENDER: f fN COMPLETE THIS SECTIONON DELIVERY ■ Complete items 1,2,and 3.Also complete A. Signature Item 4 If Restricted Delivery is desired. 17 Agent • Print your name and address on the reverse X 13 Addressee so that we can return the card to you. B. Received by(Printed Name) C. Date of Delivery • Attach this card to the back of the mailplece, or on the front if space permits. T. Article Addressed to: D. Is delivery address different from item 17 ❑Yes If YES,enter delivery address below: ©No Operating Engineers Trust Funds 100 East Corson Pasadena, CA 91103 3. service Type ©Certified Mall 17 Empress Mail ❑Registered ❑Return Receipt for Merchandise ❑Insured Mail ❑C.O.D. 4. Restricted Delivery?(Extra Feel ❑Yes 2. Article Number (rranster prom service label) 7006 0810 0000 6299 6503 PS Form 3811,February 20U4 Domestic Return Receipt 102595-02-M-1 s4o — i .: • • • DELIVERY SENDER: COMPLETE SECTION ■ Complete items 1,2,and 3.Also complete A. Signature Item 4 if Restricted Delivery is desired. X [3 Agent ■ Print your name and address on the reverse Addressee so that we can return the card to you. B. Received by(Printed Name) C. Date of Delivery ■ Attach this cans to the back of time mailplece, or on the front if space permits. D. Is delivery address different from item 1? ❑Yes t. Article Addressed to: If YES,enter delivery address below: ©No Construction Laborers Trust Funds for Southern California 4401 Santa Anita Avenue El Monte, CA 91731 3. Service Type ❑Certlfled Mall o dress Mall ❑Registered ❑Return Receipt for Merchandise ❑Insured Mail ❑C.O.D. 4. Restricted Delivery?(Extra Fee) 0 Yes 2. Arne Number 0`199 6629 0000 OTBD 900>. (Transfer from service►abet) PS Form 3811,February 2004 Domestic Return Receipt IM95.02-M-1540 r� A ,n yD h F Postage $ 4 d Certified Fee `d Retum Receipt Fee � (Endorsement Required) IP rk 4 Restricted D-11" Fes (Endorsement Req iu red) m Crl Construction Laborers Trust Funds E3 for Southern California r` p 4401 Santa An Avenue cy El Monte, CA 91731 ............... £Oii6 VD `OuaptsLd uosaoD Is'ea 001 spun]isms siaauloua ftimodp Er soozi T aMsod Ielol E3 ®®jItie pep pajOp►ead) �O (pwlntfed uuewesiopu3) uF,�giylde_, esd tdlsaed wnyed C7 4 aad Poll 1NaJ M $ a9elsod Er f1J y p' Lrl C7 - ■ ■ r . LEI •d s�* ;cam 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 Hardy & Harper, Inc. 215952 MAILING ADDRESS-NUMBER&STREET,CITY,ZIP CODE AREA CODE&TELEPHONE NO. 1312 E. Warner Ave. Santa Ana, CA 92705 714-444-1851 NAME&ADDRESS OF PUBLIC WORKS PROJECT DATE YOUR CONTRACT EXECUTED City of Palm Springs 2/11 2010/2011 Annual Asphalt Overlay City Project 10-08 DATE OF EXPECTED OR ACTUAL START OF PROJECT 3/11 NAME&ADDRESS OF PUBLIC AGENCY AWARDING CONTRACT ESTIMATED NUMBER OF JOURNEYMEN HOURS City of Palm Springs 840 3200 E. Tahquitz Canyon Way OCCUPATION OF APPRENTICE Palm Springs, CA 92262 Laborers THIS FORM IS BEING SENT TO:(NAME&ADDRESS OF APPRENTICESHIP PROGRAM(S)) ESTIMATED NUMBER OF APPRENTICE HOURS Construction Laborers Trust Funds As Needed 4401 Santa Anita Avenue, Ste 210 APPROXIAAATE DATES TOBEEMPLOYED El Monte, CA 91731 20 Working Days This is not a request for dispatch of apprentices. Contractors must make a separate request for actual dispatch,in accordance with Section 230.Il a)California Code of Regulations Check One Of The Boxes Below 1. E] We are already approved to train apprentices by the Construction Laborers Trust for So. California 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. 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 journeym n en, Signature<�J&IA J Da Typed Name Steve Kirschner Title Vice President State of California-Department of Industrial Relations DIVISION OAS 140(REV.IM4) OF APPRENTICESHIP STANDARDS n � v 'x'$k:w "$ 71 drta:� �11 y■■,. �f tr�1/-{�(, ■N/ � [}�/�y.., i 1 //!'.'�'' .'Yy■,'� r^�^�� +��,s } aF y yY`ki(1XXh l k ' t' 4l��T+ �110 ■� �' N W' #i����l'_'T� D1�w�, YNMSl t a r y{.r.5rt N �: y P a.7D;k ,ya {'..r awtc°z� �rth } SI :bi tS a 1•�':4ry i bk,:r ti ":1l2 �'�'u tl ,,� I '.xla Avg, � ytrp�+i7r�la { y Jy4 't• i�w 4 k r � m1X ..1 � I a. !t:tra,�r,$��v> ': a �' + '� t tawh��:-. ! y F,,,.• o- •:r ���.�•�',�"�7,�ri:_{�����g��w^,1,qu a � a :„rt,{w ai'll�f. yx�e NOR w> A r.' w ,tf v',{G.'�>;i•, "�ry a/ ,G.:++ s yr, .n },�RA xV1 -•kE' v: y ,{ urjp G �1y$,J e"�, roSra yi a %."r ,T a G'�t r D ' ti a � yyl7 r ,r � ug � y `, � $� ;� E' k ,r N•: R"�i•f�r,�l, i ��.. � v i^ ra a h ,',` dd4 Y r..r.a�� i �F� 5� b r �'�1 jN�'.1@'.��.P�$r h � M S I' �✓ �. q'�k<r1� �'.. �' �.1 J 1 4 9 r 9y ';N: S ,',;: 4:'r.•e�.'{ly .F:':„r ,. :. w e k r h I."� n„', 1 � $� , x y r�47,. v .:(+.�.a z r,,: C� ryW�'G���t > r,.' o+,{•� �,,,. r: 5" xj� R �*' .,�Y 1 Y 4 f D 4y �' UrIJfy 9Mp"l t�q��^w}$Y"��r r,�Jv yX,d��1'y'r`pJik'3S�,,�`t yr��°I!Gv'",a1 7rt''aNr F�I P+1 E4:1'w1'Ml'�3�a`s/�' �v(N, , ,,y r�` 'trq j"G d say ,�"i.;8;'�"�'1�A" a�r�,,,r. 4,yiyd�e�N�t �k'd+.'�n'�rr;":ti'�w•M,}I a+s 4xRill 9 'r•^•Y' � c VG c+Nai, pp `` ,.,r + BG.+ �'?::at(" wk k:5:: .y ;r.y;:,,�r�, f st :',A rn.�.�.�.wG a".."tr �rr vf✓,r.y tiD�Sr"P{`.y� rw e d'1,k??+nY.a'Pw�,f Fal't, ?,�..5� r ,;i 7�Ie y�:a krV. �;., �a 9:;�, M1l s u,d° fan��'4;Jr'r' �4 r Gd;v' ,�, �.. F,•,a�L',l r i ::4:! y., r 7'� .y.,� '! v!ir le";nb ..o w 1 7 �� �!, 1'. a'aY'"i"aa°T i Mma, T6{ a da �r�•..Xw $/a Goy r a '"a,. '�''.�� �'a 'p Ga, iv�5 � a.ts �', r ip�. ,S�A x`�33 i "{°""yi�,.°G•�k i'.fw'wt mF ;y �a�•rl �p;5 y� ab d. 1 3 {r.:yai 9. � a:rti "n��f� ry �� d9,� P �34��i,ka Frd i-yU.9f• �," 1"� Fe � s,. ,Y ;I:, t�Sy a P µ� �.,,G `r• S tV n "o f r i4:'d r,l N r�9, .% �Vw. Md +�.�i��!n ,. ). 1 � ^,, � ... i� t �¢Nr$6" 4•x• " "�°an §w ,�ai� C Gd ,yj : .,rat/ri,S';rsSF C ,,,iYaa1p, fMal¢krod .4�, v..�aTy G �+, �}�Y,� ,$'���? rw4�hk�rr � 7 r •r r � "•;b � �,` „+ �T�:„;v zF><X�"f j��Nd a � a X 'kA'y $k ;� D � y ' r � p r",r�µk"rr' S �,��'��ti'ry✓l� ��r��"��� �� !, J •'ip�r;.,r�� �, ` $r��r'�I ti"�u„;, a�, qda.:, r' �g �J,Jy:wr• b�u �'V'" �X�.'���, Y, Ira�ta'a , is rar��� OG r�},,E+�y� ;n. qG �i•.. �g� � � " � { " Z ..•, a JS^ v S.r ,.:n,� r •�:4 r s(y'� k a idrn,a yyk'd '� ( iJ:Yr �RP'm� '� M�r"'4y!<..yf$ .• EVh'2 t,�1?..V. '' r �"�� "GE�ddr�f,��'ar} N.i S r'�"A�.�V�?s''J��N'y�G',,' r. ✓' � },q i � �a4� r , � , '"aV:�i'u'�a5�j��'��t y{ �s •t';r awr 1;¢,FM d� �" 4 a r o� w� T r �, �"�, t � '`M: a4��'�a tY✓a i�r5�r ,{ykd p,q� �..! 1,+ Q „�"+� d agpyf a 1 �wrn'I' +yG ?.,tH `�,. j`F �yG i 'rwl ; �{yr�+�,!{��('r"vl ^�4'SVww��+� ry � r��� � � � n � `�g,"q•'f�yyv�^` S d.. ) 'A y"'xi�( �1�S��n�%ak`' � ��'N` ie � �',�EP�X � ' +��'G y'�i j✓' b � G �,,r"�d ' i �r yb"i�tl�.e�� a,MF"?R� �Glw� � in •. a'* � y + ,,y �I, '. �d a , P1 '"Mug,Ml r w' �x �rS l+rl r�' a �tr i�`'� s � � ,•' F� M v a> s d�arl"q�'. j�{� {,�iY 'a' 'aa' .'• / V y d"�"a" T' � � n i rn` ��3F �'1 + r::%G,y )�^VM "��;: +pt� �'r •w d,' r" 'G' "t« l it���, J,My(anS �pyY,;.' aF$��'y�al '¢$'%Vra�� e Ip( I rp.rw� era �g r t I a;q � �+ G i �r$,7;.r° �.:.,,�Q,h§ t; r `�ti-r N i, dY t1 kt ;s,wl;Sr f rr r n S:t x �� "r 1 �''� , m. '�� � r�'f,,i". �.. t v. ��' A w rF � � ', e`G 1 v�.�, dv+ 7 •�w�4F�h�Ya s(r ti dw�r ab�S?�a:Sro'� �$1�,1 N� d G •: r I r t eM' : � a w s"� •�i i tia a$NIT 4, ,a fw ePwk�w +a" �w l�r P;,} ,• r '� a� �'�� r.�!ask r u: � �%rd�,�a���` � + r as rtlr � �il'�P'�'�wu�;� �&' �, S s ����bah�� �t�,�� ��, '��x Z, �, a4`; °Jr e r6 „ J?+, 4 Au�,N r s � °r;,;� xraa �' "1• r..k x^, a f4F :1k...'.r i N`+}P 5 ` ( 'M1 .a r�P,�. H.,,C �{wi•�, ,� D'�1. t r'�A .b,a D D P,G:':'r�.. �, v rti 4q`+ (1 r .,.„;7 dW 'FJ kGxt'•�r ,�v:i'. P i r , k r Fi,,r,q �+�,�+1,,N� � +dy V'k ,aaa,,�iP + '� 1 " � �'r aW�r.@ t tr �a d v"�r $v H n ✓�r1 k �n i F,�vw'r�n, ��`'!-;.:er F�,aG• '! a 'rC,.�`" r a.�x;r.�C, z' , � lY ',,k YF n,;;', ,,,�r a{r� 3 r' t+ � ,,�"'.;;Wa{ t { 4i:.;,u�,g �' � ri�;4 Gi �'..,1{ll `''/r r..,d ,a�"�'`, 4b aM1y t,,,•, �r � �r :.�,yV� '"r M1re+rS'p.'��G�{t a�+i'X ��'w'"��°` �. t ."� ' "'"�? d�a�9 ii"r 't .w � ., "�qp r 'X rr r.+�l ll{:� �vr°�C r,i.?' '. �;�w� r4a r..,,,�b 4, rf?t•rt,F aer.' 'fir .;`d;� "1,C> .d'� I , 4 k ,.^'�Y;' N t:0 +I�Hr ✓ Yrid S2 p��! �fr (rye, h {�' � �n � � r+ "r ri. r:;,, •t�"+ � rSr:,, � ,i:•y4Ak:�,,,5 ,. .''i��C.�81�.�a� "!*-.'��. I 4t�.�. a? V rA'y.�'; �+ '6ry+v...'��Z��ya: /1'yr�. �•,�.. V'�i (,( ,?�'": M ..� � ,f,�: y4�' '��,v3"'� r.,dl�.�+'�'> D q .:u�"�x, ,:: { r,�. �3"., I P d� ' ,,., r, '�;� P '•: �^ ';r �` '$ ! ��) , 5�': ':;rVr Srl3�' 'X+a�" '"ti vA ., q:. ] �pp i,n3�p jV:�iM F� •'A �f �. � +r � �+&'�9� S .'�l ✓ f'ro�vtywp�> r �� 'r�y'd '".ti' y4 ,R: �vr .k .) y' a^'l. pryylr 1�.•: r �§. a X.',d, r,,5, °d7, +" ,n�;:Ctk� .;y{,d ,w"r�<� jy),v. �,e, a f ,v 1n,aY�'Gy1 y„rWA�d�,"3 � .ItkaT qp ,rm •v , mjr. 1 as r�$w' }>. „G"14 ,4,rl IrI7x�:; a L.i rrfr -:5:';W e.r :'r.. " r��J. y^ita a{�j"•.,Jiff" " 1 i 3a�ii r t7 '' v�,r r r E,9rJ:',.:Pr +w•. aw � w,k;,, �'w. t .P qa W,`°:r,'F^Y "'�C,r" �"+ul 'I�nr• .r; „Fr {,yq�+ y MEWd�.7+'^I er+?:f.r, r :rJ r .1'.i:rra �i. e''� �„y rU�;sa,.r.. p .i! r ,y h 'W}%.�d. P} ':p,i.•.,ANn rF 3} kf, !'+ a {"��?n`$• ��y,}y,, >•:riY; y{N..,� A'F + f°4� G,. '�J '"Hrr,v;,, Yda,'a`�}tlye,,:!i•.a �h+ �:`.'a, y a D�'"�wt:,.,+ `.'a yr h. .�'Ard,E��2y'� E� Y 'y>r?�p b �' ''��yr,�'ypgk�.1 p f�N�'c'SN F. ��if�S��,. it>A ��T^Gn^ � k1� 1'� ,�I �i�;. ���Nk'Af i. LL %�,.(' .!:i d 1L�rn.MA'��' ^� '4i.•.M V��Ilr :a. '7� A.Sly,i �� ':�"i rd�+y� J v':, Ih '.�n�Yt.�IP..:e�>;. 9/F:; a Y 6 sl:ia w„.a'4 1 r a w'•" yA , :';S:v:rrawtFGt"ly��q i,�D^, "or r' ,'y t,,..,..;,. 1 t:'4c�.:: 'h Nva :,�..w., r,aSm 1.�' rG n.{�1rjS D YkrNa G"'±y+Nh �d„f :; +a"y{ aµ,},r � � .;P f rk � ,YM1,4 ;.d l�w� Y z; 'kk y{ y +:y c +�.:. f ,w o,,: r i,?!q "! d:r,.a j 1 Xa .,r�cf it `^x r f,' �fi wY�°r u. �a,i. a.:y"}• l � •h v y ' "x+ ' Y :,,.: , :,.,.+ yr , ''ar yr..;b,. } „„ P C.,.F•. f'�i.•tl ,".q....c Ir r.�. 'i' .4 '% ro °'yy v� ii r v ,i H✓�,..P .,� t., �;, ,,-: .,,+� ,VVr. .� N�. . Yly} r,,.,Vr, !�'F" a1",^r :,,•: r:\' ^�l � "w� , ,r I�� r.,.�;;t v a �^y4�_,;. r .'wro, � ,.r, 0. ''k'�1 + 1, ,p�rPJ x ,; � ,•. mM�a ,w�+'M1 +t. a .': �I�J 1":hrr .P„r"A ,.. N xt :r.f 4 yY.. N";•.. , r �:.w;°ry r - a YC.J�,t+ Jr r4 � �,•;,r"C � f ;"� 9g� .r�r` " � ':.irrY ��{' .f'.:'1,4 �.:KGat.�,} 'N d' Y� a .L.,�,r N 'a a f V.. y ,rv.A4 a �t �^.'�� M1 R w.y 1 ,.:! a d r Y•. m, t,.' rry ��G X a;k"y�"a�I d h'Q ztl°"9•'�'� Wn'cr:,� C •9�'�'.�'� h 7 � •A 4 � � b f r i M {GkM1! � �1T 1. 1 3 r k lP i�q r^�I� tl p �^l�' ,�� FS". { n+ r�f µ.a mr ad Fr�Yn vs' 1 r ti� '� r:Dy}�'r "1';�,d a �al.''"1p "11 wr' r ,::re t' s�P�M',"f� } ?y�'�e�,�• $ t';: J�'� { ^P P yiY'� h � ':'.e� �'w, )� a'p' r 7 ^! F 1 ''^�� t',.ri'T .��F".Y gip, �+P N r"f.+ r ;�� r:. + a `e C �.. A •�ba+D° ,I $?b,�r �" I rr C>� Sv X,r w a ry; s CITY PROJECT NO. 10 w 08 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: QROF � Marcus L. Fuller * C57�71 Assistant Director of Public Works/ Assistant City Engineer �q CMt Civil Engineer C 57271 OFcALIVoR��P Approved by: M,�W- L David J. Barakian, P.E. City Engineer Civil Engineer C 28931 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 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 11 -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III -- APPENDIX City of Palm Springs Standard Drawings Caltrans Standard Plans Crack Sealant Specifications Pavement Fabric Index of Residential Streets 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 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 ASPHALT OVERLAY CITY PROJECT NO. 10-08 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 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 PART 1 CONTENTS December 1,2010 PAGE 1 I I CITY OF PALM SPRINGS i NOTICE INVITING BIDS 2010/2011 ANNUAL ASPHALT OVERLAY City Project No. 10-08 i N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2010/2011 Annual Asphalt Overlay, City Project No. 10-08, will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 4:00 P.M. on January 11, 2011, at which time they will be opened and read aloud. The Engineer's estimate is $1,400,000. N-2 DESCRIPTION OF THE WORK: The Work comprises cold milling of existing asphalt concrete pavement; installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement cracks; installation of geotextile fabric; construction of 1 Y2" hot mix asphalt overlay; traffic striping and markings; and all appurtenant work on various streets in Palm Springs. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, ' responsible bidder, and reject all other bids, as it may best serve the interest of the City. (b) As a condition of award, the successful bidder will be required to submit payment I and performance bonds and insurance. ' N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check i or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm i Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the total bid price for a I period of 60 calendar days from the date of bid opening. I N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A or C12 Contractor license at the time of submitting bids. I 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 i 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 ANNUAL ASPHALT OVERLAY NOTICE INVITI PAGE 1 BIDS CITY PROJECT NO. 10-08 December 1,2010 N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $15.00 per set by cash, check or credit card and are obtainable from the City of Palm Springs Engineering Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. Make checks payable to "City of Palm Springs". (c) An additional mailing fee of $5.00 will be charged for sets of documents sent by mail. Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. If you have a Fed Ex No. or an On-Trac No, include that in your correspondence. If you do not have either of these, please include the mailing fee in your check for Bid Documents to cover the cost of shipping. If you have any questions, please call the Engineering Secretary at (760) 323-8253 ext. 8738 or by e-mail at kim.licon@paimspdngsea.gov. (d) Obtaining Bid Documents and registration as a Bidder: If you are interested in submitting a bid, Bidders shall contact Kim Licon, Engineering Secretary, by e-mail at kim.licon@palmspringsca_gov, or by phone at (760) 323-8253 x 8738, to officially register as a Bidder for this project with your company name, address, phone, fax, contact person and e-mail address. Bidders must be registered to submit a Bid; failure to register may be cause to find a Bid non-responsive. (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be removed from the bound Bid Document and used to submit a bid. (f) This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the City's webpage at www.paimspdngsca,gov/index.aspx?page=85. (g) All questions about the meaning or intent of the Bid Documents are to be directed to the City Engineer. Questions shall be submitted in writing to: Marcus Fuller, Assistant City Engineer, by fax to (760) 322-8325, or by e-mail to Marcus.Fuller@palmspringsca_gov. Questions must be submitted by 2:00 PM, January 5, 2011. Questions received after this date will not be accepted. 2010/2011 ANNUAL ASPHALT OVERLAY NOTICE INVITING BIDS PAGE 2 CITY PROJECT NO. 10-08 December 1,2010 N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer with the name and address of the Bidder and shall bear the words "Bid For.." followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. By Date /n David J. 15arakian, PE I Director of Public Works/ City Engineer I City of Palm Springs I I I I I I 1 1 1 1 1 r r r ► ► ► r ► I 1 1 1 1 1 NOTICE INVITING BIDS ' 2010/2011 ANNUAL ASPHALT OVERLAY PAGE 3 CITY PROJECT NO.10-08 December 1,2010 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE -- a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 INSTRUCTIONS TO December 1,2010 BIDDERS-PAGE 1 utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract 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 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 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 corner 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. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or(b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 INSTRUCTIONS TO December 1,2010 BIDDERS-PAGE 3 (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentage-wise the unit price or item total in the City of Palm Springs's Final Estimate of cost. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment fumished 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 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 INSTRUCTIONS TO December 1,2010 BIDDERS-PAGE 4 I the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 7 calendar days after receipt of the Agreement forms from the City. Failure or refusal t0 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 annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION — The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. - END OF INSTRUCTIONS TO BIDDERS- i 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 INSTRUCTIONS TO December 1,2010 BIDDERS-PAGE 5 ► 1 BID DOCUMENTS 1 1 1 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. I I Bid (Proposal) Bid Schedule(s) List of Subcontractors Local Business Preference Program Good Faith Efforts Non-collusion Affidavit I 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. r I i f i I I I F 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 COVER SHEET ` December 1,2010 BID FORMS-PAGE 1 I 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: f 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 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 I Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the I 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 r 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. i 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 BID (PROPOSAL) ( December 1,2010 BID FORMS- PAGE 2 i ' To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: Bidder: By: (Signature) Title: I i i 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 BID (PROPOSAL) December 1,2010 BID FORMS- PAGE 3 I I BID SCHEDULE Schedule of Prices for the Construction of the: I I 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 I Various City Streets in Sections 10, 11, 13, 19 & 23 in Palm Springs, California I I Item Estimated Unit No. Description Quantity Unit Price Amount I 1- Initial Mobilization -- - LS $ I 2. Traffic Control - - - LS $ i 3. Cold Mill Existing A.C. Pavement 340,000 SF $ $ I 4- Install Pavement Fabric 1,160,000 SF $ $ I ► 5• Construct 1'/z"A.C. Overlay 1,160,000 SF $ $ I 6. Adjust Sewer Manhole to Grade 113 EA $ $ I 7- Adjust Water Valve to Grade 120 EA $ $ I 8. Traffic Striping and Markings --- LS $ ► TOTAL OF ALL ITEMS OF THE BID SCHEDULE: l $ (Price in figures) P I (Price in words) I QUANTITIES OF WORK: I ► 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 I 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. I I Name of Bidder or Firm I I 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 BID SCHEDULE I December 1,2010 BID FORMS-PAGE 4 l INFORMATION REQUIRED OF BIDDER I LIST OF SUBCONTRACTORS I 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 V 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. r Bidders shall list the total%of Work to be performed by the Prime Contractor here: _(shall not be less than 50%) r ( Contractor's Percent License of Total ( Work to be Performed Number Contract Subcontractor's Name&Address r r 1. r 2. i r 3. r r 4. r 5. r M 6. r 7. r 8. r r r r 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 LIST OF SUBCONTRACTORS / December 1,2010 BID FORMS-PAGE 5 I I I LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS I F City Project No.: 10-08 Bid Opening Date The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, r 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: I 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 I placing advertisements inviting proposals in local newspapers, sending request for proposals to i 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 i comply with the requirements of this subsection. I I 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: I I I I I I I Local firms that will furnish materials or supplies to the Bidder for this project: r I I I I I LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS 2010/2011 ANNUAL ASPHALT OVERLAY BID FORMS-PAGE 6 CITY PROJECT NO. 10-08 December 1,2010 I 1 LOCAL. BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS 1 (CONTINUED) 1 In the event no local firms (as defined in Ordinance No. 1756) will provide services, or 1 furnish materials and supplies to the Bidder for this project, the Bidder shall provide 1 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: I 1 A. The names and dates of each publication in which a request for participation by local ► firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): ► I Publications Dates of Advertisement I 1 1 1 r 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 I certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): 1 Names of Date of Follow Up Methods firms Initial and Dates I Solicited Solicitation I I I I 1 r 1 I I LOCAL BUSINESS PREFERENCE PROGRAM 2010/2011 ANNUAL ASPHALT OVERLAY GOOD FAITH EFFORTS CITY PROJECT NO. 10-08 BID FORMS PAGE 7 I December 1,2010 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. LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS 2010/2011 ANNUAL ASPHALT OVERLAY BID FORMS-PAGE 8 CITY PROJECT NO. 10-08 December 1,2010 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) I, , being first duly sworn, deposes and says that ► he or she is of , the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or ► corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, I and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder A 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, 1 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, 1 association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. 1 Bidder BY Title r' Organization Address f 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 NON-COLLUSION AFFIDAVIT r, December 1.2010 BID FORMS-PAGE 9 ALL-PURPOSE ACKNOWLEDGMENT State of County of On before me, Date Name,Title of Officer personally appeared NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature of Notary ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 NON-COLLUSION AFFIDAVIT i December 1,2010 BID FORMS-PAGE 10 BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of: 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. I 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 ASPHALT OVERLAY CITY PROJECT NO. 10-08 I. 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 Farm of Agreement bound with said Contract Documents, furnishes the I required Certificates of Insurance, and furnishes the required Performance Bond and Payment I 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 attorney's fee to be fixed by the court. I SIGNED AND SEALED, this day of , 20_- PRINCIPAL: Check one: individual,_partnership, _corporation r (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 ANNUAL ASPHALT OVERLAY T __- CITY PROJECT NO. 10-08 BID BOND(BID SECURITY FORM) ' December 1,2010 BID FORMS-PAGE 11 I I I BIDDER'S GENERAL INFORMATION 1 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: I I I I I 2. CONTRACTOR'S Telephone Number: ( ) j Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification 1 State License Number(s) I I Supplemental License Classifications I I 4. Surety Company and Agent who will provide the required Bonds on this Contract: I Name of Surety I Address 1 I Surety Company 1 Telephone Numbers: Agent ( ) Surety ( ) 1 5. Type of Firm (Individual, Partnership or Corporation): 1 1 6. Corporation organized under the laws of the State of: 1 I 7. List the names and addresses of the principal members of the firm or names and I titles of the principal officers of the corporation or firm: I I 1 I I 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 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: 9. List at least three related projects completed to date: a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 11. Is full-time supervisor an employee contract services ? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 BIDDER'S GENERAL INFORMATION December 1,2010 BID FORMS-PAGE 13 I I AGREEMENT I I I THIS AGREEMENT made this day of in the year 20_, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as I the City, and hereinafter designated as the Contractor. I 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 ASPHALT OVERLAY I CITY PROJECT NO. 10-08 1 1 The Work is generally described as follows: 1 Cold milling of existing asphalt concrete pavement; installation of hot asphalt-rubber sealant material in designated pavement cracks; installation of asphalt concrete in designated pavement 1 cracks; installation of pavement reinforcing fabric; construction of 1 Y2 inch asphalt concrete 1 overlay; traffic striping and markings; and all appurtenant work on various streets in Palm Springs. 1 1 ARTICLE 2 -- COMMENCEMENT AND COMPLETION I 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 F 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, 1 herein, plus any extensions thereof allowed in accordance with the applicable provisions of the 1 Standard Specifications, as modified herein. They also recognize the delays, expense, and 1 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 1 pay the City the sum of $5,250.00 for each calendar day that expires after the time specified in 1 Article 2, herein. 1 1 1 V 2010/2011 ANNUAL,ASPHALT OVERLAY CITY PROJECT NO. 10-08 AGREEMENT FORM 1 December 1,2010 AGREEMENT AND BONDS-PAGE 1 i ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's i Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ' ARTICLE 6 — NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for wham 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 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 AGREEMENT FORM December 1,2010 AGREEMENT AND BONDS-PAGE 2 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. APPROVED BY THE CITY COUNCIL: ATTEST: CITY OF PALM SPRINGS, i CALIFORNIA Date By Agreement No. i City Clerk e• APPROVED AS TO FORM: I I 1 BY City Attorney 1 I I Date I I CONTENTS APPROVED: 1 I BY 1 City Engineer I Date 1 1 1 BY 1 City Manager 1 1 Date I 1 1 1 1 1 1 1 1 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 AGREEMENT FORM 1 December 1,2010 AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. CONTRACTOR: Name: Check one:_Individual Partnership,Corporation Address: i I By: By: Signature(notarized) Signature (notarized) I Name: Name: I Title: Title: 1 (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 State of i County of I ss County of I ss On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and subscribed to the within instrument and ' acknowledged to me that he/she/they executed the acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. person(s)acted, executed the instrument. ' I certify under PENALTY OF PERJURY under the 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 r paragraph is true and correct. paragraph is true and correct. ' WITNESS my hand and official seal. WITNESS my hand and official seal. ' Notary Signature: Notary Signature: r Notary Seal: Notary Seal: r r r r r AGREEMENT FORM ' 2010/2011 ANNUAL ASPHALT OVERLAY AGREEMENT AND BONDS- PAGE 4 CITY PROJECT NO. 10-08 1 December 1,2010 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) 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 commencing the performance of the Work of this Contract. Contractor By Title I I I I I I 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 I December 1.2010 WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS- PAGE 5 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, and as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. ► WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement ► with said City to perform the Work as specified or indicated in the Contract Documents entitled: ► 2010/2011 ANNUAL ASPHALT OVERLAY ► CITY PROJECT NO. 10-08 1 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract 1 Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. 1 PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or 1 changes in the time of completion, which may be made pursuant to the terms of said Contract 1 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 such alterations or extensions of the Agreement is hereby 1 waived by said Surety. 1 SIGNED AND SEALED, this day of , 20_- 1 CONTRACTOR: Check one: individual,_partnership, _corporation ' (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). ' By SURETY: signature (NOTARIZED) r Print Name and Title: ' By By signature (NOTARIZED) ' signature (NOTARIZED) Print Name and Title: Print Name and Title: ' 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 PERFORMANCE BOND December 1,2010 AGREEMENT AND BONDS-PAGE 6 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, and as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this day of , 20_. 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY PAYMENT BOND CITY PROJECT NO.08-28 AGREEMENT AND BONDS-PAGE 7 February 1,2010 CONTRACTOR: Check one: individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, I President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: I signature (NOTARIZED) I ( Print Name and Title: M By By 1 signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: 1 1 1 1 r r r r r r r r r ' 2008/2009&2009/2010 ANNUAL ASPHALT OVERLAY PAYMENT BOND 1 CITY PROJECT NO.08-28 AGREEMENT AND BONDS-PAGE 8 ' February 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 B I C D I TYPE OF WORK PERFORMED AND LOCATION I TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS(x1000) I EACH OCCURRENCE AGGREGATE I COMPREHENSIVE GENERAL LIABILITY I Including: ❑ EXPLOSION AND COLLAPSE BODILY INJURY $ $ $ LJ UNDERGROUND DAMAGE PROPERTY DAMAGE $ I ❑ PRODUCTSICOMPLETED OPERATIONS or I� CONTRACTUALINSURANCE LJ BROAD FORM PROPERTY DAMAGE ❑ INDEPENDENT CONTRACTORS BODILY INJURY AND n PROPERTY I .1 PERSONAL INJURY DAMAGE COMBINED 1 $ $ PERSONAL INJURY $ I COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON $ Induding: EACH ACCIDENT n .�1 OWNED PROPERTY DAMAGE $ I ❑ HIRED ( ❑ NON-OWNED or BODILY INJURY ( MOTOR CARRIER ACT AND PROPERTY DAMAGE COMBINED $ I EXCESS LIABILITY BODILY INJURY Including: AND PROPERTY II ,, DAMAGE COMBINED LJ EMPLOYER'$LIABILITY $ I WORKER'S COMPENSATION STATUTORY And EMPLOYER'S LIABILITY Including: EL $ (EACH ACCIDENT) ( ❑ LONG SHOREMEN'$AND HARBOR WORKERS I 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 certlficate 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 I 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 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 I 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. I Cancellation:Should any of the above described policies be cancelled before the expiration dale thereof,the issuing company will mail 30 days written notice to the below- named certificate holder: NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY w-w(iRIICO RefmtseeTwTm Or �;(XPN+Rswfrb MCOW— I 2010/2011 ANNUAL ASPHALT OVERLAY CERTIFICATE OF INSURANCE CITY PROJECT NO. 10-08 AGREEMENT AND BONDS-PAGE 9 December 1,2010 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II -- SPECIAL PROVISIONS 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 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 2010/2011 ANNUAL ASPHALT OVERLAY PART II—SPECIAL PROVISIONS CITY PROJECT NO. 10-08 GENERAL CONTENTS-PAGE 1 December 1,2010 CITY OF PALM SPRINGS ' PUBLIC WORKS AND ENGINEERING DEPARTMENT I SPECIAL PROVISIONS I 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS I 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 ("Greenbook"), 2009 Edition, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may apply to, and be in accordance with, the following Special Provisions. I In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions. 1-1.2 Supplementary Reference Specifications. - Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work I 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 1 Construction ("Greenbook"), 2009 Edition, as previously specified in the above 1 paragraph. 1 1-2 LEGAL ADDRESS i 1 1-2.1 Legal Address of the City. - The official address of the City shall be City of 1 Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such 1 other address as the City may subsequently designate in written notice to the Contractor. 1 1.2.2 Legal Address of the Engineer. -The official address of the Engineer shall be 1 the Director of Public Works/City Engineer, City of Palm Springs, Engineering 1 Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such 1 other address as the Engineer may subsequently designate in writing to the Contractor. I 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 Street Maintenance ` Manager, City of Palm Springs, Public Works and Engineering Department, 3200 E. I 2010/2011 ANNUAL ASPHALT OVERLAY TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 December 1.2010 Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor. 1-3 DEFINITIONS AND TERMS 1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency - The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. Engineer - The Director of Public Works/City Engineer of the City of Palm Springs, California. Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans - The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner- The Owner shall be the Agency, as defined above. Working Day- A Working Day is defined as any day, except as follows: (a) Fridays, Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year's Day(January 1) Martin Luther King Jr. Day(Third Monday in January) President's Day (Third Monday in February) Memorial Day(Last Monday in May) Independence Day(July 4) Labor Day (First Monday in September) Veteran's Day(November 11) Thanksgiving Day(Last Thursday in November) Day after Thanksgiving Day Christmas Eve Day (December 24) Christmas Day (December 25) (a) When a designated holiday falls on a Friday or Saturday, the Thursday before the holiday shall be a designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. 2010/2011 ANNUAL ASPHALT OVERLAY TERMS, DEFINITIONS,ABBREVIATIONS,AND SYMBOLS CITY PROJECT NO. 10-08 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 - I I I I I I i M I I 1 1 I I I I I 1 1 I I I 1 1 1 1 1 1 2010/2011 ANNUAL ASPHALT OVERLAY TERMS,DEFINITIONS,ABBREVIATIONS,AND SYMBOLS 1 CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 December 1.2010 r SECTION 2 -- SCOPE AND CONTROL OF WORK 2-1 GENERAL Particular attention is directed to the provisions of Section 6-1, "Construction Schedule and Commencement of Work," Section 6-7, "Time of Completion," and Section 6-9, "Liquidated Damages" of the Standard Specifications. After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. s Said Work shall be diligently prosecuted to completion before the expiration of: ' 20 WORKING DAYS from the date specified in the Notice to Proceed issued by the City. Said time of completion does not include time associated with ordering long lead-time items. Contractor shall refer to Section 4-2.2 of these Special Provisions for requirements associated with ordering long lead-time items. As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum set forth in the Agreement per day for each and every calendar day's delay in finishing the Work in excess of the number of working days prescribed above. I 2-2 CONTRACT BONDS 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION I I The following shall be added at the end of Section 2-4 of the Standard Specifications: I "The Contractor shall ensure that its Bonding Company is familiar with all I of the terms and conditions of the Contract Documents, and shall obtain a I written acknowledgement by the Bonding Company that said Bonding I Company thereby waives the right of special notification of any changes 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." I I 2-2.2 EXECUTION OF BONDS I Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) I one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties 1 and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure 1 Section 995.510 shall be met to the satisfaction of the City Engineer. 2010/2011 ANNUAL ASPHALT OVERLAY SCOPE AND CONTROL OF WORK 1 CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 2-PAGE 1 December 1,2010 I 2-3 CONTRACT PLANS The City has not prepared construction drawings ("plans") for the work included on this project. The nature of this project involves the overlay of various local streets as listed in the Appendix. The Contractor shall pursue completion of the work in the following manner: I 1. Perform a 1'/2" grind of existing asphalt concrete pavement for a width of 6 feet adjacent to all existing concrete curbs and gutters running parallel with the street to have an asphalt overlay; 2. Perform a 1'/2" grind of existing asphalt concrete pavement far a width of 18 feet i adjacent to all existing concrete cross-gutters running perpendicular to the street to have an asphalt overlay; i 3. Perform a 1'/2" grind of existing asphalt concrete pavement for a width of 18 feet I at the limits of any street scheduled to have an asphalt overlay which conforms I to existing asphalt concrete pavement of a street not scheduled to have an asphalt overlay; 4. Install crack-seal or crack-fill material in all existing cracks in accordance with the specifications; 5. Install geotextile fabric over all areas to receive an asphalt overlay; ( 6. Construct 1%" hot mix asphalt overlay; 7. Adjust existing sewer manholes and water valves to grade; 8. Install traffic striping and markings to replace existing. 2-4 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: ' In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7_ Instructions to Bidders 8. Plans (Contract Drawings) 9. Standard Plans r 10. Standard Specifications ' 11. Reference Documents With reference to the Drawings, the order of precedence shall be as follows: ' 2010/2011 ANNUAL ASPHALT OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 2-PAGE 2 December 1,2010 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings 2-5 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: i "2-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE ' NOT CONTRACT DOCUMENTS. The Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data," the Contractor may not rely upon or make any claim against the City, the I 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 I aspects of the means, methods, techniques, sequences, and procedures I of construction to be employed by Contractor and safety precautions and programs incident thereto, or I I 2-7.1.2. Other Information. - Any other data, interpretations, I opinions, and information contained in such reports or shown or indicated 1 in such drawings, or 1 2-7.1.3. Interpretation. - Any interpretation by the Contractor of 1 such "technical data," or any conclusion drawn from any "technical data" 1 or any such data, interpretations, opinions or information." 1 2-6 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY 1 1 Unless indicated otherwise, all temporary access or construction rights-of-way, other 1 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 1 own expense. 1 1 2-7 SURVEYING 1 The Contractor will be required to have a California licensed surveyor to set all stakes 1 and hubs, furnish all lines, grades and measurements necessary for the proper 1 prosecution and control of the work contracted for under these specifications. No direct 2 1012011 ANNUAL ASPHALT OVERLAY SCOPE AND CONTROL OF WORK 1 CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 2-PAGE 3 December 1,2010 1 payment will be made for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. The Contractor must give weekly copies of all survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction or staking not in accordance with the established grades and/or alignment shall be replaced without additional cost to the City. The Contractor shall provide all construction surveying by a California registered land surveyor, including monument tie-out and comer record filing, as required by the Engineer or his representative. Payment for any and all construction surveying required by this Project, by the Contractor's Surveyor, shall be considered as included in the various bid items of work, and no additional compensation shall be allowed therefore. 2-8 PROTECTION OF SURVEY MONUMENTS SPECIAL NOTE: There may be many existing survey monuments along the centerline of the streets scheduled for an asphalt overlay. The Contractor will be required to ensure that all existing survey monuments to be disturbed (i.e. covered with asphalt concrete overlay) are surveyed, re-established, re-set, and corner records filed with Riverside County as required by law. Existing survey monuments protected by a monument well, frame and cover shall be protected in place and the existing monument frame and cover adjusted to grade. Existing survey monuments set into the existing asphalt concrete surface (i.e. tag and nail) shall be replaced as necessary to re- establish the survey monument control after installation of the asphalt concrete overlay. It shall be the Contractor's responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including comer record filing, for the existing type of monument in question at the Contractor's expense. Any existing monument shall not be disturbed. The Contractor shall maintain a survey location check on the monument without cost to the City. The Contractor is advised that any resetting of monuments will be the responsibility of the Contractor, to be reset by a California licensed Land Surveyor. Should the Contractor anticipate the removal of any survey monuments, it shall notify the Engineer prior to removal. The Contractor shall be financially responsible for reinstalling existing or installing new monument wells, after resetting of any disturbed survey monument. The cost to perform this work shall be considered as included in the various bid items, and no additional payment will be made therefore. 2010/2011 ANNUAL ASPHALT OVERLAY SCOPE AND CONTROL OF WORK CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 2-PAGE 4 December 1,2010 2-5 AUTHORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of performance and rate of progress of the Work, (4)the interpretation of the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The Engineer's decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to carry out promptly. 2-10 INSPECTION I The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall I be subject to the Engineer's inspection. When the Work is substantially completed, a representative of the Engineer will make I the final inspection. 2-11 SITE EXAMINATION I I The Contractor shall have the sole responsibility of satisfying itself concerning the 1 nature and location of the Work, and the general and local conditions, such as, but not I limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with all available information regarding 1 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 1 performing the Work according to the Contract Documents. 1 2-12 FLOW AND ACCEPTANCE OF WATER 1 Storm, surface, nuisance, or other waters may be encountered at various times during 1 1 construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, and has 1 prepared its Bid accordingly; and the Contractor, by submitting such a Bid, assumes all 1 said risk. 1 - END OF SECTION - 1 I' ' 2010/2011 ANNUAL ASPHALT OVERLAY SCOPE AND CONTROL OF WORK ' CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 2-PAGE 5 December 1,2010 I SECTION 3 -- CHANGES IN WORK 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3.2.3 of the 2006 edition shall be deleted in its entirety and the following substituted: 3-2 PAYMENT 3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to read as follows: (a) Work by Contractor. The following percentages shall be added to the Contractors costs and shall constitute the markup for all overhead and profit. 1) Labor 24 percent (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1 st tier only) 5 percent 6) Lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. 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 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 Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in 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. 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 Engineers 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 ANNUAL ASPHALT OVERLA CHANGES IN WORK CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 3-PAGE 1 December 1,2010 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 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 Engineer's Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, 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. When the compensation payable for the number of units of an item of work 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 I be made if requested in writing by the Contractor. 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 i of said item performed, unless covered by an executed contract change order I 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, I 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 I 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 I would be made at the Contract Unit Price. I I Such adjustment of the contract unit price will be the difference between the I 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. I 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 1 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 1 exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity for such item at the original Contract Unit 1 Price. 1 1 2010/2011 ANNUAL ASPHALT OVERLAY CHANGES IN WORK 1 CITY PROJECT NO, 10-08 SPECIAL PROVISIONS-SECTION 3-PAGE 2 December 1,2010 1 3-2.2.1(d) Eliminated Items on Unit Price Contracts: On unit price contracts, 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 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, 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. The actual costs or charges to be paid by the City to the Contractor as provided 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, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. - END OF SECTION - 2010/2011 ANNUAL ASPHALT OVERLAY CHANGES IN WORK CITY PROJECT NO. 10-08 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, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an "or equal" item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request approval for "or equal" products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1.1, above. Data for approval of "or equal" products shall include complete calculations, technical specifications, samples, Or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 4.2 MATERIALS 4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic 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 vendor(s) that the order(s)for said supplies, materials, and equipment has been received and accepted by said vendors) within 15 working days from the date of said award of Contract. - END OF SECTION - 2010/2011 ANNUAL ASPHALT OVERLAY CONTROL OF MATERIALS CITY PROJECT NO. 10-08 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 provisions of Section 5-5, subparagraph 4, of the Standard Specifications: "In any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunk-line utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The agency will compensate the contractor for the costs of locating, repairing damage not due to the failure of the contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The contractor shall not be assessed liquidated damages for delay in i completion of the project, when such delay was caused by the failure of the i public agency or the owner of the utility to provide for removal or relocation of such utility facilities. i i Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, l on or adjacent to the site of the construction; provided, however, nothing herein I shall relieve the public agency from identifying main or trunk-lines in the plans I and specifications. I If the contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he shall I immediately notify the public agency and utility in writing. I The public utility, where they are the owner, shall have the sole discretion to I perform repairs or relocation work or permit the contractor to do such repairs or I relocation work at a reasonable price." I (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions I shall be added to the end of Section 5-5 of the Standard Specifications_ I I "If the Contractor, while performing the Contract, discovers utility 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. 2010/2011 ANNUAL ASPHALT OVERLAY UTILITIES I CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 5-PAGE 1 December 1,2010 I The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price." 5-2 UTILITY LOCATION AND PROTECTION Locations of existing utilities shown on the Plans are approximate and may not be complete. The Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work. The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. All Southern California Edison vaults, Verizon vaults, Southern California Gas Company valves, and other subsurface structures shall be protected by the Contractor as specified in the Special Provisions. - END OF SECTION - 2010/2011 ANNUAL ASPHALT OVERLAY UTILITIES CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 5-PAGE 2 December 1,2010 SECTION 6 -- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES Amount. - The amount of liquidated damages as specified in Section 6-9 of the Standard Specifications shall not apply, but shall be as stated in the Agreement. 6-2 TIMES OF OPERATION Hours of Operation. - It shall be unlawful for any person to operate, permit, use, or cause to operate any of the following, other than between the hours of 7:00 a.m. to 3:30 p.m., Monday through Thursday, with no work allowed on City-observed holidays, unless otherwise approved by the Engineer: 1_ Powered Vehicles 2. Construction Equipment 3. Loading and Unloading Vehicles 4. Domestic Power Tools 6-3 NOTIFICATION The Contractor shall notify the City and the owners of all utilities and substructures not less than 2 working days prior to commencing the Work. The following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS Mike Lytar, Senior Public Works Inspector (760) 323-8253 George Herrera, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Bill Morrow (760) 778-3627 DESERT WATER AGENCY Attention: Ms. Debbie Randall (760) 323-4971 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 PROSECUTION,PROGRESS, 2010/2011 ANNUAL ASPHALT OVERLAY AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 6-PAGE 1 December 1,2010 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 UNDERGROUND SERVICE ALERT (800) 227-2600 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub- contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre-Construction Conference. - END OF SECTION - PROSECUTION,PROGRESS, 2010/2011 ANNUAL ASPHALT OVERLAY AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 6-PAGE 2 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 laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing." 7-2 Hours of Labor. — Eight hours labor constitutes a legal day's work. The 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 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 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-08 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. 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 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 i Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. 7-6 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the I City or with a state or federally chartered bank as the escrow agent, who shall return I such securities to the Contractor upon satisfactory completion of the Contract. Deposit I of securities with an escrow agent shall be subject to a written agreement for in-lieu I 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 to the Contractor until I the City has certified to the escrow agent, in writing, that the Contract has been 1 satisfactorily completed. The City will not certify that the Contract has been satisfactorily 1 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 I limited to those listed in Section 16430 of the Government Code, and to bank or savings 1 and loan certificates of deposit. I 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 1 Contractor for a time extension, payment of money, or damages arising from the work 1 done by or on behalf of the Contractor pursuant to this Contract, or payment of an 1 amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq., relating to informal conferences, non-binding 1 judicially-supervised mediation, and judicial arbitration. 1 1 A single written claim shall be filed under this Article prior to the date of final payment for ' all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have ' against the Contractor. If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the N 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 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR ' CITY PROJECT NO. 10-08 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 the claim is more than $50,000, but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50,000. If the claim is more than $50,000, but less than $375,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, whichever is greater. If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-8 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules 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 him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-10, 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: 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 request. 2. A certified copy of all payroll records, enumerated herein, shall be made 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. 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 7.10, paragraph 2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of 2010/2011 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 7-PAGE 3 December 1,2010 preparation by the Contractor, sub-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. 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 the records within 10 days after receipt of a written request. Any copy of records made available for inspection as copies, and furnished upon request to the public or any public agency by the awarding body, the Division of 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, address, and social security number. The name and address of the Contractor awarded the Contract or performing the Contract shall not be marked or obliterated. The Contractor shall inform the body awarding the Contract of the location of the records enumerated under said Section 7-8, paragraph one, herein, including the street address, city and county, and shall, within 5 working days, provide a notice of any change of location and address. In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section. Should noncompliance still 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 for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. 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 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 number need only appear on the first payroll on which his or her name appears. The payroll shall be accompanied by a "Statement of Compliance," signed by the employer 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 "Statement of Compliance" shall be on forms fumished by the City, or on any form with identical wording. The Contractor shall be responsible for the submission of copies of payrolls from all subcontractors. If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all 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 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 2010/2011 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 7-PAGE 4 December 1,2010 satisfactory payrolls shall be in addition to all other retentions provided for in the 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 The limits of liability for insurance, as required by Section 7-3 and 7-4 of the Standard Specifications, shall provide coverage for not less that the following amounts, or greater where required by laws and regulations: 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 Re uired 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 1 service provider on City premises. At a minimum this policy shall: I I • be written on a per occurrence basis; and • include products and completed operations liability, independent contractors 1 liability, broad form contractual liability, and cross liability protection. 1 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 shall: 1 • be written on a per occurrence basis; and 1 . include coverage for Bodily Injury and Property Damage, Owned, Non-owned 1 and Hired Vehicles; and 1 . include coverage for owned, non-owned, leased and hired vehicles. If an automobile is not used in connection with the services provided by the contractor, vendor or service provider, a written request to waive this requirement should be made to the City's Risk Manager. ' 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time ' 2010/2011 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR ' CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 7-PAGE 5 ' December 1,2010 during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement foram available from the City's Risk Manager. At a minimum, this policy shall: • provide statutory requirements of the State of California; and • include $1,000,000 Employers Liability. B. Minimum Limits of Insurance Coverage Reguired $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: 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 carrier meets all other standards and can satisfy surplus amounts equivalent to a B+, Class VII rating. 3. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. D. Verification of Insurance Coverage All individuals, contractors, agencies, and organizations conducting business for the City shall provide proof of insurance by submitting one of the following: (1) an approved General and/or Auto Liability Endorsement Form for the Cityof Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees and agents are named as an additional insured" ("as it relates to a specific contract" or "for any and all work performed with the City" may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have" ("as it relates to a specific contract" or "for any and all work performed with the City" may be included in this statement). See Example A below. 2010/2011 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 7-PAGE 6 December 1,2010 As an alternative to the non-contributory endorsement, the City will accept a waiver of subrogation endorsement on the General Liability policy. At a minimum, this endorsement shall include the following language: "This insurance company agrees to waive all rights of subrogation against the City of Palm Springs, its officers, officials and employees for losses paid under the terms of this policy which arise from the work performed by the named insured for the City." 3. "The insurance afforded by this policy shall not be cancelled except after thirty days prior written notice by certified mail return receipt requested has been given to the City." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See Example B below. The Workers' Compensation and Employer's Liability policies shall contain waiver of subrogation clause in favor of City, its elected officials, officers, employees, agents and volunteers. See Example C below. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. All certificates and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of works hall not waiver the contractor's obligation to provide them. I E. Acce table Alternatives to Insurance Indust Certificates of Insurance I The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form I specific to a particular insurance company that has similar wording) as long as the I form is accompanied by a CG 20 37 10 01. In addition, the City will accept the I 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 premium) and additional I insured and/or loss-payee status, when appropriate, for the City. I . Binders and Cover Notes are also acceptable as interim evidence for up to 90 I days from date of approval I 1 I I 2010/2011 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 7-PAGE 7 December 1,2010 I F. Endorsement Language for Insurance Certificates: Example A: THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF i THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. Example B: I SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT s1:11151:11=11: 11111114�21QSE NO OBLIGATION ORITC ACCKIT I I *The broker/agent can include a qualifier stating "10 days notice for nonpayment of premium." I I I Example C: I IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL 1 INSURED(S), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO. I 1 G. Alternative Programs/Self-Insurance 1 1 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 coverage. These programs are subject to separate approval once the City has 1 reviewed the relevant audited financial statements and made a determination that 1 the program provides sufficient coverage to meet the City's requirements. 1 The City has recently joined SPARTA (Service Providers & Artisans Trade Activities 1 Program) to accommodate smaller contractors and service providers who have 1 difficulty in meeting the City's insurance requirements. The SPARTA Program offers 1 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 1 your company is under contract with the City. 1 2010/2011 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR 1 CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 7-PAGE 8 1 December 1,2010 Insurance is provided on a per project basis and is overseen by the Municipality Insurance Services, Inc. Essex Insurance Company provides coverage and is an A++ rated company. There is a 24-hour response time and coverage is immediate. A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. Type of work covered: A. Personal services contracts; B. General contractors and their subcontractors (certain specialty trades excluded); C. Consultants; and D. Providers of goods. H. Waiver of Modification of the Insurance Requirements Any waiver or modification of the insurance requirements can only be made by the City's Risk Manager or designee at City's discretion. If you do not believe that the insurance requirements apply to you (e.g., you do not have employees and are not subject to the State workers' compensation insurance requirements; you do not drive an automobile in connection with the services you provide to the City; professional liability or errors and omissions liability insurance is not available for the type of services you are performing, etc.), please submit a written request for waiver or modification of the insurance requirements and the reasons underlying your request to the Risk Manager. All requests for waiver or modification will be reviewed and a final determination rendered by the Risk Manager. 7-10 PERMITS 7-10.1 Business License. The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The 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. All other provisions of Section 7-5 of the Standard Specifications shall remain in force. 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 obtained from the office of the Engineer. 7-11 SITE CLEANUP Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance, as required in 2010/2011 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO, 10-08 SPECIAL PROVISIONS-SECTION 7-PAGE 9 December 1.2010 i Section 7-12 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 necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractor's bid. Full compensation for all work required in this section shall be considered as included in I the contract prices paid for the related items of work and no additional compensation will be allowed therefore. 7.12 DUST CONTROL I i The Contractor shall be responsible for maintaining the project site and Providing adequate dust control 24 hours a day, everyday, through the duration of the rp oiect in conformance with City requirements, Section 7-8 of the Standard I Specifications, and to the satisfaction of the City Engineer. I I The cost of this work shall be included in the price of various items in the Bid I Schedule, and no additional payment will be made therefore. I - END OF SECTION - I I I 1 I 1 I I 1 1 I 1 I I I 1 I I 2010/2011 ANNUAL ASPHALT OVERLAY RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 7-PAGE 10 December 1,2010 I SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (BLANK) - END OF SECTION - 2010/2011 ANNUAL ASPHALT OVERLAY FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 10-08 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 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 shall be directed to the Engineer. ' Payments shall be processed in accordance with Section 9-3 "Payment" of the Greenbook Standard Specifications for Public Works Construction, provided, however, that the Contractor shall make an approximate measurement of the work performed prior to the closure date of each month to serve as the basis of an invoice for making monthly payments. The closure date shall be established as the last day of the month in which work is performed. The Engineer shall review the Contractor's monthly measurement of the work, and shall either reject or approve the measurements. If rejected, the Contractor shall revise the monthly measurement of work according to the Engineer's measurements, and resubmit for approval by the Engineer. The Contractor shall receive payment by mail to the Contractor's business address within 30 days of the Engineer's approval of the Contractor's monthly measurement of the work. Payments shall not be made more frequently than once per month. 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; 2010/2011 ANNUAL ASPHALT OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 9-PAGE 1 December 1,2010 I 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 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 therefore: At the expiration of 35 days after acceptance of the Work by the City, or as i 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. I 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 I 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 the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall require Completion of all of the listed items during the first 10 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheet(s) under Item No. 1, which price shall constitute full compensation for all ' such work. Payment for Initial Mobilization will be made in the form of a single, lump- sum, non-proratable payment, no part of which will be approved for payment under the Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and ' equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items: ' 1. Moving onto the site of all Contractors plant and equipment required for the first month's operations. 2. Providing on-site sanitary facilities and potable water facilities, as specified per Paragraph 7-8.4, "Sanitation" of the Standard Specifications. 2010/2011 ANNUAL ASPHALT OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 9-PAGE 2 December 1.2010 3. Furnishing, installing, erecting, and maintaining all storage buildings or sheds required for the temporary storage of any products, equipment, or materials that have not yet been incorporated into the Work. All such storage facilities shall meet or exceed the material manufacturer's published storage requirements and these Special Provisions, including any ambient temperature and humidity controls, if recommended by the material manufacturer, and for all security and safety on and about the site of the Work. 4. Arranging for, and erection of, the Contractor's construction and storage yard per Section 7-10, "Public Convenience and Safety." 5. Obtaining and paying for all required bonds, insurance, and permits. 6. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. 7. Having the Contractor's superintendent at the job site full-time. 8. Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications. In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5.3, "Submittals" of the Standard Specifications. No payment for any of the listed Initial Mobilization Work items will be made until all of the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payment pursuant to the provisions of Public Contract Code 22300. - END OF SECTION - 2010/2011 ANNUAL ASPHALT OVERLAY MEASUREMENT AND PAYMENT CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 9-PAGE 3 December 1,2010 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1 Location of the Work The asphalt concrete overlay work is located in Palm Springs, on various streets as listed in the Appendix: 10-2 TRAFFIC CONTROL 10-2.1 Maintaining Traffic. - Attention is directed to Sections 7-10, "Public Convenience and Safety," of the Standard Specifications. 10-2.2 Field Operations. -- The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions. The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use. 10-2.3 Construction Signing, Lighting and Barricading -- Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with Part 6 "Temporary Traffic Control" of the California Manual on Uniform 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 6 of the California MUTCD is available on line at: http://www.dot.ca.gov/hq/traffops/signtech/mutcdsupp/pdf/camutcd2010/Part6.pdf. All signs, barricades and other temporary traffic control devices required for the work shall be indicated on and be an integral part of the Traffic Control Plan submitted to and approved by the City Engineer. 10-2.4 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 CONSTRUCTION DETAILS December 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 1 10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the property owners or occupants of affected properties with a written notice 72 hours prior to the beginning of construction. Said notice shall be prepared and submitted to the Engineer for approval prior to notifying property owners or occupants of affected properties. 10-2.6 Traffic Disruptions. -- For all road closures, road detours, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. All warning signs shall be manufactured with high intensity faces and legends, and shall be placed at least 7 calendar days prior to the commencement of construction. All work done on major and secondary thoroughfares shall utilize solar powered flashing arrow boards, and all signs shall remain in place during nighttime hours. 10-2.7 Traffic Signal Operations. - The Contractor shall not modify existing traffic signal timing. The Contractor shall notify the City 2 working days in advance of any lane closures or detector loop removals so that the City can modify the signal timing appropriately. 10-2.8 Travel Lanes. - In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times. At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of all lanes of traffic. Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. 10-2.9 Detours. - The Contractor shall provide, install, and remove any detours for the routing of vehicular and pedestrian traffic as shown on the Drawings, as specified in the Special Provisions, or as directed by the Engineer. 10-2.10 Traffic Access and Control. - The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic around all work in the construction zone, including solar-powered arrow boards. All traffic controls shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to replace any part of these requirements. 10-2.11 Parking and Access. - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner. 10-2.12 Pedestrians. - The Contractor shall erect signs and barricades to direct pedestrians through or around the construction zone. These signs and barricades shall be an integral part of the Contract, and shall be included as part of the Bid Item for traffic Control in the Bid Schedule, and no additional compensation will be allowed therefore. 2010/2011 ANNUAL ASPHALT OVERLAY CONSTRUCTION DETAILS CITY PROJECT NO. 10-08 December 1,2010 SPECIAL PROVISIONS SECTION 10 PAGE 2 10-2.13 Public Safety During Non-Working Hours. - Notwithstanding the Contractor's primary responsibility for safety at the site of the Work when the Contractor is not present, the Engineer, at his Option, after attempting to contact the Contractor, may direct City forces to perform any functions he may deem necessary to ensure public safety at or in the vicinity Of the site of the Work. If such procedures are implemented, the Contractor shall be responsible for all expenses incurred by the City. 10-2.14 Measurement and Payment - Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these special provisions. Payment for traffic control shall be made at the lump sum price Bid for"Traffic Control", and no additional compensation shall be allowed therefore. i 110-3 COLD MILLING 10-3.1 General. All cold milling shall be performed in accordance with Section 302-5.2 of the Standard Specifications. I 10-3.2 Variable Thickness Cold Milling (Header Cut). - Edges of the area to be paved shall be cold milled in a triangular cross-section to a maximum depth of 1 Y2 inches, for a I width of 6 feet adjacent to all existing concrete curbs or gutters, extending parallel with the I street. Conform edges at the limits of streets scheduled to receive an asphalt overlay, I matching existing asphalt concrete or existing concrete cross-gutters (extending perpendicular to the street receiving an asphalt overlay) shall be cold milled in a triangular cross-section to a maximum depth of 1'/2 inches, for a width of 18 feet. The Contractor's attention is directed to the fact that in some areas, the asphalt concrete has been built up 1 above the gutter lip more than inch. 1 10-3.3 Temporary Transition Ramps. - Where cold milling is done normal to traffic, the 1 header cuts shall be filled with temporary asphalt concrete Or asphalt concrete grindings 1 to form a ramp in the header cut at least 5 feet wide, after the cold milling, before the 1 street is opened to traffic. This temporary ramp shall be removed prior to placement of the overlay. 1 1 10-3.4 Disposal Site. - The Contractor shall specify the route and the disposal site of the 1 material which is required to be removed and hauled away. The Contractor shall provide ' this information at the Pre-Construction Conference. The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner's approval. 10-3.5 Payment - Payment for variable thickness cold milling of asphalt concrete pavement, shall be made at the unit price bid per square foot for "Cold Mill Existing A.C. ' Pavement" in the Bid Schedule. Payment for variable thickness cold milling of asphalt concrete pavement shall include cold milling to a depth of 1'/2 inches below the lip of t 2010/2011 ANNUAL ASPHALT OVERLAY CONSTRUCTION DETAILS CITY PROJECT NO. 10-08 ' December 1,2010 SPECIAL PROVISIONS SECTION 10-PAGE 3 gutter regardless of the thickness of asphalt concrete actually cold milled, and additional compensation shall not be allowed for areas where asphalt concrete pavement has been built up above the gutter lip. The prices bid shall include full compensation for all labor, equipment, tools, and incidentals needed to complete the work in place, including provision of necessary materials, and placement and removal of temporary asphalt concrete pavement, and no additional payment will be allowed therefore. 10-4 CRACK SEALING 10-4.1 Description -The work shall consist of the preparation of cracks and placement of hot asphalt-rubber sealant material in all transverse, longitudinal, block and/or reflective pavement cracks greater than 1/" in width but less than 11/2" in width prior to routing. Cracks 1'/z" and wider shall be cleaned and filled with asphalt concrete material in accordance with Section 10-5 "Crackfilling". The Contractor will be required to thoroughly complete preparation of all cracks at least '/" in width no matter the number of or how widespread the existing cracks extend across the asphalt pavement, to the satisfaction of the Engineer, prior to scheduling installation of pavement reinforcing fabric and construction of asphalt concrete overlay. 10-4.2 Delivery and Storage - All materials shall be delivered to the site in an undamaged condition. The materials shall be protected against damage and stored in a location approved by the Engineer. Defective or damaged materials shall be replaced by the Contractor at no expense to the City. 10-4.3 Materials - Asphalt-vulcanized rubber crack sealant material for pavement cracks I greater than '/", but less than 11/2" in width, shall be CrafcoT"" PolyFlex Type 3 sealant or I approved equal and shall conform to the following requirements: I 1. Asphalt shall be type PG 70-10 conforming to the provisions of Section 203 of the I Standard Specifications. 1 I 2. Sealant material when heated in accordance with ASTM D5078 shall have the following characteristics: I I Test Limits I 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. I Flexibility(ASTM D3111 Modified) Pass at 30° F Flow 140' F (ASTM D5329) 3 mm Max 1 Asphalt Compatibility(ASTM D5329) Pass 1 Bitumen Content (ASTM D4) 60% Min. 1 Tensile Adhesion (ASTM D5329) 400% Min. Safe Heating Temperature 400" F 1 Recommended Pour Temperatures 3800 F 1 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 CONSTRUCTION DETAILS 1 December 1, SPECIAL PROVISIONS-SECTION 10-PAGE 4 I Unit Weight at 600 F 10.0 lbs./gal. 3. The sealant material shall have no water or volatile solvents and shall cure immediately upon cooling to a sufficient viscosity to prevent tracking by traffic. 4. The material will be packaged in approximately 60 lb. boxes with a polyethylene liner. The boxes shall be placed on pallets weighing approximately 2200 lbs. and shall be covered with a weather resistant covering. 5. The asphalt-rubber crack sealant material shall be accompanied by a certificate of compliance with these specifications from the manufacturer. The Contractor shall submit the manufacturer's material certification for the asphalt sealant to the Engineer for review and approval at least fourteen (14) days prior to commencing any work. Crack sealant material for pavement cracks greater than 1'/2" in width shall be type E asphalt concrete in accordance with Section 203-6 of the Standard Specifications. Cracks 1'/2" and wider shall be cleaned and filled with asphalt concrete material in accordance with Section 10-5 "Crackfilling". 10-4.4 Equipment - The equipment to mix and apply rubberized asphalt crack sealer shall be CrafcoTM Model BC-220 or approved equal of current manufacturer. The joint and crack routing and cleaning machine shall be CrafcoTIM Model 200 or approved equal of current manufacturer. The joint cleaner attachment shall be CrafCOT"" Model 110 or approved equal of current manufacturer. 10-4.5 Preparation of Cracks - All cracks to be sealed shall be routed, swept, and cleaned with two passes of hot compressed air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. 10-4.5.1 Weed Killer - All cracks and joints shall be treated with an approved weed killer at least two (2) days before sealant application if weeds or other plant material are present in the pavement cracks. The Contractor shall apply weed killer to all plant material prior to their removal, according to the manufacturer's specifications. 10-4.5.2 Routing — All cracks between '/" 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 following dimensions: 1. The router shall remove at least 1/8" from each side of the crack and cut back to sound pavement. 2. The minimum reservoir width is and the maximum width is 1'/z". 3. The reservoir depth shall be 3/ 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS-SECTION 10-PAGE 5 10-4.5.3 Crack Cleaning and Drying — The crack and routed reservoir shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering hot air at 3000°F and 3,000f/s. Care shall be taken to avoid overheating the pavement. The first pass, should be made along the crack in a steady fashion, and should clean and heat, but not burn, the crack sidewalls. The heat lance should be held approximately 2 inches above the crack channel. Proper heating is manifested by a slightly darkened color; burning is apparent by a black color and a very gritty texture. The second pass should completely remove all the dislodged crack particles from the roadway and shoulder. The hot airblasting operation shall be conducted immediately prior to the sealing operation to limit the amount of dust and debris blown into the cleaned crack channel, maximize crack warmth, and minimize the potential for formulation of moisture condensation in the crack channel. 10-4.5.4 Construction - The asphalt rubber sealant material shall be applied immediately following the heat lance operation that cleans and dries the crack and routed reservoir. The sealant applicator should stay within 50 yards of the heat lance during its second pass, and in no event shall the sealant be placed more than five (5) minutes after the crack has been heated by the heat lance. The sealant material shall be melted in a jacketed double boiler type melting unit, which is equipped with both agitation and re-circulation systems, and applied at temperature of 3800 F, using a pressure feed wand application system. Joints and cracks shall be sealed from the bottom up and sealant material shall be applied so it is flush with the existing pavement surface. Care shall be taken to avoid spillage and runover onto the surface of the pavement. The surface of pavement shall be immediately squeegeed smooth after the cracks have been filled. Traffic shall not be allowed on the material until it has been sanded to prevent tracking. In addition to these specifications, the crack preparation and application of crack sealant material shall be in accordance with the manufacturer's recommendations or as outlined in the booklet, "Sealing and Resealing Cracks the Crafco Way," as published by Crafco Inc., 420 N. Roosevelt Ave., Chandler, Arizona 85226; 800-528-8242. 10-4.7 Measurement and Payment - Payment for preparation of cracks and application of weed killer and asphalt-rubber sealant shall be considered as included in the unit bid item price per square foot for construction of 11/2" asphalt concrete overlay, and shall represent full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. I 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-OS CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS-SECTION 10-PAGE 6 1 10-5 CRACKFILLING 10-5.1 Description - The work shall consist of the preparation of cracks and placing of asphalt concrete material in all transverse, longitudinal and block pavement cracks greater than 1'/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 asphalt pavement, to the satisfaction of the Engineer, prior to scheduling slung seal. 10-5.2 Material - Crack filling material for pavement cracks greater than 1'/2" in width shall be type E asphalt concrete in accordance with Section 203-6 of the Standard Specifications. 10-5.3 Preparation of Cracks - All cracks to be crack-filled shall be swept and cleaned with two passes of hot compressed air to remove dust, moisture and foreign material for a minimum of 6 inches on each side of the crack. 10-5.3.1 Weed Killer - All cracks and joints shall be treated with an approved weed killer at least two (2) days before sealant application if weeds or Other plant material are present in the pavement cracks. The Contractor shall apply weed killer to all plant material prior to their removal, according to the manufacturer's specifications. 10-5.3.2 Crack Cleaning and Drying — The crack shall be cleaned and dried by making two (2) passes along the crack with a flame-free hot compressed air lance capable of delivering hot air at 3000OF and 3,000f/s. Care shall be taken to avoid overheating the pavement. The first pass, should be made along the crack in a steady fashion, and should clean and heat, but not burn, the crack sidewalls. The heat lance should be held approximately 2 inches above the crack channel. Proper heating is manifested by a slightly darkened color; burning is apparent by a black color and a very gritty texture. The second pass should completely remove all the dislodged crack particles from the roadway and shoulder. The hot airblasting operation shall be conducted immediately prior to the sealing operation to limit the amount of dust and debris blown into the cleaned crack channel, maximize crack warmth, and minimize the potential for formulation of moisture condensation in the crack channel. 10-5.4 Asphalt Concrete Placement- Installation of asphalt concrete pavement as crack filling material shall be made by a method that achieves a complete and thorough placement of asphalt concrete without segregation and voids, and achieves required density and compaction. 10-5.5 Payment - Payment for preparation of cracks and installation of Type E AR 4000 asphalt concrete pavement shall be considered as included in the unit bid item price per square foot for construction of 1'/2" asphalt concrete overlay, and shall represent full 2010/2011 ANNUAL ASPHALT OVERLAY CONSTRUCTION DETAILS CITY PROJECT NO. 10-08 December 1,2010 SPECIAL PROVISIONS SECTION 10 PAGE 7 compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. 10-6 PAVEMENT FABRIC 10-6.1 General — Pavement reinforcing fabric material shall be as specified herein, and placement shall be in accordance with Section 302-7 of the Standard Specifications, and as may be modified herein. Pavement fabric shall be installed over all existing asphalt concrete pavement scheduled to receive an asphalt overlay. 10-6.2 Material - The pavement fabric shall consist of a nonwoven, needlepunched polyester or polypropylene material conforming to Table 213-1.1 of the Standard Specifications. The Contractor shall use Mirafi® MPV500 produced by TenCate Mirafi (Contact information: TenCate Geosynthetics North America, 365 South Holland Drive, Pendergrass, Georgia 30567, Tel. 706-693-2226, www.tencate.com) or an approved equal product. 10-6.3 Placement --- The surface area of all existing asphalt concrete pavement shall be prepared as specified in these special provisions prior to placement of the tack coat and pavement fabric. All existing asphalt concrete pavement surfaces shall be cleaned, and all cracks shall be sealed or filled prior to scheduling installation of pavement fabric. Placement of pavement fabric shall comply with Section 302-7.2 of the Standard Specifications, as modified herein. As specified in the Standard Specifications, the temperature of the underlying asphalt concrete shall not exceed 150°F when the pavement fabric is being placed. The Contractor shall confirm the existing asphalt concrete temperature by using an appropriate surface thermometer prior to initiating installation of pavement fabric. Application of tack coat shall be made upon the I prepared asphalt concrete surface, prior to installation of the pavement fabric. Construction of the asphalt concrete overlay shall commence following installation and seating of the pavement fabric by pneumatic rollers on the treated existing asphalt I concrete pavement surface. I I The tack coat shall be PG 70-10 paving asphalt. The temperature of the tack coat shall be not less than 325°F and not more than 400OF at the time it is sprayed. I Emulsified asphalt will not be allowed. The tack coat shall be uniformly sprayed on the 1 existing asphalt concrete surface with an asphalt distributor at a minimum rate of 0.25 1 gallons per square yard; the actual rate of tack coat application shall be the amount 1 sufficient to satisfy the minimum asphalt retention requirements of the pavement fabric and to bond the pavement fabric and asphalt concrete overlay to the existing asphalt concrete pavement, as required by the Engineer. The Contractor is cautioned to ensure the application rate is appropriately calibrated and that the required amount of tack coat is applied evenly throughout the surface area of all existing asphalt concrete ' pavement. The application rate shall not exceed the asphalt retention capacity of the pavement fabric to be installed. In the event an excessive amount of tack coat is 2010/2011 ANNUAL ASPHALT OVERLAY CONSTRUCTION DETAILS CITY PROJECT NO. 10-08 December 1,2010 SPECIAL PROVISIONS-SECTION 10 PAGE 8 applied, the Contractor shall remove all new tack coat surfacing, clean all existing asphalt concrete surfaces, and reapply tack coat at the required application rate, not to exceed the asphalt retention capacity of the pavement fabric. Laydown of the pavement fabric shall comply with Section 302-7.2.3 of the Standard Specifications, except that wrinkles or folds in excess of 1 inch shall be slit and laid flat or pulled out and replaced. Care shall be taken to avoid tracking tack coat onto the top surface of the pavement fabric, and to avoid distorting or moving the fabric during seating of the fabric with pneumatic rolling equipment. Any pavement fabric that is found to have tack coat bleeding through to the top surface, or has been distorted or otherwise damaged during installation and seating by pneumatic rollers, shall be removed and new pavement fabric installed at the Contractor's expense. 10-6.4 Measurement and Payment — Payment for installation of pavement fabric, including application of tack coat, shall be made at the contract unit price bid per square foot for"Install Pavement Fabric", which shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, and no additional compensation will be allowed therefore. 10-7 ASPHALT CONCRETE OVERLAY 10-7.1 Asphalt Concrete Overlay. Asphalt concrete shall be laid in one lift of 1'/2-inch thickness over prepared asphalt concrete surfaces, after installation and laydown of the pavement fabric. The gradation of the asphalt concrete shall conform to Type C2 ('/2" Dense Medium) in accordance with Section 203-6 of the Standard Specifications. Asphalt binder (paving asphalt) shall conform to type PG 70-10, in accordance with Section 203-1 of the Standard Specifications. 10-7.2 Aggregate Sampling and Mix Design. Laboratory tests may be performed at the expense of the City to determine if aggregates at the plant fall within specifications. Correction to sieves may be necessary if proper percentages are not met. 10-7.3 Tack Coat. Tack coat shall be 70-10 paving asphalt applied to all clean, existing asphalt areas prior to installation of pavement fabric and construction of asphalt concrete overlay. 10-7.4 Asphalt Concrete Placement. Construction of asphalt concrete overlay shall conform to Section 302-5 of the Standard Specifications. 10-7.5 Adjust Manholes — The Contractor shall adjust all existing sewer manholes to finish grade. Manholes shall be adjusted to grade in accordance with City of Palm Springs Standard Drawing No. 402. During adjustment, the Contractor shall cover all mainlines to prevent construction debris from falling into the sewer system. The Contractor shall be responsible for all construction debris that enters the sewer system, 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 CONSTRUCTION DETAILS December 1,2010 SPECIAL PROVISIONS-SECTION 10-PAGE 9 and shall clean and flush all debris from the sewer system to the satisfaction of the City Engineer. 10-7.6 Adjust Water Valve Covers —The Contractor shall adjust all existing water valve covers to finish grade. Water valve covers shall be adjusted to grade in accordance with Desert Water Agency Standard Drawing W111. The Contractor shall replace all existing older sleeves, and upgrade all valve cans to the new DWA standard 10-7.7 Payment - Payment of asphalt concrete overlay shall be made at the unit price bid per square foot for "Construct 1'/2" A.C. Overlay" in the Bid Schedule, as specified in the standard specifications and in these special provisions and as directed by the ' Engineer. Payment for asphalt concrete shall include full compensation for furnishing and placing materials required, and for labor, plant, equipment, tools, transportation, hauling, spreading, compacting, and protecting, complete in place, and tack coat, in accordance i with the standard specifications and these special provisions. I Payment for adjustment of sewer manholes to grade shall be made at the unit price bid per each for "Adjust Sewer Manhole to Grade", complete in place, including all excavation, backfill, removal and replacement of manhole frame and cover, removal I and/or addition of filler rings, mortar, and disposal of waste or excess materials. I Payment for adjustment of water valves to grade shall be made at the unit price bid per each for"Adjust Water Valve to Grade", including removal of existing old style valve cans and installation of new DWA standard valve cans, and no additional compensation will be allowed therefore. I 1 10-8 TRAFFIC STRIPING AND MARKINGS 1 10-8.1 General - All existing traffic striping or markings shall be removed by the Contractor. The Contractor shall replace all markings on City streets with thermoplastic 1 markings, and all traffic striping shall be replaced as follows: ' For all streets with existing paint or thermoplastic traffic striping, the Contractor shall replace the traffic striping with the corresponding raised pavement marker traffic striping details from the State of California "Caltrans" Standard Plans. For all streets that have existing traffic striping in accordance with raised pavement marker traffic striping details from the State of California "Caltrans" Standard Plans, any missing or damaged raised ' pavement markers shall be replaced by the Contractor with new raised pavement markers. ' For all streets, all existing raised pavement markers shall be removed and, after construction of the asphalt concrete overlay, replaced in like kind with new raised pavement markers. New blue markers shall be placed at fire hydrant locations whether or not markers existed prior to the asphalt concrete overlay. 2010/2011 ANNUAL ASPHALT OVERLAY CONSTRUCTION DETAILS CITY PROJECT NO. 10-08 SPECIAL PROVISIONS-SECTION 10-PAGE 10 December 1,2010 All new non-reflective raised pavement markers shall be ceramic; no plastic pavement markers shall be used. 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 Dry White, Yellow, or Black Traffic Line Paint" of the Standard Specifications and these Special Provisions. Whenever the Contractor's operations obliterate pavement delineation (lane lines, either pavement markers or painted lines or both), such pavement delineation shall be replaced by Contractor before completion of project. Either permanent or temporary delineation shall be installed by Contractor before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type "T") which shall be applied in accordance with the manufacturer's printed instructions. Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made therefore. 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 lump sum price bid for "Traffic Striping and Markings", and no additional compensation I will be made therefore. I The Contractor shall use Caltrans metric stencils for all legends and markings on this project. I 10-8.3 Removal of Traffic Striping and Pavement Markings - All existing paint, 1 thermoplastic traffic striping, and pavement markings shall be removed as indicated herein. I 1 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 1 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. 1 Such removal shall be by sweeping concurrently with the erasing operation. Traffic shall 1 be adequately protected from dust and debris during removal operations. Nothing in these Special Provisions shall relieve the Contractor from its responsibilities as provided in Section 7-10, "Public Convenience and Safety," of the Standard Specifications. 1 10-8.4 Applying Pavement Markings - Traffic legends shall be applied in accordance with section 310-5.6 of the Standard Specifications. 1 1 2010/2011 ANNUAL ASPHALT OVERLAY CONSTRUCTION DETAILS CITY PROJECT NO. 10-08 December 1,2010 SPECIAL PROVISIONS SECTION 10-PAGE 11 1 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 alternative equal approved by the City Engineer, shall be used for installation of all raised pavement markers. An approved flexible bituminous adhesive shall be a hot-applied thermoplastic bituminous adhesive, product "HE184 — Flexible Dotstick", manufactured by Henry Company, 2911 Slauson Avenue, Huntington Park, CA 90255; (800) 486-1278; www.henry.com; or "Hot- Applied Flexible Pavement Marker Adhesive", Part No. 34270, manufactured by Crafco, Inc., 420 N. Roosevelt Ave., Chandler, AZ 85226; (800) 528-8242; www.crafco.com, or approved equal. All existing raised pavement markers shall be replaced, and new markers of either reflective or non-reflective type installed in accordance with the raised pavement marker traffic striping details from the State of California "Caltrans" Standard Plans. All lane lines and centerlines delineated within the project, including those streets currently delineated with paint or thermoplastic, will be delineated with pavement markers and not with paint or thermoplastic. All channelizers removed by the Contractor's operations shall be replaced in like kind, at its expense. The Contractor shall install all raised pavement markers within 3 working days after completion of the asphalt concrete overlay as the job proceeds along, and shall rabbit track the proposed project as the job proceeds before completion of work each day, and not at total completion of the project. The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than Y2-inch in 50 feet from the specified alignment. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. 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 perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue markers shall be installed. Each shall be placed 6 inches from the centerline of the half- street closest to the fire hydrant and on a line perpendicular to the fire hydrant. Blue 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS-SECTION 10-PAGE 12 hydrant markers shall be installed whether or not existing prior to construction of the asphalt concrete overlay. 10-8.7 Measurement and Payment — Payment for removal of existing traffic striping, installation of temporary traffic striping, and installation of permanent traffic striping, markings and legends, shall be made at the lump sum bid item price for "Traffic Striping and Markings", and shall include full compensation for removal and replacement of all traffic striping, legends, and markings, including temporary striping, complete and fully installed, as specified in the Standard Specifications and these Special Provisions, and no additional compensation will be allowed therefore. - END OF SECTION - I 1 I I I 1 I 1 I 1 I I 1 1 1 1 I I I I I I 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-OS CONSTRUCTION DETAILS December 1, SPECIAL PROVISIONS-SECTION 10-PAGE 13 I CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III - APPENDIX 20102011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 CITY OF PALM SPRINGS DRAWINGS: - Std. Dwgs. NO. 100 — Standard Monument Type A Std. Dwg. No. 402 - Top of Manhole Detail Std. Dwg. No. 625 - Traffic Legend Detail CALTRANS STANDARD PLANS: - Plan NO. A20A - Pavement Markers and Traffic Lines, Typical Details - Plan No. A20B - Pavement Markers and Traffic Lines, Typical Details - Plan No. A20C - Pavement Markers and Traffic Lines, Typical Details Plan No. A20D - Pavement Markers and Traffic Lines, Typical Details Plan No. A24A - Pavement Markings, Arrows Plan No. A24D - Pavement Markings, Words Plan No. A24E - Pavement Markings, Words and Crosswalks MISCELLANEOUS SPECIFICATIONS CrafcOTM Polyflex Type 3 Sealant Product Data Sheet Henry "HE184 — Flexible Dotstick" Technical Data Sheet CrafcOTm Hot-Applied Flexible Pavement Marker Adhesive Product Data Sheet CrafcoTm Hot-Applied Flexible Pavement Marker Adhesive Application Instructions INDEX OF LOCAL RESIDENTIAL STREETS Listing Of Streets Street Maps 2010/2011 ANNUAL ASPHALT OVERLAY CITY PROJECT NO. 10-08 CONTENTS December 1,2010 PART III NO. REVISIONS APPROVED DATE MONUMENT HANDHOLE FRAME & COVER-ALHAMBRA FOUNDRY CO. A-2920 PAVEMENT 18" I � w- ` III P.C. CONCRETE I ENGINEER'S TAG WITH PHILLIPS SCREW 1" GALVANIZED IRON PIPE M iLi MONUMENT PLACEMENT LOCATION SHOWN THUS... NOTES: 1. MONUMENT SHALL 6E FURNISHED AND SET BY A LICENSED SURVEYOR OR CIVIL ENGINEER REGISTERED PRIOR TO JAN. 1, 1982. MONUMENT SHALL CONSIST OF: SURVEYOR'S OR ENGINEER'S TAG, SECURED WITH ROUND HEAD PHILLIPS SCREW, SET TO TRUE POSITION, IN TOP OF CEMENT MOTAR CORE, IN 1" GALVANIZED IRON PIPE IN CONCRETE. 2. FOR USE AT STREET CENTERLINE INTERSECTIONS AND SECTION CORNERS ONLY. CITY OF PALM SPRINGS APPROVfy DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT 2 931 CITY ENGINEER R.C.E- STANDARD MONUMENT TYPE A DRAWN BY: G.F.F. FILE N0. STANDARDS CHECKED BY. M.L.F. DWG. NO. 100 NO. REVISIONS APPROVED DATE P-C. CONCRETE RING PER SUBSECTION 303-5.1 OF THE STANDARD------7 SPECIFICATIONS SET TOP OF STANDARD MANHOLE FRAME AND (560-C-3250-6 SACK) COVER AT FINISH GRADE OF STREET PAVEMENT SEE G.P.S. STD. DWG. NO. 400 10 ., 1/4" Ityp) O S' Gn ASPHALT CONCRETE � ' �— PROVIDE 9" ADJUSTMENT 3-24"X3" GRADE RINGS PAVEMENT. THICKNESS 6 " AS SHOWN ON PLANS ALL JOINTS SHALL BE GROUTED PER SUBSECTIONS 202-2-2.2 AND 303-1.8.2 OF THE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION. NOTES: I. WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY MODEL NO-S 1310/1", 1 1/4", 2", AND, 1312/1", 1 1/4", AND 2" OR EQUAL. SOUTH BAY FOUNDRY, P.O. BOX 1256, NATIONAL CITY, CA. 91950, (619) 474-8481. 2. MAXIMUM OF 3 GRADE RINGS. CITY OF PALM SPRINGS APPROVTl . _ DATE: DEPARTMENT OF TRANSPORTATION - 31 CITY ENGINEER R.C.E. TOP OF MANHOLE DRAWN BY: RBJ FILE 0. STANDARD DETAIL CHECKED BY, DJB DWG, NO. 402 NO. REVISIONS APPROVED DATE STOP BAR LOCATED AT MIDDLE OF CURB RAMP SIDE SLOPE W NEAREST THE B.C.R. $ 1 121' 7SEEDWG- AMP 212 i BCR i FACE OF CURB oil STREET CENTERLINE I 4' I 12,p ::4 8' NON - RAMPED FACE OF CURB STREET CENTERLINE NOTE: ALL STENCILS TO BE CALTRANS: ---- THROUGH ARROWS TYPE I - LEFT/RIGHT ARROWS TYPE IV - DROP ARROWS TYPE VI CITY OF PALM SPRINGS APPROVED: DATE: /t-.W/Vlr PUBLIC WORKS & ENGINEERING DEPARTMENT 28931 CITY ENGINE R R.C.E. STOP BAR AND LEGEND DETAIL DRAWN BY: G.F.F. FILE NO. STANDARDS CHECKED BY: M.L.F. DWG. NO. 625 i olsr cwwrr evert rol atrv�`iLcr w.CENTERLINES LANELINES (CONT) NO PASSING ZONES—TWO DIRECTION s ics (2 LANE HIGHWAYS) DETAIL }2 [WLTIL►NE H[GNeAYSI j DETAIL 5 DETAIL 21 l t e src+eo crr��c.mau__ .win nqr omen E. DETAIL 2 +B._G., DETAIL 13 7'-O" T'-0"8'-6', DETAIL 22 24'-0" 24•-0"6 kid +eybakFan.a.alska QAW wram4Y 1l 0000 0 44'0" -- _ Derofl 3 aeierea DETAIL 14 4e'-D" 46'-0" 4 '- —► I �Gy ta'-m 111 0000 is 0000 ® 0000 m 4'-0" 4fTAIL 23 I DETAIL 4 4a'-O" DETAIL 1 4A r 4 _°" a 4'-a 4 ®0 0 0 0 0 09 0 0 0 0 Im ®a000eseeelbo ®—� Pi f iB'_0"I8•_0"I 16-°" Fg._n-ye_o'.: TYPICAL LANE LINE DELINEATION C IN ADVANCE OF EXIT RAMP 0� NO PASSING ZONES—ONE DIRECTION LEGEND DETAIL 5 MARKERS DETAIL 14or $4h �7 DETAIL 15 Q TYPE A White Nan-refloctive T'-0" nl ® TYPE AY Yell—Non-roflective �� --i! y- ® �► ► y ®f ® TYPE C Rep-Cl wr Retrorefleptive D DETAIL 6 a '-°" —► ® TYPE D Teo-ray YelioW RetroreflecfiY* +._ u4'-o" \_ x� a + 1 '-D" DETAIL 16 4 � 01 TYPE G OM-ray Clwr IUt roref lective A mii mil! jpD'_D^ # M TYPE H One-way Yellow Retroreflective — DETAIL 12 V IL NES r DETAIL 7 4"Whir* NOTE' ` Detail 14 ie to be uew in combination / ® ®®® ® DETAIL 17 - 4"Yenar rith 4etait 13.Derail 14A ie to be uad z in combination wlth Detaii t2. 4'-C" �� "- - 4'- " s— Direction of Travel LANELINES ® 666 o 000 is=} MARKER DETAILS N DETAIL $ IHl1LTILANE HIGHNAYSl .� 0®0 o a 0 0 e e so 0 M� 0 17'-0'. 7'-°" DETAIL 1$ 3b 31� � jt _ i •� I -F DETAIL 9 4a'-o —► DETAIL 19 DETAIL 10 ze._� zr-o" TYPE A & TYPE AY TYPE C & TYPE D TYPE G & TYPE H STATE OF it O O O 000 IN DETAIL20 DEPARTMENT DF TRANSPDR TRANSPORT ATgN 4` °" -. +'-L" ..I- 1a'-0" RetroreflectiW Faae PAVEMENT MARKERS DETAIL 11 ® ®� AND TRAFFIC LINES TYPICAL DETAILS NO SCALE F A2OA I LEGEND LINES ¢is eaxr. You c °Qj` ce s«c*s°ccis LEFT EDGELINES MEDIAN ISLANDS MARKERS C� a" mire p (DIVIDED HIGHWAYS) ® TYPE Av Y*,_ DETAIL 24 DETAIL 28 Nan-refieariva a"Yeller _F TYPE D Teo-way i� Dirortio of Travel r is E. L Yelior Mar t.2006 alesot R —Eoge of traveletl+oy ` T Rer roreftecrive L 1 TYPE 4 One-ray r +TM`�u.n"N� :. • pl¢ DETAIL 25 l Yeliw .::.r �.:M:>. T. Retroreflecrirs INTERSECTION ` . £ T To 0e�RS Cerau w0 s49a Ae Att✓hwAiavp y 1 Eage of rroreiee. Na 6ETAIL 34 TREATMENTS �; 1 _ie'-o"�.7'-Q;,, �s'-a" u•-o- I 2a•-D- ,� za•-o- 1 DETAIL 29 �' ® e a ■_,_,. DETAIL 25A H� za'-n�� �F LT Tj ® a a ■ s ® �� _� .f s— ® za_o' za._o,. 24._0,. -� I-la'-o. j12-D-j 18'-o" 4 se'-D „I,z'_D'1 2a•-o•` ,1 za•-o'• -I DETAIL 34A " 36'-' '-D'• L! 1OW-D'• i DETAIL 25 Eage of troraisa.ay ~! ® ® J Edge of tra"tea ray ^T- T W-Q.. 112'-04 -s G � y^o41L� 8-S ® ® DETAIL 35 B'6"�{ r � za'-a 0 ® ® ® 1 ® c DETAIL 27 DETAIL 30 y Etlge of travel eo ray T•-p^ Z 10 ..1_ 6®®Deeweeeee®-T DETAIL 35A • AB'-a' ,� 4_ ® 1T �V [- 7-D 100'-0' t ®e®Deeiee®ee®d RIGHT EDGELINES 1s ®®®®�e�s®��®�� s TWO-WAY LEFT TURN LANES q MARKER DETAILS rE '2;A Derail 27A aeieree DETAIL 31 Z �lE a j i j DETAIL 27B Eage of *--led wy _�_ y T�_T m RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 INTERSECTIONS �_ I za'-D 1, za DETAIL 27C _T1 TYPE AY TYPE D TYPE H [ ® � 1 � L 1tS'-0" �,12'-D'j 36'-D" ,�2'-9';,�, ;6�p" �2'-O';� 18•� - O Retrorefiective Face 3'-D" 11z._o.. j �°..j e L1z._o., j 3._0, ® ®�� j L DETAIL 33 iM " STATE DF CALFDA ­I.—­I.- 2a'-D" I_ 244'-o"-� 24•-o" 24'-0" 24'-D" 2e'-D" I- DEPARTMENT OF TRAN5PDRTATION PAVEMENT MARKERS AND ® ®®ee sees— a•-p'•I ae•-o" iz•-o•'�, ln•-a-,�, 78'-0" „�2'-ff;,F, 1e•-o'• TRAFFIC LINES TYPICAL DETAILS Deee Go00 sees IN-L—T NO SCALE ®®®DeemDODO®8®Deee2eee®e®eeDee01®DD®e®T A 20B s caur,r roiiirr+o`_E�r s�E ip*T5 E EXIT RAMP NEUTRAL AREA (GORE) TREATMENT of r , nau*E KE DETAIL 36 _ fmolnun.l of Ed G traVel@d FlE SiEREe C[vfl EME Ia1EFR ��F�s��4 q•-p• r A YON ' May 1,2006 - C1i0E I s v a s.rn,mas saiE ar urns. x.•. 1 ? . B"White ses Oehai:4, O., 0 line Sta PlaTo 0b lh C40W-W AkV Ae NWA BapsseeoeranLANE DROP AT EXIT RA#APS srtl Pldn Az DETAIL 37 -a a + Repeat or h mile intervals See Ik+oil 36 Eoge of traveled way (ramp] Yellaw line an, —�► j � I ENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT O A O L�C1�n1a1` C7 C7 ® (] 8 O C] a O �C v f 6'-.7 B"White firm DETAIL 36A 4`White line �,.-^1 Edge of rroreced ray (mainline) 3•_a�.. 2'- �' See Dera�,, - Sid Plan A2O0 Q Set Derails 27! DETAIL 37A gQ see oeroh as W Sid Plan A208 Rope, at %2 mile intervals � 3Q'-0-- _ s 16� White Iins see Deta i 1 8,9 or 10 � Sid Plan ANA p p p e E� r� rE p a 6"Knife i ins .� Type A morkers optional 8 8 1 8 8 8 8 a 8 8 8 8 a 8 8 8 8 3 8 8 8 8 A 8 8 08,++8 D a"Vei iow iine d y .•_„•�I 6'-p" i z A•- Etlge of traveled way (romp] - \S_Oe+pii 38B 01 :r4 Sid Plan A20D a 04 _/rw11 Y The snort a i�ry Por,osq Ytrre weav hown ing ngrbe nmitteo fs critical. v Sid Pion ►z08 LANE DROP AT INTERSECTIONS ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENT DETAIL 375 3a a" DETAIL 36B venire+Ina If_ —1� 'l.� Edge of traveled way Imoinl inel � � � O � � O � © T I[] � (] See Plan le 27B see Detail 38 Plan Sid A2013 4 6"IEnite lineTnrough traffic y Std Finn A200 n 7- -White line DETAIL 37C 8"mite line _ _ e"rellor line n i A- Edge of *raveled way (ramp) ! ` _1"4 MARKER DETAILS 88 9 88 88� 88 88 88 88 ® 88 88 A 88 1888 8888� a at a' a'� 3_-ate 7'-ff 0' See Detait 00 Set Derail 136 3}"-1%" I'-3%-�"-41/s' Through traff icy Sid Plan A20o st❑Pion A208 \ 3 1 �—r 7 �-7 STATE OF CALFORNIA LEGEND DEPARTMENT OF TRANSPORTATION MARKERS PAVEMENT MARKERS N 4 01; 1;1 =- AND TRAFFIC LINE Q TYPE A nite Non-reflective o7 , ® TYPE c Reo-clear Rerrorefleative TYPICAL DETAILS •i 7 0 TYPE G One-way Clear Retrareflectire TYPE A TYPE C TYPE G NO SCALE !� Oiretrian of Travel Retrpre Tlectfve Fore A 2OC I i IsrJ CHANNELIZING LINE LEGEND ol:, tow:,1PauTE aPPq CaTa_f�EfS MARKERS DETAIL 38 e"White Line E.� Qp TYPE A White Non-reflective : le E. TYPE AY Tellpr NPn-Reflective 1 —� t 2006a 1 _ N'-O" I 2<'-d" � 01 TYPE G One-ray Clear RetrorN lective v� .•nor a� aTt � - tKam rn sw crr,+.s nr srA.r.Through Traffic 4"Yelloe Line e.+.��•+s.�wwsv���i.•~.,•y�e �l� DETAIL IBA e"White Line f— Direction of Travel 1'A os Gth�w HSPR Wl�Aanraago MARKER DETAILS ` Retroretlective pavement Retroreflective peveelent �j marker aY either marker at aornstreom 3' Aye end of recess p'%',See dote 3 end of ropes p' �r See Note 3 /'��_ DETAIL 385 9-�Rh:te Line Ell i 3rti SECTION A-A— SECTION B-8 >° t —+ a u v -T l R.froreflec+ire pawmen+ Retrarea active pavement nmarker re either �!� marker o+1193 ream —end of reuse —-— 1 —ens of r - C DETAIL IBC —�- lrlll —�- O TYPE A & TYPE AY TYPE G A 9 a O 8 8 8 8 8 a 8 8 88 8 a Retroreflective Face z';a' 71rn" -- =I w Min Min e]n rn '" F inisned Roaa.ay Surface PLAN �� PLAN fir, q._ . Rood"I Surface e4 A.t (T Tro- y Traffic One-fay Traffic (Type 2) (Type 1) 30 Z o to Y,' RECESS DETAIL FOR g BIKE LANE LINE RETROREFLECTIVE PAVEMENT MARKER Thermoplastic S DETAIL 39 �V White Line ..T a errnaplaetic Material �; O DETAIL FOR RECESSED 4!4" Rah" 416'-4%- RECESSED MARKER NOTES: INTERSECTION TINE THERMOPLASTIC TRAFFIC STRIPE traffic see typical traffic ITne BIKE LANE see Notes A and B. +ctwl uses.t�th°rr,,,Ttern' 30 RECESSED THERMOPLASTIC NOTES ® y`' paveme^t narv.rs.Deta'rt ia■ _ 3 sQuires a Type 2 Wass. DETAIL 39A 3D0'-0" nraraeation A.See typical traffic line details far x+ Ra+roref lect ive Face �� - ++� 2.The retraref[ec+ive pavement marking patterns. PWomen+markefa shp.n �+ "�O O for recee sod inata{lat ions --_ B B.The taP of the thermoplaatic inatalieQ are not fo pe". for Ay 7I p 6�lhite Line IR flCe See4 powment -loll IN!D 10 �K' [Ipt-—eased insTa716Tlans. e� bola. the d pa"me aurfall V 1 3.Tne top OS Or ovement kere 1n6talledn e0e66eE !hall O--" SM LANE LINE EXTENSIONS TYPE C & TYPE 0 TYPE G & TYPE H °Qe°enentsurface. ce. THROUGH INTERSECTIONS Sea Notes t no 2. DETAIL 40 DETAIL 40A RETROREFLECTIVE PAVEMENT MARKER 0 110 FOR RECESSED INSTALLATION i \a"White Line Type A Non-Reflective I STATE OF CALFOREsk y CENTER LINE EXTENSIONS OEPARTAENT OF TRANSPORTATION THROUGH INTERSECTIONS PAVEMENT MARKERS DETAIL 41 DETAIL 41A AND TRAFFIC LINES TYPICAL DETAILS tea- po.0-0— r NO SCALE Yell- YPe AY Non-Re Tiaari ve A 24D �111�111� [�1 If 11 #li! illll111Ellllllllf,Illllllull111/,IEI 111i1111111#llllltt.l ►1MY1l►A111111f IlilIIEI11111rn1 1�'1111111�111N11111111!!'N111;1.1T�r 1111111111rllllll111HII1Nfllf1111! 111I,IlillitllNlllllli 1ii111Hllllltill#1 1r1111'llllillilf -i Ili#IIIl11N'llNNli#lIIII#rllllllll!! 1;fir111Ii1#Nl111l11111HIII11iINkjl 111111111111i1111111I11191 111IIINII"kilrEll IIII!lNIII■11111 "'" ''"� IIIIIIISHRIINlllillllilll111'1"I'l 11k111AIIN111111111111d IIIllll11111 r'1"1'11111Ellllulillll 116!!IlNflfl!!■r 1I1111I1lI1■II!!I IHII#11111#11Hl1111ifill III1#H Illlllllllll llllllrlll11111111##i1N�11 IIrrI111t1111H1IIr1! 1�11lIIIIIIIiIIIIf! 1illlH#1llulllll llNrllliIIIIIINl111r I'r1111111lt 1''I'IIEEI IIi111llllr!!1lIINIIII,NCI IlR1I1111r11rNlI111 �r,n11WIH1IN'I r;i+llll1f11quf■ 111r,I1NNli+1`l1LrL1ill1lllifl1111ri lllllltllll11111E1l11111NHIIIB�11 11,IHIlINlINliIIII I�nIINNIIIIiIIII: Ik111111:■11fl1lil 111Il1■IIEiN■IiIV1k1111111Ri11i111111l11 lrlllllllllt111111111111111111NI►r ll11111111NIHN1111 th'lllllllll#lllill A1111■IIlIll111!l1111! IHHIH11111IIN1N111111111f1111111i■111 iglllNllllllllillhl#111111111'lll I■1l11HIIIIIIIII!! 9!lr1W!lull•ME IIl1111111II N1111111 NAkIl11llIIIiiN'll■+IIIN1■llll'llllll E1!l1llNlHr#1#lillnillllillllhLi i11111111111111i11p! i111111n111I11f1113 H#IA![HI'111111111 1111111i111Yifi1�111Ni111li�1ill�ll IH II1111lhllillh'NIIIIIWIIpl11111H' EIIII111111111111 iMd �IIIINiII!1lllEllk111 IiIlUl111111I1fi�ll I,IhV11111IIi11,IR111,11.111111 fllllilllllNlll■IIllllil 1lfAllllllil►lll111 111111N11■atWl 111I#lfltllllfld IINi■NIIliiim1111tliiu 'll!Il!!!!!lillllll!!!!k, fill 111111INVIII111 Nllll■llWk'IN11 1fi111111i111N11I 1"lCHllllH11111'AIIINI1!! 11g11lIINII11811rN1 ■III111111111L1lil+ll 111111111111►111N I'Uil!111111+11111kj1 1■illllill11111■11I11111W II1u1Ni111111l1111IN1 1111lIN IfIHIlilt IIII!!li!liHIM HIII 1111111Ii hi1111lIIlIAlIIIIIIIIN11lEl IilHIrN#1111111111l111 IAIlH!!1#!lIII1Nl1 11111#lllllllllli HlIIIINtllllll 11CIININInN11111111111111 #itilmillililllilillHI li11111111111"11,1111 H!N!lNIII►,IIIlN Id1111111ddIN111 hIIIIlN1111111lIINlilfllll Iili,L111111N11111,1.4111111 11i1111111111I111!'l'1 NIIfINIII■rllll! M11111111'V'llllN '!HIlIIIIIIIIHIfilHNN 1l11A11NIf1111NlIH6l11glli f#IlEllllllllEil#IIN NIllIHNIRIIIIII 11EN1111#Elllll lllll91u1Ng111lI111Y1 Npl111I11!llllllililllll11f111 IV IIVINIIIIIIIHIII1 Hi11N111111t11i11 iI1111111111l111 1VNlIIIl111NlNNhllll■1 71■'r111111111i11l1'ill'1! 11111111VA111d;111111! 11111111111h1.11N1i Ni,111NHd1111I•I Wlliiiiltll!!inifullimi IlIIi111111N1l1lIllNlt► 1111111111111114111lilt IIIHtllIHIUVll!■ 9UHl`I11111'inil! ' @IIIICI�1lI#IId1151►'glll■1 InN1E1111■I1111N■:r lHI1!lI1171111111111 illlllilllNll111■ 111111111111►11E /,Ild!li111Ni11rIVW1lIk�I,llllllll A111111,1I1IN1111lkklllll 111111NN11■lllll Itillll►1111r11111q! #rflriNllilill11Nw1'1l�IIIIIliH1r lI!#ilI11NIiN111'IF1111 !!lHll1liiini1IH 11i1�11ligirltlE11it1 111N111111VVillll�llllf11111lliillll 1AH111i1171!l+lillllt!!!!1 i11111rllllllllilllll Iliillll"t111E■1111!!II Iilill!!#IIIIIIIINIIIIIIiSIMIlll IN/1111111NI11111t111111 1WNIIIIIr11■Illl! 1011llllNllrHlllll0 11111t1l1111b1llllliillllllllllllil IN111110H#lllll#!il1111 IW1111111111■IIII! IIIl11i1111111111i11111 l!!nr!!NN!!!#iGfNflllilllllilkll i1►11111t1■I,lkllll!!lf#111 llgllnrn111■IIIII 11�111111111I111l1111 lmiliNllf rllip,11.1 IiI11111111111 1911!!IIIIIIN1111.1d1NN IIIIINiIllglf1111f IID,i11NINi!lIIIIII !NllillilNlVlEli�AllilllillEWlll111 11►lIIINIIl11111NNV111111N IIINIIINI■111111lI IIr11!l1111111illlllk #Nllllllllk'1HIN111IIklIlI111N111lE1 /lillllflilllllll'NII111l1111 N!NlIIu1N11111k11 INllllllllllllillfllll IMI1I1111111111N111111'111VIIIIHII 111.Nlltl111l1�1NN1fY1111 #rll1111/Illlliiilll II1i111111r,1lllllllfllll IIHIWiRH11NINf111HWf111111 illlHlliN111h1111N11111 #Ill#11NI#IlNflllll IIUl+IIHIRIIIIIlIVIIII ' IIPII►�1�IIHlININ11i1i►1P111111! '11111i1;1171f111lrr1iNN1 1111111■HII■11111! llill111'iff'/llllllllllll 1li111111RL1111! IIUI■11l11111l111 119111111111►i II111m11,111lliai liFtlW>�7®fi�li0tl�fi� i�'i1111H+u1111 Ilitielllllfllll IIIINN�NI�l1lIIIN #HNIIIIINIHgU It�illlliifl9 Im®t�I1Wl1�®1s�1tII! I1V91111flbill! IWN!Nl+iltl 1'Hf 111111IM1111►1 ��®®t tlmt�im 111#rlllhl■1■E INIl111lNHIIIIN ll1i1111IIIII!!If!!Il #iNi1111111N 1®tlli�ll !®t�fim tll® EI�I#lII11111■! IIIIIIIIIi#111l1111 h1E111111l1111lIIIlr Illfll■111i11 IL•il®lmtl�i0 Wl#IfIf.111N11 � � 11511n1111111 1!1■Ii1111II11lIII 11►1111111f11il1111 f IIIGil111i1■1 IIn111P11111111 tll■iJs1111!`l'llllil �1111l11IH1111N1l�, lk,1111Ni111N1! IW■llllllllllilNli 11!■kiVllllillllf: 1151111111E1N ; I1111111111k11f111 IW■RlNIl11ltlIIIN IIIIIIINIIIlIIW IIHN!lIIIIII lRI111111'111111 11111ii11'!!l11lNN 111.!!lIIIINIilfillll IlElllli!lll;f 1111i1111111W1 111111111111411111 liN!!Il■ inil!!!1 lllNHilllliri IP,Illlllllli■l Ilgllltlil1111111! ►IIIIIII€iH11/,fli1!! IIllI1111r1l:1 DAT -Tx I AoJTE POST MILESECi SKF L.ffi Tr- ioitl Pa.PPo1TS LOOP INSTALLATION PROCEDURE _ 1. Loops shall be centered in lodes. A A P [L�fP 0 ELE<fPIiKER }��Ecsy}` r° 2. Saw slots in pavement for loop conalx+ors as shown in details. lady 1,2006 ' 3. distance between 2' of loop m. i lean-in Save cut from adjacent o PLaNs EPPRov.L a." detectors shall be 2'-O"minimum.Qi3Tance bet Ween lead-in saw cuts A A n.s�wxem er,=per Rrr%P`s • ��L- w shall be 6`minl mum. 6.-O,. ���eeelll .,w,r res eve eo'a,s r�w•o�A 4. Bottom of sax Slot shot)be smooth with no sharp Bilges. Direction on zc - wi,htloo -1d ikof CIA M'W/xww•dO'be-Fa SinII DB washed until Clean,blOwn Wt and tflOfWghly tlrkBdbe{Ore ,nstafling loop conaucTprB. � lenelfnE �3fi. AOJoCent loopson The same sensor unit channel shop oe wasntl kn �^opposite tlireCtiOna. fAIdentify and tag loop circuit pokrs in the pull box Itp number,start (S}and finish (F)of conductor.1d nify and tag lead-in-cable with sensor number and phase. fp EP EP 8. lnstall loop conductor in slot usinga to '/'thick wood paddle B B .I Hold troop conductors with wood podd€es at the bottom of the sawed slot) PL, box Pill! box Pul box P!.!'II box during sealant plocement, 9. No more thon 2 twisted pairs shall be installed in one sawed slot. TYPE 1 A TYPE 2A TYPE 3A TYPE 4A N 10. Allow odditionol 5'-0"of slack length of convector for the lean-in run INSTALLATION INSTALLATION INSTALLATION INSTALLATION 0 to pull box' SAWCUT DETAILS 0 11. The additional lenQ+h of each conductor for each loop shall be twisted STe A together info a pokr P6 turns per V-4`minkmuml before being places loop detector configurations II I astratedI the In slat and condui yp t leading to pull box. 1.1A thru 4A= 1 Type A loop configuration in each lane. I 2.10 thru 49 = i Type B loop configure+ion In each fade. 12. Test each loop circuit for continuity,circuit resistance and insulation 3.1C= 1 Type C loop configExation entering lanes as required. resistance at the pull box before filling slots. 4.40 thru 40 = t Type 0 loop configuration ,n each lane. a 13. Fill slots as shown in details. 6.70 ihru 40= 1 Type, E lopp conilguration in each lane. z ype 0 loopp Can"gurotion in each one. v )Use Type Ar B,1: 0,E or 0 loop deter+or configurations only 14. Splice loop conductors to lead-in-cable.Splices shall be soldered. when specified or Shown on plans) €5. End of lead-in-cable one Type 2 loop conductor shol:be waterproofed prior ndui .A N to installing in cot to prevent moisture from entering the cable, t.l 16. Lead-in-cab s+lplk not be spliced between the pull box and le D the controller Cabinet terminals. ��r�—���� 17. Teat each gat circuit for continuity,Circuit resistance and lnsukoTion 00 00 Do DO ^ea�a+once of +he corvrroiler cabinet €ocafion. .���J S 2 1 5 3 2 1 5 q 3 2 3 18. Where loop conductors are not to be spliced to a lead-in-cable.the SF z ea entls of the[anductar8 iT�al be toped antl waterpraaf.d with electri.ol Z insulating coating. F F m WINDING DETAILS Fj See Notes 6 and 7 (� 2 7 3 2 t 4 3 2 f a -"lain to-/,"Nax for Type 1 loop conductohhh � ._U/{'Nin for Type 2 IOaD conductor ; 7 1 { f Min _ 3 L � Depth as peDth asT-- Depth as j required required---< `Loop required Loop beaten+ sealant TYPICAL LOOP CONNECTIONS Loop sealant .r 2nd loop )twisted) (dashed lines represent the pull box) 3 turns loop ConQJc+ors 1st loop f+w is Tea) • conductors [unless Loop ot.-Ise specified) led) `$22 NOSE g STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION SECTION A-A SECTIO*E B-B SECTION c—c ELECTRICAL SYSTEMS SLOT DETAILS - TYPE 1 ANO TYPE 2 LOOP CONDUCTOR (DETECTORS) NO SCALE ES-5A Dist c Np Tt roial EgaJ cr Ma. LKFiS r,—a•' 1 .a C�E[Sa l[r fMa1KE—il �,i.�lyr y of tracer Direction 1,2006 Of travel 1'-�•' v�a1R a..ewEa oat( � EIf51t �� rb SNr d CarrMi w b/S/a.�d f •F]6K i 6'• D c I 1 — /Loop IL _ y ie 10 b At ceees-d Alewae NWA-40-imr 5 I E s N L a N 7— 3'-0" WINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL TYPE A LOOP DETECTOR CONFIGURATION TYPE B LOOP DETECTOR CONFIGURATION o O L O w ❑ ❑ ❑ ❑ N O O O O N TYPICAL TYPE A INSTALLATION TYPICAL TYPE B INSTALLATION a ^f single Lane Single Lone s iO SAWCUT DETAIL WINDING DETAIL V rm TYPE C LOOP DETECTOR CONFIGURATION C Direction Yon I 0 of=r=el t•_3.. 2•_5_ 2'_3.' of mare s r' see Direct[— D Nate 2 — see of t—1 Z Note 1 s j Width cut I y i a see Nate i SF I WINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL TYPE D LOOP DETECTOR CONFIGURATION TYPE E LOOP DETECTOR CONFIGURATION NOTES 46' WINDING DETAIL SAWCUT DETAIL o 4,Rnuna corners of acute angle Sprout( to prevent damage to COnOUG tars. TYPE 0 LOOP DETECTOR CONFIGURATION � � � � DIo onal 2. [-tall3 tns th onl y ly one Type 0 loop is as a sensor unit ch—l. slot Install 56•turns then one type 0 lowis connected ri+1, 3 additional STATE OF CALIFORNIA6•-D'x -O"IpOps an o sensor unit. i DEPARTMENT OF iRUKPOR7ATI0N ur 70'-a' TYPICAL TYPE E INSTALLATION PLAN VIEW OF ELECTRICAL SYSTEMS ; DIAGONAL SLOT (DETECTORS) Single Lone AT CORNERS NO SCALE ES-58 C���. RRODUCT DATA SWEET INC ' r AN IERQrQIN p COMPANY E 3 PART NO.34521 420 N.Roosevelt Ave.•Chandler AZ 85226 JANUARY 2008 1-800-528-8242•(602)276-0406•FAX(480)961-0613 www.crafco.com READ BEFORE USING THIS PRODUCT GENERAL Crafco PolyFlex Type 3 is a hot-applied,asphalt based product used to fill cracks and joints in asphalt Portland cement concrete pavements in warm to hot climates.PolyFlex Type 3 is supplied in solid form which when melted and properly applied forms a highly adhesive and flexible compound that resists cracking in the winter and resists flow and pick-up at summer temperatures.Polyflex Type 3 is used in highway,street,airfield and parking lot pavements and is applied to pavement cracks using either pressure feed melter applicators or pour pots. At application temperature, PolyFlex Type 3 is a medium viscosity product which flows and penetrates cracks. PolyFlex Type 3 is formulated as an economical yet effective pavement maintenance crack filler product.Compared to products based on reclaimed rubber,PolyFlex Type 3 offers lower viscosity for easier application,improved summer temperature pick-up resistance,quicker set-up times and improved low temperature flexibility.Polyflex Type 3 has been a quality Crafco product for 20 years.Several states have adopted specifications based on the performance of Polyflex Type 3. VOC=0 g/I. USAGE GUIDELINES PolyFlex Type 3 pavement ternperaturepetformance limits High Temperature Grade('Q ate 70-10 for crack filling. Usage recommendations are shown in Crafco pavement C sa 64 71r 76 82 tentpaat<ve grade charts shown at the right.Refer to Crafco Product Selection Procedures;to -4 determine sealant or filler use and pavement temperature grades. -10 C7 -16 ED■■Suited for Um o� -25 .■ Reco n m4cd v -44 ■ Performance limits 3 -40 Not Reco ded 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 maximum heating temperature are as follows:Fmx!Bockmatlkrlatdefinod Test Rec mmended Specification Cone Penetration(ASTM D5329) 20-40 Resilience (ASTM D5329) 30%min. Softening Point(ASTM D36) 210°F(99°C)min. Ductility,77F(25C)(ASTM D113) 30 cm min. Flexibility(ASTM D3111 Modified) Pass at 30°F(-VQ Flow 140°F(60°C)(ASTM D5329) 3 mm max Brookfield Viscoisty,400°F(204°C)(ASTM D2669) 100 Poise max. Asphalt Compatibility(ASTM D5329) Pass Bitumen Content(ASTM D4) 60%min Tensile Adhesion(ASTM D5329) 400%min. Maximum Ideating Temperature 400°F(204°C) Minimum Application Temperature 380°F 193°C INSTALLATION The unit weight of Crafco PolyFlex Type 3 is 10.0 lbs,per gallon(1.20 kg/L)at 60°F(15.5°C). Prior to use,the user must read and follow Installation Instructions for Hot-Applied RoadSaver, PolyFlex, Parking Lot and Asphalt Rubber Products to verify proper product selection, heating methods, pavement preparation procedures, application geometry, usage precautions and safety procedures. These instructions are provided with each pallet of product. PACKAGING Packaging consists of individual boxes of product which are palletized into shipping units. Boxes contain a non-adherent film which 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.(18kg)and pallet weights do not exceed 2,880 lbs.(1310kg). Pallets of product are weighed and product is sold by the net weight of product. Product boxes are manufactured 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. Installation 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 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 Crafco,Inc.,as agreed to by Crafco,are limited to replacing nonconforming product or refund(full 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 Crafco recommendations for product installation 02006,Crafco,lnc..All Rights Reserved TECHNICAL DATA SHEET Henru., HE184 - FLEXIBLE DOTSTICK at CF4O US- Last Rev Date:0610912004 PropertiesPhysical Appearance Flow @ 1400 F Resiliency Black solid 0 mm 50 @ 770 F Application Temperature Maximum Heating Temperature Softening Point 350-3900 F 4000 F 2150 F Brookfield Viscosity Maximum VOC Specific Gravity @ 770 F 2800 CPS @ 3750 F 0 calculated 1.12 Color Maximum VOS Weight Per Gallon Black 0 calculated 9.2-9.4 Ibs Ductility @ 770 F, 5cm/min Penetration 150g per 5 sea Weight Per Gallon Calculated 45 cm 20 9.3 Ibs Flash Point RrIaimed Rubber Content i 5500 F I Description HE184-FLEXIBLE D OTSTICK 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 I polymer content and low amounts of filler. I • I HE184-FLEXIBLE D OTSTICK is a hot melt asphalt adhesive,which securely bonds pavement markers to asphalt concrete and portland cement concrete. I 1 HE184-FLEXIBLE DOTSTICK comes in 35 pound boxes(3 blocks/box) Surface Preparation Pavement Surface should be dry and free from all loose material,dirt,and dust. Application HE184-FLEXIBLE D OTSTICK should be heated in a temperature-controlled applicator with agitation. The application ' temperature is approximately 380e F. Apply the marker immediately after dispensing HE184-FLEXIBLE DOTSTICK, and allow to cool for one minute or more before exposure to traffic. 1 Precautions Do no allow material to exceed 400e F. Cleanup r Asphaltic stains can be removed with non-hazardous, biodegradable cleaners. Use waterless hand cleaner on skin. r r r r r Henry Company-2911 slauson Avenue,Huntington Park,CA 90255 Technical Services-Phone(600)•486-1278 Fax:(972)-494-4865 Email:tethservices@henry.com ' The Henry Company is the parent company of Bakor,Inc. www.henty.com CAUTION! Keep boxes out of direct sunlight and rain. (If covered area is not accessible, cover with tarp). Do not take intemally. Use protective measures to avoid contact with eyes and skin. If swallowed,CALL PHYSICIAN IMMEDIATELY! In case of eye contact,open eyelids wide and flush immediately with plenty of water for at least 15 minutes. GET MEDICAL ATTENTION! Dispose of container and unused contents in accordance with Local, State, and Federal regulations. For exterior use only. KEEP OUT OF REACH OF CHILDREN. KEEP FROM FREEZING. WARNING: This product contains detectable amounts of chemicals known to the State of California to cause cancer,birth defects, or other reproductive harm. EMPLOYERS should obtain a copy of the Material Safety Data Sheet(MSDS)from your supplier or directly from Henry at the toll free number or website below. Product Sizes 24 lb Box 35 lbs box Limited Warranty We,the manufacturer,warrant only that this product is free of defects, since many factors which affect the results obtained from this product--such as weather,workmanship,equipment utilized,and prior condition of the substrate--are all beyond our control. We will replace at no charge any product proved to be defective within 12 months of purchase, provided it has been applied in accordance with our written directions for uses we recommend as suitable for this product. Proof of purchase must be provided. DISCLAIMER OF WARRANTIES: The Limited Warranty is IN LIEU OF any other warranties express or implied including but not limited to any implied warranty of MERCHANTABILITY or fitness for a particular purpose,and we,the manuracturer,shall i have no further liability of any kind including liability for consequential or incidental damages resulting from any defects or any delays caused by replacement or otherwise. I I I I I 1 I I 1 1 1 1 1 1 1 1 1 1 1 Henry Company-2911 Slauson Avenue,Huntington Park,CA 90255 Technical Services-Phone(800)-486-127a Fax:(972)-494-4865 Email:techservices@henry.com r The Henry Company Is the parent company of eakor,Inc. www.henry.com r PRODUCT DATA SHEET RA INC HOT-APPLIE C96 AN&RGON FJ COMPANY r KER 420 N.Roosevelt Ave.•Chandler AZ 85226 MA ADHESIVE 1-800-528-8242•(602)276-0406•FAX(480)961-0613 PART NO.34270 www.crafco.corn JANUARY 2008 READ BEFORE USING THIS PRODUCT GENERAL Crafeo Hot-Applied Flexible Pavement Marker Adhesive is a hot-applied thermoplastic bituminous adhesive which,when properly used and applied,bonds markers and reflectors to both asphalt and concrete pavement surfaces.Hot-Applied Flexible Pavement Marker Adhesive is supplied as an easy to use single component material which is easily melted and poured or pumped onto pavement surfaces. Since it is a hot melt composition,Hot-Applied Flexible Marker Adhesive sets up on cooling and is ready for traffic in less than five minutes. Hot-Applied Flexible Marker Adhesive is formulated with premium asphalt, polymers and additives to produce a unique material which holds markers in place and remains flexible at temperatures down to 20°F(-70C). Hot-Applied Flexible PavementMa rker Adhesive has been a top performing quality Crafco product for over 20 years. Several states have adapted adhesive specifications based on the improvedperformance of Crafco Hot-Applied Flexible Pavement Marker Adhesive. VOC=0 SPECIFICATION CONFORMANCE The recommended specification for Flexible Marker Adhesive when heated to the safe heating temperature in accordance with ASTM D5167 is: Test Specification Limits Brookfield Viscosity,400OF(204°C)(ASTM D4402) 5000 ep max. Softening Point(ASTM D36) 20OF(93C)min. Penetration,77°F(25*Q(ASTM D5) 25 max. Ductility,770F(25°C)(ASTM D113) 15 cm min. Ductility,39.2°F(4°C)(ASTM D113) 5 cm min. Flexibility,I"(25mm),90 deg.,10 s a(Crafco Procedure) Pass at 20-F(-7°C) Minimum Application Temperature 380°F(193°C) Maximum Heating Temperature 400°F(204-C) INSTALLATION The unit weight of Hot-Applied Flexible Marker Adhesive is 10.8 lbs.per gallon(1.29 kg/L)at 6VF(15.5°C). Hot-Applied Flexible Marker Adhesive must be melted in jacketed,double boiler type melting units with an effective agitation system. Prior to use,the user must read and understand the Installation Instructions for Hot-Applied Pavement Marker Adhesives 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 adhesive. PACKAGING Hot-Applied Flexible Marker Adhesive is supplied in self-release three compartment disposable boxes which contain approximately 35 pounds(15.9 kg)of material. The boxes are palletized into shipping units weighing approximately 1,680 pounds(762 kg). Material is sold by the net pallet weight. WARRANTY CRAFCO,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 Crafco, Inc.,as agreed to by Crafco,are limited to replacing nonconforming product or refund(full 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 Crafco recommendations for product installation i 02009,Crafw,Inc.,All Rights Rtso *d I I APPLICATION INSTRUCTIONS INC • r FLEXIBL.E PAVEMENT ERGONN COMPANr MARKER ADHESIVE 420 N.Roosevelt Ave.-Chandler AZ 85226 1-800-528-8242-(602)276-0406-FAX(480)961-0513 JAIvUARY 2004 www.crafco.com READ BEFORE USING THIS PRODUCT GENERAL: Crafco Hot Applied Flexible Pavement Marker STORAGE: Pallets of boxed product are protected with a Adhesive is a hot melt thermoplastic material which when weather resistant covering. During storage,the protective wrap properly used and applied bonds markers and reflectors to both must be kept on the pallets to prevent boxes from getting wet. If asphalt and concrete pavement surfaces. Being a hot melt boxes are subjected to moisture,they may lose strength and crush composition,Crafco Marker Adhesive sets up on cooling and is resulting in pallet leaning. If rips in the pallet covering occur ready for traffic in less than 5 minutes. For detailed product data during handling, they should be repaired to help maintain and specifications, refer to the Crafco Product Data Sheet for packaging integrity. Pallets should be stored on a level surface Flexible Pavement Marker Adhesive. which is dry and has good drainage. Product material properties arc not affected by packaging deterioration. MELTING: Crafoo Marker Adhesive should be melted and heated in either thermostatically controlled double boiler type SAFETY AND USAGE PRECAUTIONS. Since Hot-Applied units utilizing heat transfer oil or thermostatically controlled Flexible Marker Adhesive must be heated to elevated electric heating pots. Direct flame melting units must not be temperatures to prepare for use, it is essential that operations be used. Contact Crafco for recommendations regarding other types conducted in manners which assure safety of the application of melters. Marker Adhesive should be heated to between 375°F personnel and others. All personnel associated with use of the and 425°F(190°C—218°C)for application. For best results,use material need to be aware of the hazards of using 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 PAVEMENT TEMPERATURES: To achieve best and all sections of the product Material Safety Data Sheet. This performance,pavement surface temperature during application is sheet which is supplied with each shipment, describes the recommended to be at least 50°F (10'C). If markers are to be characteristics of the product as well as any potential health applied in cooler temperatures, the pavement surface may be hazards and precautions for safe handling and use. User should gently heated with an open flame or other approved method check D.O.T. requirements for transportation of adhesive at immediately prior to marker application. elevated temperatures above 212°F(100°C). PAVEMENT CLEANING PROCEDURES: The pavement on HAZARDS ASSOCIATED WITH UOT-APPLIED which markers or reflectors are being applied should be clean, MATERIALS: Skin contact with hot-applied materials causes free from dust, oil, dirt or other contaminants and dry. Air bums. Over exposure to fumes may cause respiratory 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. APPLICATION OF MAKERS; Hot-Applied Flexible Safety precautions should include: 1. Protective clothing to Marker Adhesive should be applied to the pavement surface in a prevent skin contact with hot material. 2. Care when adding puddle approximately two-thirds to three-fourth the diameter of blocks of product to melters to reduce splashing. 3. Careful the marker. Markers should be applied to the adhesive operation and 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 minimum amount of excesses of material. 7. Appropriate clean APPLICATION LIFE: Application life at application up of excessive applications or product spills. temperatures is approximately 12 to 15 hours in indirectly heated ( type melters. Application life may be extended by adding fresh ADDITIONAL INFORMATION: Additional information is 1 blocks of adhesive as quantity in the kettle decre8es. The available by contacting your distributor or Crafco, Inc. This adhesive should be agitated while being applied. The adhesive information includes 1) Product Data Sheets,2) Material Safety 1 may be reheated to application temperature once,after the initial Data Sheets,3)Safety Manual. heat up. Additional reheating of the material may result in 1 degradation of properties. When the application life has been exceeded, the adhesive will begin to thicken, become "stringy" and may then gel. If this should occur, the adhesive should ' immediately be removed from the kettle and discarded. I CLEAN OUT: If the equipment being used is a type that requires clean out of pumps and plumbing, follow the manufacturer's clean out procedure instructions. If solvent is used for clean out, insure that the solvent does not contaminate ' the adhesive because adhesive dilution and flash problems may occur. 01, 5.,` ,..• '.' '.EPn:A 8, t)Attt 1044070 CRESCENT DRIVEVIA MONTE VISTA PATENCIO ROAD 36 436 15,696 SF 1044075 PATENCIO ROAD CRESCENT DRIVE CHINO DRIVE 27 276 7,452 SF 1044085 VINE AVENUE ALEJO ROAD CHINO DR 36 327 11,772 SF 1044365 PATENCIO ROAD CANYON PLACE CRESCENT DRIVE 26 915 23,790 5F 1044380 MOUNTAIN VIEW PLACE MISSION ROAD PRESCOTT DR 46 654 36,837 SF 1044390 CAHUILLA ROAD ALEJO ROAD CHINO DR 31 249 7,902 SF 1044395 CAHUILLA ROAD CHINO DR MERITO PLACE 30 669 21,870 5F 1044400 BELARDO ROAD MERITO PLACE CHINO DR 28 684 17,082 SF 1044405 BELARDO ROAD CHINO DR ALEJO ROAD 31 246 7,626 SF 1044435 PRESCOTT DR MERITO PLACE HERMOSA PLACE 35 1,075 41,049 SF 1044440 PRESCOTT DR MERITO PLACE PRESCOTT DR 20 487 12,438 SF 1044450 EL ALAMEDA PRESCOTT DRIVE N PALM CANYON DRIVE 28 295 8,487 SF 1144060 TAMARISK ROAD SUNRISE WAY AVENIDA CABALLEROS 26 2,585 68,652 SF 1144070 TAMARISK ROAD VIA MIRALESTE INDIAN CANYON DR 31 1,275 39,525 SF 1144075 CHUCKWALLA ROAD CHAPARRAL ROAD VIA MIRALESTE 36 1,277 45,972 SF 1144126 CHAPARRAL ROAD COTTONWOOD ROAD CHUCKWALL ROAD 32 200 6,367 SF 1144130 MIRALESTE COURT VIA MIRALESTE W END 24 335 10,296 SF 1144135 MELAVENUE AVENIDA CABALLEROS VIA MIRALESTE 37 1,263 46,731 SF 1144145 CAMINO MONTE VISTA INDIAN CANYON DR AVENIDA PALOS VERDES 33 600 18,000 SF 1144195 CALLE MARCUS PASEO EL MIRADOR TACHEVAH DR 22 744 16,368 SF 1144200 CALLE ROLPH TACHEVAH DR PASEL EL MIRADOR 21 741 15,561 SF 1144210 CHIA ROAD PASEO DE ANZA SUNRISE WAY 36 607 21,852 SF 1144215 MELAVENUE PASEO DE ANZA SUNRISE WAY 22 607 13,716 SF 1144220 PASATIEMPO ROAD PASEO EL MIRADOR PASEO EL MIRADOR 33 1,778 59,571 SF 1144265 MAY DR TACHEVAH DR N END 31 627 17,010 SF 1144270 ASHER DR TACHEVAH DR N END 20 628 12,560 SF 1144275 VEREDA SUR ASHER DR VIA MIRALESTE 25 786 19,650 SF 1144290 ARQUILLA ROAD TACHEVAH DR TAMARISK ROAD 37 1,200 43,497 SF 1144295 ARQUILLA ROAD TAMARISK ROAD ALE1O ROAD 37 1,279 47,323 SF 1144340 EL ALEMEDA AVENIDA CABALLEROS ARQUILLA ROAD 37 605 22,385 SF 1144345 EL ALEMEDA ARQUILLA ROAD HERMOSA DR 37 621 22,977 SF 1144350 EL ALEMEDA HERMOSA DR PASEO DE ANZA 37 619 22,903 SF 1144355 ELALEMEDA PASEO DE ANZA SUNRISE WAY 37 614 22,718 SF 1144370 PASEO DE ANZA TACHEVAH DR TAMARISK ROAD 37 1,290 46,827 SF 1144485 PHILLIPS ROAD ALEJO ROAD N END 32 396 13,347 SF 1144500 PHILLIPS ROAD GRANVIA VALMONTE TAMARISK ROAD 33 626 21,330 SF 1144505 TAMARISK LANE TAMARISK ROAD SEND 25 298 7,450 5F 1144525 AVENIDA PALMAS TAMARISK ROAD VIA EYTEL 25 959 24,246 5F 1144541 AVENIDA OLIVOS 320'S.OF TACHEVAH TACHEVAH DR 32 320 12,153 SF 1144545 EL ALEMEDA INDIAN CANYON DR AVENIDA OLIVOS 33 293 10,926 SF 1144550 EL ALEMEDA AVENIDA OLIVOS AVENIDA PALOS VERDES 34 292 9,928 SF 1344060 BARISTO ROAD CIVIC DR FL CIELO ROAD 60 644 38,640 SF 1344175 HELENA CIRCLE ANDREAS ROAD N END SO 121 5,562 SF 1344180 LESLIE CIRCLE ANDREAS ROAD N END 50 123 6,003 SF 1344185 LYN CIRCLE ANDREAS ROAD N END 50 123 5,994 SF 1344190 JILL CIRCLE ANDREAS ROAD N END 50 123 5,994 SF 1544040 ALEJO ROAD PALM CANYON DR VINE AVENUE 33 1,520 55,917 SF 1945265 VELLA ROAD MESQUITE AVENUE SEND 36 415 12,312 SF 2344165 CAMINO REAL CALLE PALO FIERRO SONORA ROAD 49 510 23,192 SF 2344560 SONORA ROAD CAMINO REAL CALLE PALO FIERRO 25 514 13,212 SF 2344565 SONORA ROAD CALLE PALO FIERRO VIA SOLEDAD 28 858 25,371 SF 2344570 SONORA ROAD VIA SOLEDAD S PALM CANYON DR 36 430 15,795 SF TOTAL 1,159,834 SF I I CITY OF PALM SPRINGS SECTION 14-T4S-R4E nu PANOf AMA W VISTA COINO CORONADO d AVE' W VIA SOL o a �aPp w W STEVENS ROAD aSl W CAMINO NORTE o 5 �5 DEL NORTECAO CAMINM( DOLORES W VERADA NORTE 1 CT CAPI CT \�R MADE o N VIA LAS PALMAS s W Q LAS j PALMAS Q C� =LVA S VIA a LAS PALMAS a cm m W.: VIA T oW VERADA � SUR uj G W CAMINO SURo `a o R. U� TA pR o W VIA LO 5 25 REGAL DRIVE" W 4' HERMA PLACE o CERES HERMOSA PL ---- Rv Q „ ;sj MEDA � 7 �� � Q ar a Q 5-MTN o VIEW W, "TR V LEISURE WAY PLR o a� NYON PL : . TAM pISK 1 -- j ilf w L o I M CRESCENT DRIVE )V MERITO PL VALMONTE LAS PALMAS ESTATES Df .. NORTE 1 " -� W D 1 r r CITY OF PALM SPRINGS SECTION 11-T4S-R4E Q E COTTONWOOD ROAD RAYMOND CREE MIDDLE SCHOOL WALLA ROAD STEVENS RD �� 4 DEEPAK RD a DEEPAK RD TIN THE PALMS E CHIA ROAD DIANA CIR 8� a Q COLONY WAY CHRISTINA WAY cm uj o E PASEO EL MIRADOR PASEO 7tn RA E M W YHALL DA VISTA R� r; Em E OLIVE WAY E TACHEVAH DRIV TACHEVAH WELLNESS KATHRYN FINCHE 'o BUENA VISTA RIVE VIA . GARDEN ELEMENTARY W E SAN JACINTO WAY CalSCHOOL Lu DAB a RUTH w Q j^ z HARDY Q z PARK E VER " DR RIS E ROAD E R � � . ..,,..c D A } Q � cn VIA ALTA gIRA VIA A MIRA QE cn W VALMONTE NORTE} °C y i E GRANVI MONTE Q E GRA IA VALMONTE E GRANVIA VALMONTE QE VALMONTE SURD D o } Q o Q E A COLUSA Q VALMONTE NORTE °` z W i ALEJO IRD ALEJO kAD CITY OF PALM SPRINGS SECTION 13-T4S-R4E ALEJO. ROAD ALLJO ROAD UA CD uj a BEtDING DRIVE PARK AVE DESERT PALMS D& DESERT PALM`.; DRIVE a MGMANUS � DRIVE AVIATION WY AMADO ROAD CIVIC DR W o PLAIMOR DR _ 4 w TERRY LN oF5Vj- o � � � LIVMOR ""�`� DR� N `- � ALL ORO WII �" z, 4 ANDREAS U ROAD ANDREAS RD aRDIV z HALL NQUITZ CANYON— �- PALM Of PASEO DE ROSETA SPRINGS POLICE E CALLS FELICIA DEPT RD ARENAS RD o o ARENAS RD i E CALLE LILETA 3 Q PASEO DE GRACIA I � BARISTO RD BARISTO RD c PS PS PUBLIC STADIUM PALM SPRINGS I LIBRARY SUNRISE E VIA VAQUERO RD u LLJ PARK PS a HIG SCHOOL E RANCHERO RD SENIOR REC I ``- 1 CENTER CTR RAMON 1 RD RAMON RD I I ! CITY OF PALM SPRINGS SECTION 19-T4S-R5E RAMON i RD a CAu E DE RICAR N CALLS . DE RICARDO CALLS CALLE DE CARLOS a DE CARLOS CAMINO cz- PAROCELA CAMINO PAROCELA CAMINO PAROCELA C= w `"o CAMINO' SAN SIMEON CAMINO Q� OfU7 :tS SIMEONE w INO _ a i cr CAMINO SAN MIGUE a CAN MIGUEL C) ra.. I oo a SUNNY DUNES RD. All 111 CALLS SAN ANTONIO CAII E c# C, ; SAN ANTONIO o k, Ln o CALLE SA RAPHAEL MESQUITE AVE A �' o w *ell ' F A Dp hsq QCi ATU PASEOCAROLETA MESQUDEMU TAHQUITZ PARK GE CITY OF PALM GEP y CREEK SPRINGS SONORA ROAD WASTEWATER 4i KN MA VISTA CIR o` OLF TREATMENT PLANT r ;.. S MARTIN CIR " c CcRN WAY COURSE I ANCURELO� & TORIRTO :; 1 TA Q U SCOBA I DR i i CITY OF PALM SPRINGS SECTION 23-T4S-R4E RAMONj ! RD RD � RAMON L7 t� C7 w PAROCNIA E L IIN6 � A PAROCEI.A EPR I-Acn 6 - . 5CALLE ROCA IES E SUNNY DUNES E SUNNY DUNES a -" N R INDUSTRIAL PL' N SAN LUCAS� ROAD _ RSIO DR N RIVERSIDE DRIVE � s R�I�SI�E TA Q UsTZ CREEK CHANNEL I SAN LORENZO ROAD SAN LORENZO ROAD ESQUITE — V NUE QUITE3 idl1E PALO VERDE AVE E CACTUS AVEOf cr af OCOTILLO AVENUE p OCOTILLO AVE N �� C7 cry U CD c�r> a MORONGO ROAD C;�" ` " � 1 ¢ ow cn cry r -77 N soNaRA f d'� PALMERA ROAD �„ a cn (/7 CL U I ? E AVD a � E AVD � � � 2 DEEPWELL ROAD E AVD HOKONA AVD OLANCHA F OLANCHA SUNTAN LN PALL TREES I ys`D ORTEGA DRIVE C-D W cn O N ct 1 E PALM CANYON DR E PALM CANYON DR 1 I 1 1